Loading...
HomeMy WebLinkAboutContract 47717-FP1 Department of TP &W Const. Services C,PN# a Da Z Rroject't�llanager C'TYSECRETARY Risk Management Cance `" �T WO RT H r D.O.E. Brotherton O Got#TRACT j _ / CFA Westerman/Scanned — Esteban Perez/Scanned —M12102 The Proceeding people have been Contacted concerning the request for final payment& have kTION AND PUBLIC WORKS released this project for such payment. :PROJECT COMPLETION )eveloper Projects) Clearance Conducted By ��tcrntaGz City Project Ns: 02629 Regarding contract 117498 for MORNINGSTAR DEVELOPMENT SECTION 7 PH las required by die TRANSPORTATION& PUBLIC WORKS as approved by Cit,Council on N/A through M&C N/A dne director of the TRANSPORTATION& PUBLIC WORKS upon die reconunendation of the Assistant Director of the Transportation&Public Works Department has accepted die project as complete. Original Contract Price: $69,465.52 Amount of Approved Change Orders: ($6,472.96) Ne 1 Revised Contract Amount: $62,992.56 Total Cost Work Completed: $62,992.56 � 2 '/Z •/C Recomm n ed for Acceptance Date Asst. Dir cto , TPW - Infrastructure Design and Construction Accepted / Date ® Direc or, TRANSPORTATION & PUBLIC WORKS /� /�/�f w AsSCity Manager Date Comments: E16dAILED �®®�� OFFICIAL RECORID DEC 1420 6 C'�'Y'gLc;®CRIETARY LlaltKlli - Rev.9/22/16 FORT NORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MORNINGSTAR DEVELOPMENT Contract Limits SECTION 7 PHASE I Project Type ST LIGHT City Project Numbers 02629 DOE Number 7498 Estimate Number I Payment Number 1 For Period Ending 10/5/2016 CD City Secretary Contract Number 117498 Contract Time 60;D Contract Date Days Charged to Date 223 Project Manager Buckley Contract is 100.00 Complete Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors LAYER / HOUSTON I Wednesday,October 5,2016 Page I of 4 �f 1 i l i i City Project Numbers 02629 DOE Number 7498 Contract Name MORNINGSTAR DEVELOPMENT Estimate Number I 4 Contract Limits SECTION 7 PHASE I Payment Number I I Project Type ST LIGHT For Period Ending 10/5/2016 i Project Funding STREET LIGHT Item ———— Description of Items ———— Estimated—Unit—Unit Cost —Estimated—Completed Completed No. Quanity Total Quanity Total 2 FURNISH/INSTALL RDWY ILLUM 24 EA $875.00 $21,000.00 24 $21,000.00 FOUNDATION TY]CO#1 3 2 INCH CONDUIT PVC SCH 80 COY 2025 LF $7.12 $14,418.00 2025 $14,418.00 4 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR CO#1 2025 CL $2.24 $4,536.00 2025 $4,536.00 5 RDWY ILLUM ASSEMBLY CO#I 24 EA $959.94 $23,038.56 24 $23,038.56 Sub-Total of Previous Unit $62,992.56 $62,992.56 —— ———————————— —-- ——— ———---———————— I I l i i i i I i I I I Pae 2 of 4 Wednesday,October 5,2016 g City Project Numbers 02629 DOE Number 7498 Contract Name MORNINGSTAR DEVELOPMENT Estimate Number I Contract Limits SECTION 7 PHASE I Payment Number 1 Project Type ST LIGHT For Period Ending 10/5/2016 Project Funding Contract Information Summary Original Contract Amount $69,465.52 Change Orders Change Order Number 1 ($6,472.96) Total Contract Price $62,992.56 Date L`Z( � Total Cost of Wok Completed $62,992.56 Contra Less %Retained $0.00 Net Earned $62,992.56 Date In ectio S� s r Earned This