Loading...
HomeMy WebLinkAboutContract 46848-FP1 Depart e t o TP&W Const. Services DOE#��� Da Project aftge Risk Management Canady RT WORTH _ D.O.E. Brotherton � � �F�.I �( CFA Westerman/Scanned CTRACT100. The Proceeding people have been Contacted / concerning the request for final payment& have TATION AND PUBLIC WORKS released this project for such payment. OF PROJECT COMPLETION Clearance Conducted By Shameka Kennedy C� S�Q�r�eQ° �/i Z/ / D.O.E. Ns: 7397 fo L025/& Regarding contract 117397 for PINE MEADOWS PHASE I as required by the e,-i# y615el9 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 Conti-act Prices: $885,776.74 Amount of Approved Change Orders: J•o Revised Contract Amount: Total Cost Work Completed: $885,776.74 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $885,776.74 Less Previous Payments: $0.00 Final Parreet Due $885,776.74 ( (IL.,-, q- Recomm nde for Acceptance Date Asst, Dir TPW - Infrastructure Design and Construction Accepted Date Director,k/INSPORTATION & PUB4 WORKS j Asst. City Mary ger Date Comments: C205-541200-204760251683 SAILED - -- SEP ZA1.� OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PINE MEADOWS PHASE 1 Contract Limits Project Type PAVING&DRAINAGE City Project Numbers 02516 DOE Number 7397 Estimate Number 1 Payment Number 1 For Period Ending 6/30/2016 W City Secretary Contract Number 117397 Contract Time 9w Contract Date 7/14/2015 Days Charged to Date 97 Project Manager Buckley Contract is 100.00 Complete Contractor RKM UTILITY SERVICES,INC. 1604 BLUEBANK ROAD DALLAS, TX 75229-3102 Inspectors LAYER / VEGA Friday,July 08,2016 Pagel of 5 City Project Numbers 025I6 DOE Number 7397 Contract Name PINE MEADOWS PHASE 1 Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 6/30/2016 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No, Quanity Total Quanity Total --------------------------------------- I --------------------- ----- I TRENCH SAFETY 2169 LF $0.30 $650.70 2169 $650.70 2 5'X Y BOX CULVERT 63 LF $255.00 $16,065.00 63 $16,065.00 3 48"RCP CLASS lII 721 LF $151.00 $108,871.00 721 $108,871.00 4 42"RCP CLASS I1I 561 LF $123.00 $69,003.00 561 $69,003.00 5 36"RCP CLASS III 170 LF $100.00 $17,000.00 170 $17,000.00 6 30"RCP CLASS III 317 LF $70.00 $22,190.00 317 $22,190.00 7 27"RCP CLASS III 32 LF $66.00 $2,112.00 32 $2,112.00 8 24"RCP CLASS III 305 LF $54.00 $16,470.00 305 $16,470.00 9 4'SQ Y-INLET 1 EA $3,800.00 $3,800.00 1 $3,800.00 10 Y STORM JUNCTION BOX 3 EA $4,400.00 $13,200.00 3 $13,200.00 j 11 STORM JUNCTION STRUCTURE I EA $4,600.00 $4,600.00 1 $4,600.00 12 10'CURB INLET 4 EA $3,000.00 $12,000.00 4 $12,000.00 13 15'CURB INLET 5 EA $3,300.00 $16,500.00 5 $16,500.00 t 14 20'CURB INLET i EA $3,500.00 $3,500.00 1 $3,500.00 15 5'X3'TXDOT 4:1 SETB-CD SAFETY END 1 EA $4,600.00 $4,600.00 I $4,600.00 j TREATMENT 16 48"&2-36"TXDOT 4"1 SETB-CD SAFETY END 2 EA $10,000.00 $20,000.00 2 $20,000.00 17 DUAL 48"TXDOT 4:1 SETB-CD SAFETY END 1 EA $8,000.00 $8,000.00 1 $8,000.00 TREATMENT HW 18 6"DEPTH CONCRETE FLUME 6"X6"WWM 2500 SF $8.00 $20,000.00 2500 $20,000.00 (3,500 PSI) 19 MEDIUM STONE RIPRAY DRY 216 SY $62.00 $13,392.00 216 $13,392.00 ———————————————— —------------------ Sub-Total ------ --------Sub-Total of Previous Unit $371,953.70 $371,953.70 UNIT IV:PAVING IMPROVEMENTS 4` fi Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 ------------ --------------- ----1 6"CONC PVMT 9399 SY $32.00 $300,768.00 9399 $300,768.00 2 6"LIME TREATMENT 10009.937 SY $3.15 $31,531.30 10009.937 $31,531.30 p 3 HYDRATE LIME 150.149 TN $175.00 $26,276.08 150.149 $26,276.08 4 7"CONC PVMT 2720 SY $37.00 $100,640.00 2720 $100,640.00 5 8"LIME TREATMENT 2896.8 SY $3.50 $10,138.80 2896.8 $10,138.80 3 1 Friday,July 08,2016 Page 2 of 5 44j 1 City Project Numbers 02516 DOE Number 7397 Contract Name PINE MEADOWS PHASE 1 Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 6/30/20I6 Project Funding 6 HYDRATE LIME 57.96495 TN $175.00 $10,143.87 57.96495 $10,143.87 7 4"CONCRETE SIDEWALK 150 SF $4.00 $600.00 150 $600.00 8 BARRIER FREE RAMP TYPE P-1 4 EA $1,250.00 $5,000.00 4 $5,000.00 9 BARRIER FREE RAMI'TYPE R-1 12 EA $925.00 $11,100.00 12 $11,100.00 10 FURNISH&INSTALL GROUND MOUNT SIGN 8 EA $650.00 $5,200.00 8 $5,200.00 POST AND SIGN 11 24"SOLID WHITE STOP BAR PAINT(W) 24 LF $35.00 $840.00 24 $840.00 12 STREET BARRICADE(STREET