Loading...
HomeMy WebLinkAboutContract 46412-FP3 Depart nt TP&W Const.Services DOc#; Da NTY§ Project Manager - - tT WO RT H EC�TA�ar Risk Management ana . CONTRACT No. � D.O.E. Brotherton ,,ha CFA Westerman/Scannedw Jfl—(10 The Proceeding people have been Cotficted concerning the request for final payment&have released this project for such payment. kTION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy P PROJECT COMPLETION D.O.E.Ntt: 7250 Regarding contract 217250 for THOMAS CROSSING PH 6-PAVING as required by the Cs1:k q l?— TRANSPORTATION TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $291,436.60 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $291,436.60 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $291,436.60 Less Previous Payments: $0.00 Final Payment Due $291,436.60 , _ c. •El•2czt cv �1'oFemel� Recom ende or Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction 4 6J. Ari Accepted 0Date Director, TRANSPORTA ON & PUBLIC WORKS 1 Ito I A§"y Ci y Manager Dat Comments: C205-541200-206760229983 MAR 7 �1R N FICIAL RECORDYSECRETARY. WORy'li, TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THOMAS CROSSING PH 6 Contract Limits Project Type PAVM City Project Numbers 02299 DOE Number 7250 Estimate Number 1 Payment Number I For Period Ending 2/17/2016 CD City Secretary Contract Number 217250 Contract Time 9CD Contract Date Days Charged to Date 270 Project Manager Long Contract is 100.00 Complete Contractor McCLENDON CONSTRUCTION COMPANY,INC. P.O.BOX 999 BURLESON, TX 76097 Inspectors LAYER/ ODEN Wednesday,Fckuwy 17,2016 Page 1 of 4 City Project Numbers 02299 DOE Number 7250 Contract Name THOMAS CROSSING PH 6 Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 2/17/2016 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I SWPPP>1 ACRE 1 LS $1,000.00 $1,000.00 1 $1,000.00 2 4"FLEXIBLE BASE TYPE 175 SY $28.50 $4,987.50 175 $4,987.50 3 HYDRATED LIME 128 TN $155.00 $19,840.00 128 $19,840.00 4 6"LIME TREATMENT 6735 SY $3.00 $20,205.00 6735 $20,205.00 5 2"ASPHALT PVMT 246 SY $26.00 $6,396.00 246 $6,396.00 6 8"ASPHALT PVMT 246 SY $52.00 $12,792.00 246 $12,792.00 7 6"CONC PVMT 6300 SY $32.00 $201,600.00 6300 $201,600.00 8 BARRIER FREE RAMP 4 EA $1,230.00 $4,920.00 4 $4,920.00 9 4"SLD PVMT MARKING HAS 230 LF $5.77 $1,327.10 230 $1,327.10 10 TRAFFIC CONTROL 4 MO $500.00 $2,000.00 4 $2,000.00 11 8"SLD PVMT MAKING HAS 80 LF $1155 $924.00 80 $924.00 12 MANHOLE ADJUSTMENT MINOR 13 EA $150.00 $1,950.00 13 $1,950.00 13 VALVE BOX ADJUSTMENT 4 EA $100.00 $400.00 4 $400.00 14 IMPORTED EMBEDMENT/BACKFILL 240 CY $15.00 $3,600.00 240 $3,600.00 ACCEPTABLE BACKFILL 15 END OF BARRICADE 56 LF $50.00 $2,800.00 56 $2,800.00 16 6"FLEXBASE 174 SY $17.50 $3,045.00 174 $3,045.00 17 UNCLASSIFIED EXCAVATION BY SURVEY t00 CY $36.50 $3,650.00 100 $3,650.00 Sub-Tota]of Previous Unit $291,436.60 $291,436.60 Wednesday,February 17,2016 Page 2 of 4 i City Project Numbers 02299 DOE Number 7250 Contract Name THOMAS CROSSING PH 6 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/17/2016 Project Funding Contract Information Summary Original Contract Amount $291,436.60 Chanee Orders Total Contract Price 1291,436.60 Date 2 a9 Total Cost of Work Completed $291,436.60 ontr rlff Date Less %Retained $0.00 3 Net Earned $291,436.60 Inspection Su rvi Earned This Period $291,436.60 Retainage This Period $0.00 Date Less Liquidated Damages Project Manper Days @ /Day $0.00 a e✓a // L=Pavement Deficiency $0.00 m4pirectOTw-Infrastructure Design and Construction Less Penalty $0.00 W, Date q 4 Leu Previous Payment $0.00 Director onuacting Departm Plus Material on Hand Less 15% $0.00 Balance Due This Payment $291,436.60 Wednesday,February 17,2016 Page 3 of 