Loading...
HomeMy WebLinkAboutContract 45381-FP1 Departlent of TP &W Const.Services DOE# ' D Project anager CITYSECREI.A<W Risk Management Y-nad s I ,T WORTH. D.O.E. Brothe n COMPACT NO. CFA WestermanfScanned The Proceeding people have been Comb6ted-concerningFthe request for final payment 8 have released this project for such payment. I,TION AND PUBLIC WORKS 5—q0-7 ` L b -?QClearance Conducted By Shameka Kennedy PROJECT COMPLETION D.O.E.Na 7193 T tv o z;z3s- Regarding contract 117193 for SANITARY&STORM IMPROVEMENTS as requited by the C'SRt elgIrBI WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the.Assistant Director of the Transportation&Public Works Department has accepted the project as 1 tom' r"M Original Contract Prices: $233,515.02 u... suN Amount of Approved Change Orders: ' " Ne 1 Revised Contract Amount: $233,515.02 Total Cost Work Completed: $233,515.02 Less Deductions: Liquidated Damages: Days @$210.001 Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: 5233,515.02 Less Previous Payments: Final Payment Due $233,515.02 6 •©a -ZAPI& Recommended for Acceptance Date Asst. Director,TPW - Infrastructure Design and Construction G- 7- ?dI G Accepted S� Date Asst. Director, WATER DEPARTMENT 3 /G Asst. Ity Manager 6tte Comments: FUND ACCT:P275-475270-7031302235 3 EMAILED OFFICIAL RECORD JUN - 2016 CITY SECRETARY FT.WORTH,TX t P a"7,,5-- b �3� ID �+� "Iti': JUN 06 201fi ?r U =- S �11io-7_ Coaa3� City Project Numbers 02235 S' DOE Number 7193 Contract Name SANITARY do STORM IMPROVEMENTS ` Estimate Number 1 Contract Limits TO SERVE TCU Payment Number 1 Project Type SEWER For Period Ending 7!29!2016 Project Funding Project Manager Un City Secretary Contract Number 117193 Inspectors LAYER / NIETO Contract Date Contractor NORTH TEXAS CONTRACTING,INC. Contract Time 120 W P.O.BOX 468 Days Charged to Date 709 W KELLER, TX 76244 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 $233,515.02 Less %Retained $0.00 Net Earned $233,515.02 Earned This Period 5133,515.02 Retainage This Period $0.00 Less Liquidated Damages 0 Days® $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty 50.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% 50.00 Balance Due This Payment $233,515.02 Monday,Februs 29,2016 Page 4 of 4 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SANYPARY&STORM IMPROVEMENTS Contract Limits TO SERVE TCU Project Type SEWER City Project Numbers 02235 DOE Number 7193 Estimate Number 1 Payment Number I For Period Ending 2292016 W City Secretary Contract Number 117193 Contract Time 12W Contract Date Days Charged to Date 709 Project Manager Long Contract is 100.00 Complete Contractor NORTH TEXAS CONTRAC NO,INC. P.O.BOX 468 KELLER, TX 76244 Inspectors LAYER / NiEfO Monday,Febnwy 29,2016 Page I of 4 City Project Numbers 02235 DOE Number 7193 Contract Name SANITARY&STORM IMPROVEMENTS Estimate Number 1 Contract Limits TO SERVE TCU Payment Number I Project Type SEWER For Period Ending 2/29/2016 Project Funding SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------- ------— — -------------------- 1 REMOVE PVMT 589 SY $18.00 $10,602.00 589 $10,602.00 2 12"SEWER ABANDONMENT PLUG 2 EA $500.00 $1,000.00 2 $1,000.00 3 REMOVE 4'SEWER MANHOLE 1 EA $1,931.00 $1,931.00 1 $1,931.00 4 CONCRETE ENCASE SEWER PIPE 30 LF 540.00 $1,200.00 30 $1,200.00 5 TEMP ASPHALT PAVING REPAIR 737 LF $8.00 $5,896.00 737 $5,896.00 6 CONC PVMT REPAIR 250 SY $73.58 $18,395.00 250 $18,395.00 7 SANITARY SEWER TESTING POST 737 LF $1.00 $737.00 737 $737.00 CONSTRUCTION CCTV 8 MANHOLE VACUUM TESTING 6 EA $100.00 $600.00 6 $600.00 9 TRENCH SAFETY 737 LF $10.00 $7,370.00 737 $7,370.00 10 CONCRETE COLLAR 6 EA $541.67 $3,250.02 6 $3,250.02 11 TRENCH WATER STOP 5 EA $90.00 $450.00 5 $450.00 12 CONCRETE ENCASEMENT FOR UTILITY PIPES 6.4 CY $13125 $840.00 6.4 $840.00 13 12"SEWER PIPE 617 LF $140.00 $86,380.00 617 $86,380.00 14 12"SEWER PIPE,CSS BACKFILL 120 LF $190.00 $22,800.00 120 $22,800.00 15 EPDXY MANHOLE LINER 47 VF $250.00 $11,750.00 47 $11,750.00 16 4'MANHOLE 6 EA $6,000.00 $36,000.00 6 $36,000.00 17 4'EXTRA DEPTH MANHOLE 56.6 VF $250.00 $14,150.00 56.6 $14,150.00 18 SAWCUT EX.PAVEMENT 1416 LF $4.00 $5,66400 1416 $5,664.00 19 CONNECT SEWER TO EXISTING MANHOLE 3 EA $1,500.00 $4,50000 3 $4,500.00 Sub-Total of Previous Unit $233,515.02 $233,515.02 —————————————————————————————————————— Monday,February 29,2016 Page 2 of 4 City Project Numbers 02235 DOE Number 7193 Contract Name SANITARY&STORM IMPROVEMENTS Estimate Number I Contract Limits TO SERVE TCU Payment Number 1 Project Type