DEADE ENDS) 60 LF $61.00 $3,660.00 60 $3,660.00 13 REMOVE SIDEWALK 128 SF $8.00 $1,024.00 128 $1,024.00 14 REMOVE CONCRETE PAVEMENT 380 SY $8.00 $3,040.00 380 $3,040.00 15 4"CONCRETE SIDEWALK 327 SF $4.00 $1,308.00 327 $1,308.00 16 10"CONCRETE PAVEMENT 111 LF $23.00 $2,553.00 111 $2,553.00 -------------------------------------- Sub-Total of Previous Unit $513,823.04 $513,823.04 ------------------------------------- I I Friday,July 08,2016 Page 3 of 5 l City Project Numbers 02516 DOE Number 7397 Conti-act Name PINE MEADOWS PHASE I Estimate Number I Contract Limits Payment Number 1 Project Type PAVING&DRAINAGE For Period Ending 6/30/2016 Project Funding Contract Information Summary Original ContractAmount $885,776.74 Change Orders Total Conti-act Price $885,776.75 Q20� Date 1 �� Total Cost of Work Completed $885,776.75 C ntrac r Less %Retained $0.00 Net Earned $885,776.74 ate l Earned This Period $885,776.74 Ins ctim S ery or Retainage This Period $0.00 Date #1� Less Liquidated Damages PrAt ct Mang 5� Days @ /Day $0.00 Date ' A LessPavement Deficiency $0.00 Asst. it tor/TPW-Infrastructure Design and Construction Less Penalty $0.00 Date Less Previous Payment $0.00 DireContracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $885,776.74 Friday,July 08,2016 Page 4 of 5 City Project Numbers 02516 DOE Number 7397 Contract Name PINE MEADOWS PHASE 1 Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 6/30/2016 Project Funding Project Manager Buckley City Secretary Contract Number 117397 Inspectors LAYER / VEGA Contract Date 7/14/2015 Contractor RKM UTILITY SERVICES,INC. Contract Time 90 W 1604 BLUEBANK ROAD Days Charged to Date 97 W DALLAS, TX 75229-3102 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES I Line Fund Account Center AmountGross Retainage Net Funded ------------------------------------- i I i I I I Total Cost of Work Completed $885,776.75 Less %Retained $0.00 Net Earned $885,776.74 Earned This Period $885,776.74 Retainage This Period $0.00 Less Liquidated Damages } 0 Days @ $0.00 /Day $0.00 E LessPavement Deficiency $0.00 t Less Penalty $0.00 Less Previous Payment $0.00 F Plus Material on Hand Less 15% $0.00 Balance Due This Payment $885,776.74 ( G 4 Friday,July 08,2016 Page 5 of 5 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Pine Meadows Phase 1 PROJECT NO.: 02516 CONTRACTOR: RKM Utility Services Inc. DOE NO.: 7397 PERIOD FROM:08/17/15 TO: 07/08/16 FINAL INSPECTION DATE: 11-Jul-16 WORK ORDER EFFECTIVE:7/8/2016 CONTRACT TIME: 90 O WD O 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 DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD 97 327 PREVIOUS PERIOD 0 TOTALS 97 327 TO DATE *REMARKS: CONTRACTOR) DATE INSPECTOR4 1� DATE ENGINEERING DEP ARn, ENT The City of Fort Worth• 1000 T7irockmorton Street• Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name RKM Utility Services Inc Pine Meadows Phase I DOE Inspector DOE Number Alex Vega 7397 DOE Inspector Project Manager ❑ Water ❑ Waste Water O Storm Drainage 0 Pavement Patrick Buckley Initial Contract Amount Project Difficult, $885,776.74 P Simple O Routine O Complex Final Contract Amount Date $885,776.74 17/11/2016 II)PERFORMANCE EVALUATION 0-Inadequate l-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 N 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 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 I I Property Restoration 5 Y 3 20 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 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= 408 Rating(ITS/MS] * 100%) 373 / 408 = 91% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%_F-welleni Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Si nature DOE Inspector GZ/ Signature Contractor g p .G e g Signature DOE Inspector's Supervisor r CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax:(817)392-7845 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Bryan Piper, Vice President Of RKM Utility Services, 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 I Fort Worth has been paid in full; That there are no claims pending for personal injury and/or i property damages; On Contract described as; Pine Meadows 1 BY Bryan Piper, Vice President Subscribed and sworn before me on this date 24th of August,2016. �.PY phi� wroranhn 4 CANDICE MORTON Notary Public,state of Texpg Notary