Loading...
HomeMy WebLinkAboutContract 46024-FP1 jucparnment of lrw const. services DOE#IU_ Da ' CITY SECRUAR , if Project Manager _ CONTRACT NO. JCS Z"I Risk Management J. Barksdale �, ��(� RT WORTH, D.O.E. Brotherton CFA W sterman/Scanne �9�0 ► -- ca ala Th P final in cec ople have been Contacted concerning the request rATION AND PUBLIC WORKS nn DZZl� for nal payment&have released this project for such payment. )F PROJECT COMPLETION Cr� Clearance Conducted By Etta Bacy i D.O.E. Ns: 7171 Regarding contract 117171 for LEFT BANK 54"WATER MAIN RELOCATION as required by the CS#(iGb 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 die project as complete.-----., ---� � 1 r3 Original Contract Prices: 1 �� $1,318,422.40 3 0 J t Job Amount of Approved Change Order OCA Ne 1 Revised Contract Amount: _ =� $1,318,422.40 Total Cost Work Completed: �` f $1,318,422.40 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $1,318,422.40 Less Previous Payments: Fi I Pay t Due $1,318,422.40 Recom end d for Acceptance Date Asst. Di ecto , TPW - Infrastructure Design and Construction - hid - - -- /G Accepted Date Asst. Director, WATER DEPARTMENT 4�2 Asst. City Manager Date Comments: FUND ACCT:P265-475260-6091402212 OFFICIAL RECORD -0M- Z1—'.EJD CITY SECRETARY 0 C T 2016 "FFT. WORTH, IaItIBI: L 1190VI �) L OCT 0 3 2016 sa 66) - City Project Numbers 02212 : — DOE Number 7171 Contract Name LEFT BANK 54"WATER MAIN RELOCATION Estimate Number 1 Contract Limits Payment Number I Project Type WATER For Period Ending 7/1/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117171 Inspectors DICKINSON / WATSON Contract Date Contractor EMJ CORPORATION Contract Time 365 CD 5525 N.MACARTHUR BLVD.,#400 Days Charged to Date 338 CD IRVING, TX 75038-2604 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 $1,318,422.40 Less %Retained $0.00 Net Earned $1,318,422.40 Earned This Period $1,318,422.40 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day 50.00 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 S1,318,422.40 Tuesday,July 05,2016 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LEFT'BANK 54"WATER MAIN RELOCATION Contract Limits Project Type WATER City Project Numbers 02212 DOE Number 7171 Estimate Number 1 Payment Number I For Period Ending 7/1/2016 CD City Secretary Contract Number 117171 Contract Time 36ED Contract Date Days Charged to Date 338 Project Manager Ehia Contract is 100.00 Complete Contractor EMJ CORPORATION 5525 N.MACARTHUR BLVD.,#400 IRVING, TX 75038-2604 Inspectors DICKINSON / WATSON Tuesday,July 05,2016 Page I of 4 �'F City Project Numbers 02212 DOE Number 7171 Contract Name LEFT BANK 54"WATER MAIN RELOCATION Estimate Number I Contract Limits Payment Number 1 Project Type WATER For Period Ending 7/1/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 54"POLYURETHANE COATED&MORTAR 1900 LF $399.68 $759,392.00 1900 $759.392.00 LINED STEEL AWWA C200 WATER PIPE 2 54"POLYURETHANE COATED STEEL PIPE I LS $88,008.00 $88,008.00 1 $88,008.00 FITTINGS 3 CATHODIC PROTECTION SYSTEM FOR STEEL I LS 526,495.00 $26,495.00 I $26,495.00 PIPE 4 72"CASING/TUNNEL LINER PLATE BY OTHER 48 LF $4,250.00 $204,000.00 48 $204,000.00 THAN OPEN CUT 5 CONNECTION TO EXISTING 54"WATER MAIN 2 EA 523,113.00 $46,226.00 2 $46,226.00 6 IMPORTED BACKFILL-CLSM 225 CY $18.50 $4,162.50 225 $4,162.50 7 5'MANHOLE FOR 54"WATERLINE ACCESS I EA $16,000.00 S16,000.00 l $16,000.00 8 6"COMBINATION AIR VALVE ASSEMBLY FOR 4 EA $21,652.00 586,608.00 4 $86,608.00 WATER 9 8"BLOW OFF VALVE&VAULT 2 EA $14,500.00 $29,000.00 2 $29,000.00 10 TEMP ASPHALT PAVING REPAIR 385 LF $20.00 $7,700.00 385 $7,700.00 11 TRENCH SAFETY 1852 LF $1.36 $2,518.72 1852 $2,518.72 12 SEEDING 6679 SY $1.42 $9,484.18 6679 $9,484.18 13 SWPPP>IACRE I LS $35,428.00 $35,428.00 1 $35,428.00 14 TRAFFIC CONTROL 8 MO $425.00 $3,400.00 8 $3,400.00 Sub-Total of Previous Unit $1,318,422.40 $1,318,422.40 Tuesday,July 05,2016 Page 2 of 4 City Project Numbers 02212 DOE Number 7171 Contract Name LEFT BANK 54"WATER MAIN RELOCATION Estimate Number I Contract Limits Payment Number 1 Project Type WATER For Period