Loading...
HomeMy WebLinkAboutContract 47301-FP2 Departmen f TP &W Const. Services DOE#---A-IWDa —?.Z'{�. r`""TARY Project Manage c, /��] Risk Management C adv U WORTH, CONTRACTNO, "! ! 0 L D.O.E. Brotherto CFA Westerman/Scanned The Proceeding people have been Cortiacted concerning the request for final payment& have ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION Clearance Conducted By Shameka Kennedy D.O.E. Ne: 7488 C O zG 25 Regarding contract 217488 for CHISHOLM TRAIL RANCH PH 1 SEC las required by the G'-S y1730 TRANSPORTATION& PUBLIC WORKS as approved by City Council on N/A through TVI&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: $43,164.54 Amount of Approved Change Orders: N§ Revised Contract Amount: Total Cost Work Completed: $43,164.54 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: /I Total Deduction Amount: Total Cost Work Completed: $43,164.54 li�+�I Less Previous Payments: $0.00 Final Pa ent Due $43,164.54 I Recomm nd d for Acceptance Date Asst.. Dir ctor TPW - Infrastructure Design and Construction /6 Accepted Date ® Director, TRANSPORTATION & UBLIC WORKS Asst. C(Cy Manager Date - Comments: C205-54-1200-206760262583 Eil�l AIT'Hn OCT 1 B ?_ 16 OFFICIAL RECORD CITY SECRETARY initials __ FT.VYORTHI T FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER F Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I Project Type STREEET LIGHTING City Project Numbers 02625 DOE Number 7488 Estimate Number I Payment Number I For Period Ending 8/4/2016 W City Secretary Contract Number 217488 Contract Time 3W Contract Date 10/30/2015 Days Charged to Date 218 Project Manager Saliu Contract is 100.00 Complete Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors RODGERS / CROWLEY Thursday,August 04,2016 Page I of 4 City Project Numbers 02625 DOE Number 7488 Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER Estimate Number I Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I Payment Number I Project Type STREEET LIGHTING For Period Ending 8/4/2016 Project Funding STREET LIGATING FACILITIES Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------------------- --- 1 LED LIGHTING FIXTURES 12 EA $2,809.00 $33,708.00 12 $33,708.00 2 2"CONDUIT PVC SCH 40(T) 1191 LF $5.75 $6,848.25 1191 $6,848.25 3 NO 6 INSULATED ELEC CONDR 3573 LF $0.73 $2,608.29 3573 $2,608.29 ---------------- -------------------- ---- Sub-Total of Previous Unit $43,164.54 $43,164.54 -------------- ------------------------- Thursday,August 04,2016 Page 2 of 4 City Project Numbers 02625 DOE Number 7488 Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER Estimate Number I Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I Payment Number I Project Type STREEET LIGHTING For Period Ending 8/4/2016 Project Funding Contract Information Summary Original Contract Amount $43,164.54 Chante Orders Total Contract Price $43,164.54 Date Total Cost of Work Completed $43,164.54 Contractor Less %Retained $0.00 ` /�!/ Net Earned $43,164.54 ate Inspect' i upervisor Earned This Period $43,164.54 ,//,/`� Retainage This Period $0.00 �L Date' / Less Liquidated Damages Project V4,Nr 4 Days a /Day $0.00 A1___ Date ` LessPavement Deficiency $0.00 A s. irector P -Infrastructure Design and Construction Less Penalty $0.00 ( Date CU 41 2 Less Previous Payment $0.00 Directo ont cting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $43,164.54 Thursday,August 04,2016 Page 3 of 4 City Project Numbers 02625 DOE Number 7488 Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER Estimate Number I Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I Payment Number I Project Type STREEET LIGHTING For Period Ending 8/4/2016 Project Funding Project Manager Saha City Secretary Contract Number 217488 Inspectors RODGERS / CROWLEY Contract Date 10/30/2015 Contractor INDEPENDENT UTILITY CONSTRUCTION Contract Time 30 W 5109 SUN VALLEY DRIVE Days Charged to Date 218 W FORT WORTH, TX 76119 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 $43,164.54 Less %Retained $0.00 Net Earned $43,164.54 Earned This Period $43,164.54 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 $43,164.54 Thursday,August 04,2016 Page 4 of 4 FORTWORTH® TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 