Public �; My Commission Expires III0 March 29, 2017 Dallas County, State of TX ""'"� i a i 3 PINE MEADOWS DEVELOPMENT COMPANY, LLC 5137 DAVIS BLVD Fort Worth,Texas 76180 (972)762-3900 August 25, 2016 VIA EMAIL City of Fort Worth Eddie Walker CFW Inspector 8851 Camp Bowie West Fort Worth,Texas 76116 Re: Pine Meadows Water, Sanitary, Paving, and Drainage Improvements I i To Mr. Walker: r This letter is to serve notice that Pine Meadows Development Company will not charge any liquidated damages to RKM Utility Services, Inc. in the above referenced project. Very truly yours, i Kyle Kruppa, Authorized Representative E Pine Meadows Development Company, LLC i f i i i CONSENT OF SURETY OWNER o TO FINAL PAYMENT ARMTrCT CONTRACTOR 0 AfA Dowment G707 SupzrX Bond No. PB00317400172 OTHFA TO OWNER: ARCHMcr5 PROJECT SIO.: (Hank-id add—) City of Fort Worth GONTRAC'!'FOR Construction c/o Welch Engineering, Inc 1308 Norwood Drive,Suite 200 Bedford, TX 76022 PROJECT: CONTRACT DATED: (A4nnoamiaddrns� Pine Meadows, Phase 1 In accotdancewith The provisions of the Contract between the Ownerand the Contractor as indimted above,the (Muret name and aadm"ofbT1rett) i Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-1403 SURF'1'Y on Bond of II {)man name and addm,,rgfCommaur) i RKM Utility Services, Inc. 1805 Royal Lane Suite 107 Dallas,TX 75229 CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Ct)ittactor shall not Mleve the Surety of any of its obligatlons to I (lawn nameand addmt!z ojY)uwer) City of Fort Worth c/o Welch Engineering, Inc 1308 Norwood Drive, Suite 200 Bedford,TX 76022 f OWNED, as set forth in said Surety's bund. IN WITNESS WHEREOV,the Surety has bMunto set its hand on this dace; Aug ust 25, 2016 (Nuw him iihu( bp 9v nionark date acrd)year,) I i Philadelphia Indemn' urance CAnpqX (S?t+c!Y) By: Mpuvumafar tY=dmpnaeniatimi N (SCW)4?Z—rry— Tabitha Starkey Attorney-in-Fact �5 Istl LoV (Piiutec)rrtxmeatrdtitle) G707-1994 l ti 1622 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:Tbat PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of PcnnsyIvania,does hereby constitute and appoint Edward G.Britt,Jr.,David G.Miclette,David T.Mielette, Barry K.McCord,Robert C.Davis,Kristi Lovett,Ashley Britt,Joni Bowen,Heather Noles,Brett A.Tisdale,Tabitha Starkey and Rita G.Gulizo of Bowen, Miclette&Britt Insurance Agency,LLC of Houston,Texas,its true and lawful Attomey-in-fact tivith full authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$25,000,000.00 This Power of-Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the?day of July,2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1)Appoint Attomey(s)in Fact and authorize the Attorney(s)in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the i authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10TH DAY OF JUNE 2013. Q��fw-"W r',' !. NiTY• (Seal) s Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 10"day of June 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH of PENNMVANIA rft"Sul '�16W'�et,A KesM,t+xery 1`•t.r�b.k4 ISP tkf�011TNC•tCd/Yr Q*ronbN00�t?BC. 2016 Notary Public: k. (Notary Seal) residing at: Bala Cymvyd.PA My commission expires: December 18 2016 1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 10TH day of June 2013 true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this a✓ day of 1927 r; m - Edward Sayago,Corporate Secretary 31 •-_'�•s-.t•;:-. :ao; PHILADELPHIA INDEMI`IITY INSURANCE COMPANY 9 r E f FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 7 Name of Cont aclor Pry ct Name DOE Inspector Project Manager DOE Member Project DiO-11) T}pe of Contract �L Q Simple Routine 0 Complex C1 Water W Waste Water Storm DrainagePavement Inilial Contract Amount lFinal Conlracl Amount ii I ,y3C( 3Li18y S -oo II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RAG (0-4) (OT-14) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 14 2 Clarity&Sufficiency of Details 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 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timefi•ame III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector �l/ rjlJ Signature DOE Inspector's Supervisor l, INSPECTOR'S COMMENTS i I l P: �i TRANSPORTATION AND PUBLIC WORKS The City of Fort Wordi•1000 Throckmorton Street•Fort Worth,T176012-6311 (817)392-7941 •Fax:(817)392-7845 I