4 City Project Numbers 02299 DOE Number 7250 Contract Name THOMAS CROSSING PH 6 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/17/1016 Project Funding Project Manager Long City Secretary Contract Number 217250 Inspectors LAYER / ODEN Contract Date Contractor McCLENDON CONSTRUCTION COMPANY,INC. Contract Time 90 CD P.O.BOX 999 Days Charged to Date 270 CD BURLESON, TX 76097 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES i Line Fund Account Center Amount Gross Retainage Net Funded i i 3 Total Cost of Work Completed $291,436.60 Less %Retained $0.00 Net Earned $291,436.60 Earned This Period $291,436.60 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 $291,436.60 Wednesday,February 17,2016 Page 4 of 4 FoRTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Thomms Crossing Phase 6 PROJECT NO.: 02299 CONTRACTOR: McClendon Construction DOE NO.: 7250 PERIOD FROM:05/08/15 TO: 03/11/16 FINAL INSPECTION DATE: 16-Feb-16 WORK ORDER EFFECTIVE:5/8!2015 CONTRACT TIME: 90 • 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 0 0 270 270 PERIOD PREVIOUS 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 270 270 TO DATE *REMARKS: 2 xq-/G- Sean..,> 4- t4 Cf4TRACTOR DATE INSPECTOR DATE ENGINEERING DEPART,%MNT Y.P The City of Fort Worth•1000 T7uockmorton Stmt•Fort Worth,TX 76012-6311 (817)392-7941•Fu:(817)392-7845 FORTWORTH REV:00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name McClendon Const.CO.,INC. Thomas Crossing Ph 6-Paving Improvements DOE Inspector DOE Number We an Oden 7250 DOEbwector Project Manager ❑ Water❑ Waste Water❑ Storm Drainage❑ Pavement ]vji]f� &a 4agq Initial Contract Amount Project Difficulty $291,436.60 0 Simple Routine 0 Complex Final Contract Amount Date $291,436.60 2/25/2016 II)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 3 20 15 4 Field Supervision 15 Y 3 60 45 S Work Performed 15 Y 3 60 45 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 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 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)—448 4I:sum of applicable element score maximums which= 448 ]Rating(]TS/MS]"100%) 341 / 448 76% Performance Category Good <20%=Inadequate 20%to<40%—De reient 40%to<60%=Stairdiar l 60%to<80%=Good >805vo=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector .%��D2 Signature Contractor _ Signature DOE Inspector's Supervisor 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 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me,the undersigned authority,a Notary Public in the state and county aforesaid,on this day personally appeared Justin Blair,Treasurer of McClendon Construction Company,Incorporated,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 there are no claims pending for personal injury and/or property damages; On Contract described as; Thomas Crossing Phase 6 B Ir Justin blair Subscribed and sworn before me on this 44 day of 20 IG otary Public in Tarrant County,Texas MARYJ.PORTER `= MY COMMISSION EXPMES . a � Sepberober 17,2016 Owner CONSENT OF Architect SURETY COMPANY Contractor TO FINAL PAYMENT Surety AIA DOCUM NI 6707 Other PROJECT: Bond Number: (name,address) Drainage&Paving Improvements-Thomas Crossing,Phase 6;Ft.Worth,TX TO:(ow-ncr) ARCHITECT'S PROJECT NO: City of Fort Worth,Texas 1000 Tbrockmorton Drive CONTRACT FOR: Construction Fort Worth,TX 76108 CONTRACT AMOUNT: $298,982.00 CONTRACT DATE: CONTRACTOR: McClendon Construction Company,Inc. PO Box 996 Burleson,TX 76097 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the Merchants Bonding Company 15950 Dallas Parkway,Suite 400 Dallas,Texas 75248 SITRETY COMPANY on bond of awre imam name and wldresn of Coninictm) McClendon Construction Company,Inc. PO Box 