Loading...
HomeMy WebLinkAboutContract 46625-FP2 Depart of P&W Const.Services DOE - Dat Project Manager 1A, DT D Risk Managemen Canady I�1 Wo IST H D.O.E. Brotherton �Z<f � CITY SECRET t4/ „� �Z ry CFA Westerman/Scanned CONTRACT N0. / ll� The Proceeding people have been Contacted concerning the request for final payment 3 have released this project for such payment. 'ATION AND PUBLIC WORKS Clearance Conducted By Sharneka Kennedy ►F PROJECT COMPLETION D.O.E.Ns: 7401 e5f q&6,26 Regarding contract U7401 for CHISHOLM TRAIL MOB-PAVING&DRAINAGE as required by the 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 recommendadon of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $101,377.50 Amount of Approved Change Orders: No Revised Contract Amount: Total Cost Work Completed: $101,377.50 Less Deductions: Liquidated Damages: Days @$210.001 Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $101,377.50 Less Previous Payments: $61,908.75 Final Payment Due $39,468.75 RecommEnd for Acceptance Date Asst. irector, TPW - Infrastructure Design and Construction til 6,J _3LA ACCepteCl ��2 /� Dafe Direct TRANSPORTATION PUBLIC WORKS Asst. City Manager Date Comments: C205-541200-206760251983 EMAZ. E.D OFFICIAL RECORD CITY SECRETARY MAR 2 2016 FT. WORTH,TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHISHOLM TRAIL MOB Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION Project Type PAVING&DRAINAGE City Project Numbers 02519 DOE Number 7401 Estimate Number 2 Payment Number 2 For Period Ending 2/25/2016 W City Secretary Contract Number 117401 Contract Time 6QV Contract Date Days Charged to Date 226 Project Manager Ehia Contract is 100.00 Complete Contractor WILDSTONE CONSTRUCTION P O BOX 164429 FORT WORTH, TX 76161 Inspectors LAYER / ODEN Thursday,February 25,2016 Page I of 4 City Project Numbers 02519 DOE Number 7401 Contract Name CHISHOLM TRAIL MOB Estimate Number 2 Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION Payment Number 2 Project Type PAVING&DRAINAGE For Period Ending 2/15/2016 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------- ---- ^— --------. ------ 1 SITE CLEARING 1 LS $1,500.00 $1,500.00 1 $1,500.00 2 UNCLASSIFIED EXCAVATION BY PLAN 500 CY $3.00 $1,500.00 500 $1,500.00 3 HYDRATED LIME 4.5 TN $125.00 $562.50 4.5 $562.50 4 6'LIME TREATMENT 260 SY $85.00 522,100.00 260 $22,100.00 5 6"CONC PVMT 240 SY $35.00 58,400.00 240 58,400.00 6 4"CONC SIDEWALK 1920 SY $4.00 $7,680.00 1920 $7,680.00 7 BARRIER FREE RAMP 5 EA $500.00 $2,500.00 5 52,500.00 8 REMOVE CHAIN LINK FENCE 650 LF $35.00 $22,750.00 650 522,750.00 9 TRAFFIC CONTROL 1 MO $2,500.00 $2,500.00 1 $2,500.00 10 REMOVE CONC CURB 240 LF $15.00 $3,600.00 240 $3,600.00 11 6"CONC CURB 75 LF 545.00 $3,375.00 75 $3,375.00 —————————————————————————————————————— Sub-Total of Previous Unit $76,467.50 $76,467.50 ST LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I RDWY ILLUM ASSMBLY 3 FA $1,750.00 $5,250.00 3 $5,250.00 2 RDWY ILLUM FOUNDATION 3 EA $1,260.00 $3,780.00 3 $3,780.00 3 2'SCH 80 PVC 1240 LF $9.00 $11,160.00 1240 $11,160.00 4 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 470 LF $2.00 $940.00 470 $940.00 5 NO 2 INSULATED ELEC CONDR 20 LF $1.50 $30.00 20 $30.00 6 CONTACT ENCLOSURE,PAD MOUNT 1 EA $3,000.00 $3,000.00 1 $3,000.00 7 GROUND BOX,SMALL WAID APRON 2 FA $150.00 $300.00 2 $300.00 8 TYPE'DV GROUND BOX,LARGE WAID APRON 3 EA $150.00 5450.00 3 5450A0 Sub-Total of Previous Unit $24,910.00 S2A,910.00 -------------------------------------- Thursday,February 25,2016 Page 2 of 4 City Project Numbers 02519 DOE Number 7401 Contract Name CHISHOLM TRAIL MOB Estimate Number 2 Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION Payment Number 2 Project Type PAVING do DRAINAGE For Period Ending 2/252016 Project Funding Contract Information Summary Original Contract Amount $101,377.50 / Chance Orders Total Contract Price $101,377.50 ZVj A Date 3 2 Total Cost of Work Completed $101,377.50 Conr Less %Retained $0.00 Date / �lZ I� Net Earned $101,377.50 / - Inspection 1-V' rl Earned This Period $39,468.75 /1711,6 �/'� Retainage This Period $0.00 Date Less Liquidated Damages Project Mansw Days Q 1 Day $0.00 Date t3-is-a:;r& LessPavement Deficiency sO•00 i or PW-Infrastructure Design and Construction Less Penalty $0.00 �1 to0,;l( Less Previous Payment $61,908.75 erector ontrecting Dep»rtmen Plus Material on Hand Less 15% $0.00 Balance Due This Payment $39.468.75 3'z f Thursday,February 25,2016 Page 3 of 4 City Project Numbers 02519 DOE Number 7401 Contract Name CHISHOLM TRAIL MOB Estimate Number 2 Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION Payment Number 2 Project Type PAVING&DRAINAGE For Period Ending 225/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117401 Inspectors LAYER / ODEN Contract Date Contractor WIIDSTONE CONSTRUCTION Contract Time 60 W P O BOX 164429 Days Charged to Date 226 W FORT WORTH, TX 76161 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 $101,377.50 Less %Retained $0.00 Net Earned $101,377.50 Earned This Period 539,468.75 Retainage This Period 50.00 Less Liquidated Damages 0 Days Q 50.