SEWER For Period Ending 2/29/2016 Project Funding Contract Information Summary Original Contract Amount 5733,515.02 Chance Orders Total Contract Price 5233,515.02 zw. Date Total Cost of Work Completed SZ33,S15.02� Con Less %Retained $0.00 Date S 3��� Net Earned $733,515.02 Inspection u r Earned This Period 5733,515.02 Retainage This Period $0.00 Date 611-7111 Less Liquidated Damages Project Manver Days Q /Day 50.00 f ate 4(v• LessPavement Deficiency $0.00 Asst,,��I f W-Infiastmcdne Design and Construction Less Penalty $0.00 ISLE L Date `— �'J G Less Previous Payment $0.00 Dirxtor/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $233,515.02 Malay,February 29,2016 Page 3 of 4 FoRTWORTH m 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Sanitary and Storm Improvements to serve Texas Christian University PROJECT NO.: 02235 CONTRACTOR: North Texas Contracting Inc. DOE NO.: 7193 PERIOD FROM:03/10/14 TO: 02/16/16 FINAL INSPECTION DATE: 25-Feb-16 WORK ORDER EFFECTIVE:3/10/2614 CONTRACT TIME: 120 0 vjl* (U DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED BGG CREDITED MONTH CHARGED DURING CREDITED 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 709 709 PERIOD PREVIOUS PERIOD TOTALS TO DATE 709 1709 *REMARKS: CONTRACTOR DATE IN ECTO DATE ENGINEERING DEPART ENT (D The City of Fort Waith•10M Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fac(817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sanitary and Storm Improvements to Serve Texas Christian University PROJECT NUMBER: 02235 DOE NUMBER: 7193 WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 12" PVC 737 PIPE ABANDONED SIZE TYPE OF PIPE LF Sewer 12 VCP 590 DENSITIES: yes NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS P The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond NO SU1125772 PROJECT: (name, address)Sanitary Sewer and Storm Drain Texas Christian University Fort Worth TX TO (Owner} -- ITEXAS CHRISTIAN UNIVERSITY AND THE CITY OFARCHITECT'S PROJECT NO:CFA No.2013-095 FORT WORTH CONTRACT FOR: 1000 Throckmorton Texas Christian University-Sanitary Sewei and Storm Drain L Worth TX 76102 J CONTRACT DATE: CONTRACTOR:NORTH TEXAS CONTRACTING,INC. In w4anJWA@ with the provisions of the Contract between the Owner and the Contractor as indicated above,the Rrore Insert name end address of lusty Company) ARCH INSURANCE COMPANY 300 Plaza Three Jersey City NJ 07311-1107 , SURETY COMPANY on bond of Rnn ins«e name and addrsas of Contractor) NORTH TEXAS CONTRACTING,INC. 4999 Keller Haslet Rd. , CONTRACTOR, Keller TX 76248 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 there insert name and address of Owner) TEXAS CHRISTIAN UNIVERSITY AND THE CITY OF FORT WORTH 1000 Throckmorton 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 23rd day Of March,2016 ARCH INSURANCE COMPANY Surety Company Attest: ��� ' 's`C```�'7' t (Seal): Signatm of Audwind Robbi Morabs Attorney-in-Fact Title NOTE: Thte fano is to ton need as a corroselan document to AIA DOOA*KT GIN, CONTRACTOR'S AFNDAVtT Of PAYMMIT Of 001 AND CLAM, Cason tidMan ONE PAGE WE AIC 0000174488 Z�IS POWER OF ATTORNEY IS NOTYALID UNLESS IT IS PRIWD ON B&M BACKGROUND. limits the is of tlrbse namad herein,and thic-0ve h "Utwfow bind the Company except In the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposi4 Currency Rate, Interest Rate or Residential Value Guarantees. g 0 ATlIr 42�`WER F A Know All Persons By These Pmsena-.'-- That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri, having its principal administrative.off Ace in Jersey City,New Jersey(hereinafter referred to as the"Company")does hereby appoint: -77-70ffi EN A. [8.�.".O' bi Morales,Soph1n-W4—=erancFM-- �Cbr J�.1, ii Zhef Westbroo Marshall of Dallas,TX(EACH) its true and lawful Aftorney(s)iiri-Fad.,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as Its act and deed: ZOE-- A—miff�- V" 4*1br surety ol Any and all bonds,undertakings. iligati 19 1 in� 4beeding Ninety Million Dollars(390.Qo. QQ MX I This authority does not permit the same obligation to be split Into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. bonds, und� cogh Zippes and other sukiityjdbligat;Oisw pu umce of these presents shall be as ling u— Company iqis,*A�,and drnply-�6 all intents an"urpoies I If the-ANne had been duly executed and adkiritWe"g by Its regularly ele� 011I at its principal administrative offish in y City,New Jersey. This Power of Attorney Is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate coples-oijbich are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force andmffk&-4"�-;.