1 Pro# 2625 NAME OF PROJECT: Contractor Independent Utility PEAR: 2016 PROJECT NO.: FINAL,INSPECTION DATE 7118120 16 2625 \YD CD CONTRACT'FIINIE 180 PERIOD FROM: 7/16/2016 TO: 1 7131/20161— MID - Month 1 1! oPM l i v 1 (l'/N) N �YORh ORDER EFFECTINE: 12/1412015 BEG In) n MID I n 121.1% DAYS RE.,ISON FOR DAY OF MONTH DAYS REASON FOR DAI'OF MONTH CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Sat NIA 2 17 Sun NIA 3 18 Mon NIA 4 19 Tue NIA 5 20 Wed NIA 6 21 Thu NIA 7 22 Fri NIA 8 23 Sat NIA 9 24 Sun NIA 10 25 Mon NIA 11 26 Tue NIA 12 27 Wed NIA 13 28 Thu NIA 14 29 Fri NIA 15 30 Sat NIA 31 Sun NIA NA Wkn&Hol, Wea Ulf Oth Not Applicable SAT.SLTN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREYIOLtS PERIOD 0 218 218 TOTAL TO DATE 0 0 0 0 218 218 RENIARIiS: Time Was Stopped 7/8/2016 Signahnr: Signatur (Print Na-c) wa (Print N M ohn Crowle} CONTRACTOR DATE 1� 6 INSPECTOR DATE -�.� AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, on this day personally appeared RICHARD WOLFE, Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC., known to me to be a credible person, and after being duly sworn by me, 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 Ranch Section 1 Phase 1 - City of Fort Worth Project No. 02625 BY: Richard Wolfe—,Vice P esident SUBSCRIBED AND SWORN TO BEFORE ME on this day of 2016. DANA P.JETTY �. -_; Notary Public,stare of Texas Notar Public, State of Te My Commission Expires y E'�' June 30. 2019 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name ofContractor Projecl Alame I Chisholm Trail Ranch Sec 1 Ph 1 DOElnspector DOEManber John Crowley Pro#2625 .1)CIL'J„spvv�nr Project Manager ❑ Water ❑ Waste Water ❑ Storm Drainage❑ Pavement Gopal Saliti Initial Contract Amount Project Digicldty $43,164.54 0 Simple Routine 0 Complex Final ContractAinowit Date $43,164.54 8/12/2016 M PERFORMANCE EVALUATION 0-Liadequate t-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(> ) 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 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 N I I Property Restoration 5 N 12 After Hours Response 5 N 13 Project Connpletion 5 y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maxinutnn Score(MS)=448 or sunt of applicable element score ma,"nums which= 388 Rating;([TS/MS] n 100%) 341 / 388 = 88% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >M%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AIVARDED) Signature DOE Inspector / Signature Contractor Signature DOE Inspectors Supervisor CONTRACTOR'S COMIMENTS TRANSPORTATION AND PUBLIC WORKS The Cit,of Fort Worth• 1000 Throckmorton Street•Fort\K/ortlt,TZ 76012-6311 (817)392-7941 • Fax: (817)392-7845 CONSENT OF OWNER ❑ SURETY COMPANY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) Bond No. 4075956 PROJECT: CTR Section 1, Phase 1, City Project No. 02625 (name,address) Fort Worth, Texas TO (Owner) ARCHITECT'S PROJECT NO: F—City of Fort Worth CONTRACT FOR: Above Project 1000 Throckmorton Street Fort Worth, Texas 76102 CONTRACT DATE: CONTRACTOR: Independent Utility Construction, Inc. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the(here insert name and address of Surety Company) Ohio Farmers Insurance Company 555 Republic Drive, Suite 450 Plano, Texas 75074 SURETY COMPANY, on bond of(here insert name and address of Contractor) Independent Utility Construction, Inc. 5109 Sun Valley Drive ,CONTRACTOR, Fort Worth,Texas 76119 hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the Surety Company of any Of its obligations to(here insert name and address of Owner) City of Fort Worth 1000 Throclmorton Street Fort Worth, Texas 76102 'OWNER' as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this 18th day of July 2016 OHIO FA ERS INSURANCE COMPANY Surety Co p By Signa, de presentative Attest: (Seal): Kyle W. Sweeney Attorney—in—Fact Title Note:This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition THiS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER##AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220052 06 General Westfield Insurance Co. Power of Attorney Westfield National insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office In Westfield Center, Medina County,Ohio,do by these presents make,constitute and appoint CHARLES D.SWEENEY, MICHAEL A.SWEENEY,KYLE W.SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instrumentsorcontracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Com pant es.thereby as fully and to the same extent as If such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive, any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such Attorney-In-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8,2000). -In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 Corporate • ,`yy ,E"ti'•.