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $61,908.75 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $39,468.75 Thursday,February 25,2016 Page 4 of 4 FORTWORTHrev 03,05,0 rte. ....., TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CO TRACT TIME F Ii IAL STATEMENT NO.:1 NAME OF PROJECT: Chisholm Trafl Hospital Addition PROJECT NO.: 02519 CONTRACTOR: Vi ildstone Construction DOE NO.: 7401 PERIOD FROM:05/04/15 TO: 02/18/16 FINAL INSPECTION DATE: 26-Feb-16 WORK ORDER EFFECTIVE:5/4/2015 CONTRACT TIME: 60 • CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED G G CREDITED MONTH HARR GEG CREDITED 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 * DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS 226 PERIOD PREVIOUS PERIOD 0 TOTALS TO DATE 226 *REMARKS: 2 7t -/� CONTRA R ' DATE INSPECTOR DATE _AO!M ENGR4FFR TNG DEPARTMENT The City of Fort Worth•1000 11rockmorton Street•Fort Worth,TX 76012-6311 (817)392-7941•Fm(817)392-7945 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I CONTRACTOR&PROJECT DATA Name of Contractor Project Name Wildstone Construction Chisholm Trail Mob-Paving&Drainage DOE Inspector DOE Number Weyman Oden 7401 E Inspector Project Manager ❑ Water❑ Waste WaterO Storm Drainage Pavement Fred Ehia Initial Contract Amount Project Dolculty $101,337.50 0 Simple Routine 0 Complex Final Contract Amount Dale ,$101,337.50 2/26/2016 11)PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 1 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 336 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 336 III)CONTRACTOR'S RATING Maximum Score(MS)=448 2r sum of applicable element score maximums which= 448 Rating([TS/MS]•100%) 336 / 448 - 75% Performance Category Good <20%=Inadequate 20%to<40%=Wdent 40%to<60%=Standard 60%to<80%=Good 2_800=Excellent 1n+Mrtue.a Pivmntet- OFJK)N[ISpIJIlY1..$AWA�R—DED) ------ - _ -- - -- Signature DOE Inspector (/��.( V. ��ert� Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS I 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 John Kolb, President Of Wildstone Construction, LLC,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 in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Chisholm Trail MOB BY ' ! John Kolb/President Subscribed and sworn before me on thi/ate 24 of February,2016. — - - APRIL D.SELESKA Notary Public ` .t om;` Notary Public.Sicte o1 Texas , bIy Cormnission Expires Tarrant,Texas %„„? May 09.201& CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #8233-97-04 Project: Water,Sanitary Sewer,Paving and Street Light Improvements to serve Chisholm Trail Mob (Lots 1-2,Block 1,Chisholm Trail Hospital Addition) To(Owner): City of Fort Worth,Texas and Caste Development Group 1000 Throckmorton St. Contract For: See above Ft Worth,TX 76102 Contract Date: Contractor: Wildstone Construction,LLC In accordance with the provision of the Contract between the Owner and the Contractor as defined above,the Federal Insurance Company 15 Mountain View Road Warren,NJ 07059 ,Surety Company, on bond of Wildstone Construction,LLC 800 N Main Street Keller,TX 76248 ,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 the City of Fort Worth,Texas and Caste Development Group 1000 Throckmorton St. Ft 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 1st day of March,2016. Federal Insurance Company Wit Tracy Tu a Attorney-in-Fact I I 1CChubb POWER Federal Insurance Company Attn: Surety Department OF V11,01ant Insurance Company 15 Mountain View Road Surety ATTORNEY Padfic Indemnity Company Warren,NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint W.Lawrence Brown,Steven M.Tucker and Tracy Tucker of Fort Worth,Texas each as UM(r true and W*M Attorney W Fact b execute under such designation in their names and to affix their corporate seals 10 