-,L Ific esic�lk �4'Senior vice Praia- --t 'VOTED.That the Chairman of %hWPr46Iidi�6r the Ex a butle L"ity Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys4ri-fact,and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of ft Company,and attach ft seal of the Company thereto,bonds, undertakings, recognizences and other sures obligatory in ftift int agents for acceptance of blig n therW,ian d any such officers the rwwrnay appoint g-Moem TirifePower of Attorney is signed'� ' d ancertifier by facsimile under ani by aWthortty of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman-of the Board,the President or the Executive'Ace President,or any Senior Vice PresldeK of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature-of the Secretary,the seal of the Company,and cerfifimildris by the Secretary,may be affixed by facsimile on any power-of a*xmy or bond executed pursuant to the resolution-adoptsy the Board of Directors on September 15, 2011, and any such p ovor i§o7ek6cuted, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. ANN—. am WAR W 00ML001 3 00 03 03 Page I of 2 Printed In U.SA WE 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 Zach Fusilier,Vice President Of North Texas Contracting,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 in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Sanitary and Storm Drain Improvements to serve TCU BY h Fusilier,VP Subscribed and swom before me on this date 22 of March,2016. 98K=nsc— ESKATHRYN MARIE KING Notary Pub 'c ary Public,State of TexasTarrant County,Texas y Commission Expires05-21-2017 FoRTWORTH REV:007 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 3/23/2016 Name of Contractor Project Name North Texas Contracting Inc. Sanitary and Storm Improvements to serve Texas Christian Un DOE Inspector Project Manager Emanuel Nieto Aaron Lon DOE Number Project D4rlculty Type of Contract 7193 1 0 Simple 0e Routine 0 complex ❑ water 21 waste water[] Storm Drainage] Pavement Initial Contract Amount Final Contract Amount $233,515.02 5233,515.02 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION I PLANS&SPECIFICATIONS 1 Availabili of Inspector ti I 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector Lf 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 4 13 Aalicabflity 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 Availabili of Project Manager I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS 0 The City of Fort Worth-I000 Thmckmortoa Street-Fort Worth,TX 76012-6311 (817)392-7941 -F=(817)392-7845 r; ICU PHYSICAL PLANT DEPARTMENT I •ffi APR March 31,2016 North Texas Contracting,Inc. 4999 Keller Haslet Road Keller,Texas 76248 RE:CFA work related to the Schollmaier Arena Project(DMC) To Whom It May Concern: North Texas Contracting performed site utility work under a CFA contract for work associated with the Schollmaier Arena Project,formally Daniel-Meyer Coliseum. TCU takes no exception with the work that was performed. All punch list items from the City Inspector were corrected,re-inspected,and North Texas Contracting has been paid in full. No liquidate damages have been or will be sought against North Texas Contracting for this project. Sine4Le ' H ro Director,Facilities Planning and Construction Texas Christian Uorversrty • TCU Box 297800 • Fort Worth,Texas 76129 (817)257-7955 FAX(817)257-5698 FoRTWORTHREV:0=0ro7 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name oJContractor Project Name North Texas Contracting Inc. Sanitary and Storm Im rovements to serve Texas Christian Un DDE Inspector DDE Number Emanuel Nieto 7193 Ebupector Project Manager ❑ Water Q Waste water[:] Storm Drainage❑ Pavement Aaron Lon Initial Contract Amount Gni✓ rove."O"Ity i.5 02 O Simple Q Routine 0 Complex Final Contract Amount c^/ Date $i-3rA"l- $75 �^ 3/23/2016 ED 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 4 20 20 4 Field Supervision 15 Y 4 60 60 5 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 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 ProRerty Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 386 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 3% III)CONTRACTOR'S RATING Maximum Score(MS)—448 QL sum of applicable element score maximums which= 41E Rating(ITS l MS]"100%) 386 / 448 - 86% Performance Category Excellent <20%—Inadequate 20•/to<40%—D#Went 40%to<60%-Stardard 60%to<80%—Good 3,80%-Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor ./// .01 IdIF 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