Ending 7/1/2016 Project Funding Contract Information Summary Original Contract Amount $1,318,422.40 Chance Orders Total Contract Price $1,315,422.40 Total Cost of Work Completed $1,318,422.40 Contractor Less %Retained $0.00 AZ� D to J/� � Net Earned $1,318,422.40 Inspection Supervisor i— Earned This Period $1,318,422.40 Retainage This Period $0.00 Date 9 3 a �(o Less Liquidated Damages Pro j t ager / Days @ /Day $0.00 Date a 1�t LessPavement Deficiency $0.00 Asst.D e or/TPPW-Infrastructure Design and Construction Less Penalty $0.00 `w" Date �� y (s Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,318,422.40 Tuesday,July 05,2016 Page 3 of 4 FoRTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.1 NAME OF PROJECT:Left Bank 54"Water Line Relocation PROJECT NO.: 2212 CONTRACTOR: EMJ Construction DOE NO. 7171 PERIOD FROM 07/16/15 TO: 06/17/16 FINAL INSPECTION DATE: 1-Jul-16 WORK ORDER EFFECTIVE 7/16/2015 CONTRACT TIME 180 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. H. 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 338 338 PERIOD PREVIOUS PERIOD TOTALS T338 338 O DATE *REMARKS 4z XI 2e f CONTRACYOR DATE IN ECTOR DATE ENGINEERING DEPART-N ENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •FIs: (817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Left Bank 54"Water Line Relocation PROJECT NUMBER: 2212 DOE NUMBER: 7171 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 54" Polyurethane&Mortar Lined C200 1900 FIRE HYDRANTS: VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS ms s' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fat:(817)392-7845 FORTWORTHRE":02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Nmne of Contractor Project Name EMJ Construction Left Bank 54"Water Line Relocation DOE Inspector DOENumber Kevin Chambers 7171 DOE Inspector Project Manager D Water ❑Waste Water ❑Storm Drainage ❑Pavement Fred Ehia Initial Contract Amount Project Difficulty $1,318,422.40 O Simple (0)Routine O Complex Final Contract Amount Date $1,318,422.40 7/1/2016 H)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE M20 1 Submission of Documents 2 Y 3 8 2 Public Notifications 5 Y 4 20 3 Plans on Site 5 Y 4 20 4 Field Supervision 15 Y 4 60 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 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 416 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(T'S) 416 Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 416 / 448 = 93% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS ANVARDED) Signature DOE Inspector &.&-Signature Contractor Signature DOE Inspector's Supervisor14.4 419 C;4 i 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 Troy L. Jackson, Vice President Of Jackson Construction, Ltd, known to me to be a credible person, who being by me duly sworn,upon his oath deposed and said; That all persons, funis, 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; 54" Water Main Relocation for Left Bank BY -'e-4164 roy L. son,Vice President Subscribed and sworn before me on this date 27th of April, 2016. Notary ublic Tarrant,Texas o""Yra, CARMEN L.ESTEP Notary Public,State of Texas Comm.Expires 04-06-2020 •�i1'of -W9 Notary IR 2410611 RECEIVED ® MAY U 9 2016 M TM Document G707 — 1994 EMJ Consent Of Surety to Final Payment PROJECT:(Name and address) ARCHITECT'S PROJECT NUMBER: OWNER: Left Bank-54"Water Main Relocation ARCHITECT:El Worth Texas CONTRACT FOR:General Construction CFA/CS#2014-045 CONTRACTOR: TO OWNER:(Name and address) CONTRACT DATED:August 04,2014 SURETY: City of Fort Worth and Centergy Retail,LLC OTHER:❑ In accordance with the provisions ofthe Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Western Surety Company 5565 Glenridge Connector NE,6th Floor,Atlanta,GA 30342 ,SURETY, on bond of (Insert name and address of Contractor) EMJ Corporation TX 5525 N.MacArthur Blvd.,Suite 400,Irving,TX 75038 ,CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth and Centergy Retail,LLC OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date:May 5,2016 (Insert in writing the month followed by the numeric date and