and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any Instruments amending or altering the same,and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. In witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and these presents and affixed their corporate seals on this 10 day of July,2014. t r rds,Assistant Secretary .Norris,Jr.,Vice Pre$i 4muM► ��h � �F STATE OF NEW JERSEY County of Somerset on d* 1 Wh day or July, 2014 before me,a Notary Pudic of New Jersey,personally come David J.Edwards,to me krK;wn b be Asalstant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said David J. Edwards, being by me duty swan, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows pro corporate seats thereof,that the seals affixed to the foregoing Power of Attorney are such COM"14 pals and were tMrsto aeba0 by sul holly of the By-Laws of said Companies;and Oral she signed said Power or Attomay as Assistant Secretary of sold Companies by We authority; and that she Is acquainted with David B.Norris,Jr.,and knows him to be Vim President of said Companies;and tat the signature of David B.Norris,Jr.,subscribed to said Povw ofAtIMM is In Oa genuine handwriting of David B.Noris.Jr.,and was thereto subscribed by aut hortly of said By-Laws and in deponents presence. d Notarial Seal Z,O7AR je KATHERINE A ADELAAR a►s-M NOTARY PUBLIC OF NEW JERSEY �._„ puBLit No.2316685 Notary Public ,y Commission Expires Juy 16.2019 JE CERTIFICATION Extract from the By.Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'AI powers of attorney for and on behalf of the Company may and shall be executed In the name and on beW of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with Ona Secretary or an Assistant Secretary,under their respective designations.The signskre o1 such afters may be engraved,printed or IRhographed.The signature of eoch of the following offl ars:Chairman,Prealdent,any Vice President,any Assistant Vice President any Seat".any Assistant Secretary and the seat of the Company may be affixed by facsimile to any power or attorney or to any certlOcate relsOng carob appolnfng Assistant Secretaries or Aawnsys-Yh-Fad for purposes only of exectA g and sRating bonds and undertakings and ether writings obligatory in Oro nature Iherea and any such power of saw"or certificate bearing such facsimile sigratwe or facelmle seal shall be vald and binding upon On Company and any such power so executed and eerOlad by such facalmfie signature and lacsimlle seal$half be valid and bhhdmg upon the Company Mb respect to any bad at underpkkp to which R Is atteched' 1,Dovid J.EOessd.Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Corpanies) do hereby cw*Ont 0) Oa bregorg extract of the By taws of the companies is true and o ea (i1) the Companies are duly licensed and authorized to transact surely business In all 50 of the United Slates of America and the District of Columbia and are w9w ad b/ feftea and Vigilant ane-Oeenseil-*ft 11:5.Vkfft hMndsr and fadva!•M Sanaa,Guam,Puerto Rbc,and each of ft Provinces of Canada except Puha Edwsnd War4 and (N) In foregoing Power of Attorney Is Rue,coned wW in full force and a fed Given under my hand and sats of said Compania at Wham,w this 1 st day of March, 2016. Dervid J.Edwank AsdsWA 3eaelery IN THE EVENT YOU WON TO NOTIFY US OF A CLAIM,VERFY TiE NJD ENTi 31Y OF TM BOND OR NOTIFY US OF ANY OTHER MATTER.PLEASE CONTACT UO AT AODRE88 LISTMAROMORIFY T e0J-sm Fax coos aims ►net SursbdkhLokooFn Form 15.10-02258-U GEN CONSENT Ov.02-14) FORTWORTH REV:02=07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 2/26/2016 Name of Contractor Project Name Wildstone Construction Chisholm Trail Mob-Paving&Drainage DOE inspector Project Manager Weyman Oden Fred Ehia DOE Number Project Do'icnity Type of Contract 7401 0 Simple OQ Routine 0 Complex E] Water[:] Waste WaterO Stam Drainageo Pavement Initial Contract Amount Final Contract Amount $101,337.50 $101,337.50 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS 1 Availability of Inspector I 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details rj 3 Accuracy of Measured Quantities 3 Applicability of Specifications ? 4 Display Of Professionalism 4 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 7 1 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 Signature Contractor gna Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTAnON AND PUBLIC WORKS / The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 Q (817)392-7941 •Fac(817)392-7845