� ,.•"�,pNA(� � WESTFIELD INSURANCE COMPANY Seals tr ... .'ss °�P•• NsG•,; •+ •�,.f�= WESTFIELD NATIONAL INSURANCE COMPANY Affixed .ru tp . is .�,�-� + �^ OHIO FARMERS INSURANCE COMPANY f M= � =ro ��: SEAL .:v2- _ `6l1ARiERFp �'» ^ �__ � N :m. co: rbc ` :.o1!348 ` ''.,,, ..��'s :tel'• .�9gMf14" 'ice/••••".. ..•`•i �'' -.. .• State of Ohio """*" """" ` By-Richard L. Kinnaird,Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known,who, being by me duly sworn, did depose and say,that he resides-in Medina,Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial - "N,�.NIN1ut,,,4 a ' Seal ,.`µ1A L S w. Affixed �CQ ....... William J: Kahelin,A rney at Law, Notary Public State of Ohio =N o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: 1,Frank A..Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that,fhe above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is stilt in full force and effect;-and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto 4'et'my Ni-id and affixed the seals of said Companies at Westfield Center, Ohio, this 18th day.of Jul +"`"A.D Dt,,, 2016 ,,,;1.....,.,,,,, ''`_• �� LLQ. ', :.��:^ =�;GHAAIERfp'�� �i'' ` SUL :ro ="N SEAL im 3�a•.. :vc / .Secretary �y .ac► ;yam.. .:o = 48:t Frank A. Carrino,-Secretary BPOAC2 (combined) (06-02) AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me,the undersigned authority, on this day personally appeared RICHARD WOLFE,Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC.,known to me to be a credible person, and after being duly sworn by me, 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 Ranch Section 1 Phase 1 - City of Fort Worth Project No. 02625 BY: Richard Wolfe—,XVice P esident SUBSCRIBED AND SWORN TO BEFORE ME on this day of 2016. o1,K;POB,,, DANA P. JETTY �. :tee Notary Public,state of Texas Notar Public, State of Te s My Commission Expires y �'O;�F�;•�+:�= June 30, 2019 i July 15,2016 Attn:John Crowley City of Ft.Worth-Construction Inspection Dept. Re:Chisholm Trail Ranch Sect. 1, Ph. 1 Completion and Clarification of Liquidated Damages Dear Mr.Crowley, Please allow this letter to serve as formal notice that Walton Development the property owner and Developer of the Chisholm Trail Ranch Section 1, Phase 1 project in Fort Worth,TX will not be charging any liquidated damages in regards to the completion of any public improvements for the above mentioned project. Walton acknowledges that the project was not completed in the originally anticipated time frame however,Walton is comfortable with the acceptance of the project as is in the time frame in which it was completed. Thank you for your time and consideration with regard to this issue. Should you need anything further from Walton Development, please do not hesitate to contact me directly. Sincerely, Kasey Hester Construction Manager Walton Development FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 8/12/2016 Name of Contractor Project Name Independent Utility Constriction,Inc. Chisholm Trail Secl Ph 1 DOEInspector ProjectUanager John Crowley Gopal.Sahu DOPiMunber ProjectlD ct/Ip TjpeofCon bncl Pro#2625 O Simple Q Routine Q Complex ❑ Water ❑ Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount Final ContiactAmount $43,164.54 $43,164.54 In 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 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 4 2 Clarity&Suffliciency 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 Conununication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Ail Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort\X/orth•1000 Throckmorton Street• Fort Worth,Thi 76012-6311 (817)392-7941 • Fa..:(817)392-7845