9% Burleson,Texas 76097 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(ircre ink-tt 112111C and address ofUevter) City of Fort Worth,Texas 1000 Throckmorton Drive ,OWNER, Fort Worth,Texas 76108 as set forth in the said Surety Company's bond. 1N W;-l'NE.S<S WHEREOF, the Surety Company has hereunto set its hand this 19th day of February, 2016 Surely ' mpany Mercynts Bondi pany Si ra a of Au riicd c rcsenlruve Attest: (scar) Betty J.Rech-Attorney-In-Fact _ — Tilk NOTE:This form is to be used as a companion dtxumLnt to AIA DOCLIMF.NT 0706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT SAND CLAIMS,Current edition AIA DOCUMENT 0707•CONSLKf OF SURETY COMPANY TO RNAL PAYMENT-APRIL 1970 LDITION-AIAX UNL• PALL (L:1970-TIIF AMF.RWAN INSTITUTE OF ARCH1110S.1735 NEW YORK,AVE.,NW,WASHINGTON,D.C.20006 MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael D Hendrickson; Pat J Moore their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TWELVE MILLION($12,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 22nd day of January 2016 ,,.. 01." S 101 ••• G C MERCHANTS BONDING COMPANY(MUTUAL) \a*�!.0. O ' moo?-1,6.4!*'- MERCHANTS NATIONAL BONDING,INC. 2003 1933By c' STATE OF IOWA COUNTY OF Dallas ss. President On this 22nd day of January 2016 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. P9'"4s WENDY WOODY a Commission Number 784654 [� My Commission Expires ow June 20,2017 Notary Publr , County,Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.. do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies. which is still in full force and effect and has not been amended or revoked. J In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this ay of " V q ZQ1l/J . o .r-:Z _o- o: ' •z: Secretary 1933 c` POA 0014 (6/15) THOMAS CROSSING LLC PO BOX 939 Burleson Tx 817 426 3113 2/04/16 Weyman Oden Transportation and Public Works Fort Worth Tx RE: Liquidated Damages at Thomas Crossing Phase 6 Dear Weyman, Please consider this letter to be written notification that we will not be pursuing Liquidated Damages due to the length of time for construction on either Venus Construction Co,Inc, C©S Utility Contractors or McClendon Construction Company at Thomas Crossing Phase 6. Let me know ou need anything else in this regard. Peter Thomas Authorized Agent tcllc@aol.com State of Texas County of Tarrant BEFORE ME, the undersigned authority,on this day personally appeared Peter Thomas, of Thomas Crossing LLC,a Texas Partnership, known to me to be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capac4 therein stated,and as the act and deed of said company. Given under my hand and seal of office,on this 41h day of February.2016 Commission ex res: dUl w, � r I otary ublic,State exas LORI ANN TADOONIO t = My commas+on Expires December 19 7016 Y FORTWORTH REV:0=07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 2/25/2016 Name of Contractor Project Name McClendon Const.CO.,INC. Thomas Crossing Ph 6-Paving Improvements DOE Inspector . Project Manager Weyman Oden Aaron Lon DOE Number Project Difficulty Type of Contract 7250 1 0 Simple e0 Roubne 0 Complex ❑ water❑ wastewater[-] Storm Drainageo Pavement Initial Contract Amount Final Contract Amount $291,436.60 $29143660 11)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 L Accuracy of Plans to Existing Conditions 13 2 Knowledge of Inspector 3 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 13 Applicability of Specifications 4 Display Of Professionalism 3 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS s Signature Contractor Signature DOE Inspector 4�1�;*„1 Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Thxockmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 I i