year.) Western Surety Company (Surety (Signature of authorised representative) Attest: Patricia S.Kleehammer,Attorney-in-fact (Seal): (Printed name and title) AIA Document G707'"'—1994.Copyright®1982 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAo Document,or any portion of It,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10:05:09 on 05/05/2016 under Order No.9952527211_1 which expires on 04/07/2017,and is not for resale. User Notes: (1378964556) vvesternJurety Company POWER OF ATTORNEY APPOINTING INNIDIVIIDIJAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Mark R Brock, Dana F Davis, Patricia S Kleehammer, T Michael Langley, Dana Keith Davis, Cecil Ray Vaughan III, Individually of Rossville,GA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate sea]to be hereto affixed on this 30th day of June,2015. ��e ,aE�.� WESTERN SURETY COMPANY W�Pc N- »i�o�4 °o►r+oa aul T.Bmflat,Vice President State of South Dakota ss County of Minnehaha On this 30th day of June,2015,before me personally came Paul T.Bruflat,to me known,who,being by me duly swom,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires S. EICM February 12,2021 ! sofARY PUBLIC+` SOU1fH D/110�rq i i r CERTIFICATE S.Eich,Notary Public I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of_ MogZ j oJC �+yaEry WESTERN SURETY COMPANY W:l4��p�Aalf;a- a c3*T`Se 'v ti 4 f:.OJT•._ - 01P r' ''rw?M orP-S Form F4280-7-2012 L.Nelson,Assistant Secretary EMJ CONSTRUCTION August 10, 2016 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 Re: 54"Water Main Relocation For West 7th Development DOE#: 7171 City Project#02212 To Whom It May Concern: The purpose of this letter is to acknowledge that EMJ Corporation has been paid in full by Centergy West 7th LP for the public improvements constructed to serve the 54"Water Main Relocation at West 7'h Development in Fort Worth, Texas. As a result, we hereby waive, release, and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sincerely, Ray Catlin Executive Vice President, EMJ Corporation CC: Christopher Palmore—EMJ Corporation Robert Kirkland—EMJ Corporation Taylor Huffman—EMJ Corporation 5525 N. MacArthur Blvd Suite 400 Irving,TX 75038 WWW.EMJCORP.COM CENTERGY WEST 7TH,LP 8235 Douglas Avenue, Suite 900 Dallas,Texas 75225 August 12,2016 Via email: kevin.chambers@vrxglobal.com City of Ft.Worth Project Facilitation Division 1000 Throckmorton St. Ft.Worth,TX 76102 c/o: Kevin Chambers VRX Construction Inspector Re: Centergy West 1a LP('Developer")relating to relocation of 54"water line to serve Left Bank Community Facilities Agreement Contract No.46024 CFA 2014-045 DOE#7171 The purpose of this letter is to confirm that Centergy West 71h LP as the developer of the project will not be filing for liquidated damages against the EMJ contract for not completing the project in the 180 days required per the contract. Should you have any questions, feel free to contact West Miller at (214) 368-7200. Thank you in advance for your assistance. Kind regards, CENTERGY WEST 7TH,LP, a Texas limited partnership By: Centergy West 7th GP, LLC, a Texas limited liability company, its general artner By: West Miller, President FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 7/1/2016 Name of Contractor Project Name EMJ Construction Left Bank 54"Water Line Relocation DOEInspector Project Manager Kevin Chambers Fred Ehia DOENurnber Project Difficulty Type of Contract 7171 O Simple OO Routine O Complex P Water ❑Waste Water ❑Storm Drainage ❑Pavement Initial Contract Amount Final Contract Amount $1,318,422.40 $1,318,422.40 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 1 Accuracy of Plans to Existing Conditions y 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 3 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 2- 1 1 Change Order Processing Time 3 Communication 3 2 Timliness of Contractor Payments4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector i Signature DOE Inspector's Supervisor 0' INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS s The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845