Period $62,992.56 J) Retainage This Period $0.00 Date�Vt�/ Less Liquidated Damages Pr� t Man a�er �1 Days a /Day $0.00 Date LessPavement Deficiency $0.00 s.Dire or/TPW� -Infrastructure Design and Construction Less Penalty $0.00 / l. bi �Date — I/L A Less Previous Payment $0.00 Directo6 Contracting Deparhnen n / Plus Material on Hand Less 15% $0.00 Balance Due This Payment $62,992.56 io'2a Wednesday,October 5,2016 Page 3 of 4 City Project Numbers 02629 DOE Number 7498 Contract Name MORNINGSTAR DEVELOPMENT Estimate Number I Contract Limits SECTION 7 PHASE I Payment Number I i Project Type ST LIGHT For Period Ending 10/5/2016 Project Funding Project Manager Buckley City Secretary Contract Number 117498 i Inspectors LAYER/ HOUSTON Contract Date Conti-actor INDEPENDENT UTILITY CONSTRUCTION Contract Time 60 CD 5109 SUN VALLEY DRIVE Days Charged to Date 223 CD FORT WORTH, TX 76119 Contract is .000000 Complete I CITY OF FORT WORTH f SUMMARY OF CHARGES i Line Fund Account Center AmountGross Retainage Net Funded g ------------------------------- ------- i i i i i i i ! Total Cost of Work Completed $62,992.56 Less %Retained $0.00 Net Earned $62,992.56 i Earned This Period $62,992.56 Retainage This Period $0.00 ! Less Liquidated Damages ' 0 Days n@ $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 $62,992.56 i Wednesday,October 5,2016 Page 4 of 4 i I DEVELOPER-AWARDED-PROJECT CHANGE ORDER 5115/2016 PROJECT NAME: MORNINGSTAR DEVELOPMENT,SECTION 7,PHASE 1 CHANGE CONTRACT: STREET LIGHTS ORDER No: CFA# 2016-004 CITY PARTICIPATION: NO CITY PROJECT# 2629 CHANGE DOE# 7498 ORDER WATER PROJECT# P265-603150262983 No:1 SEWER PROJECT# P275-703130262983 FILE# K-02410 INSPECTOR: GAREY HOUSTON Phone No: 817-374-0480 PROJECT MANAGER: PATRICK BUCKLEY, P.E. Phone No: 817-392-2443 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Cast City Cost Cost City Cost ORIGINAL CONTRACT 569,465.52 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $0.00 S0.00 50.00 I S0.00 S0.00 I S0.00 S0.00 S0.00 $69,465.52 50.00 0 AMOUNT OF PROP.CHANGE ORDER (56.:72.96) REVISED CONTRACT AMOUNT $0.00 $0.00 $0.00 1 S0.00 $0.00 1 50.00 $0.00 50.00 $62,992.56 50.00 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $0.00 $0.00 50.00 SO.00 $62,992.56 REVISED COST SHARE Dev.Cost: $62,992.56 City Cost: 50.00 TOTAL REVISED CONTRACT $62,992.56 Pagel You are directed to make The followin than es in the contract documents: CITY BID ITEM PAY ITEM n n QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL DEDUCT 9999.0000 20 EA Rdway Ilium Assembly-Type 11 Pole with ATBO LED Luminaire $1,659.00 -$33.180.00 ADD Rdwy.Ilium Assem.14 ft Washington Pole with 105 full cut-off LED Luminaire S23,038.56 9999.0000 24 EA INSTALL only $959.94 ADD 3441.3301 4 EA Fumish/Install Rdwy Illum Foundation Type 1 $875.00 $3.500.00 ADD 2605.3015 18 LF 2-Inch Conduit PVC SCH 80 M 57.12 5128.16 ADD 3441.3401 18 LF 6.6-6 Tdi lex Alum Electric Conductor $2.24 540.32 -S6,472.96 REASONS FOR CHANGE ORDER RECOMMENDED: APPROVED: APPROVED: WELCH ENGINEERING,INC. WILBOW- NGSTAR DEVELOPMENT CORP. INDEPENDENT UTILITY CONSTRUCT�N,INC. By: �/vnwl r t!/c By: By: �"�(� .,1✓Crf'�' Name: Timothy J.Welch,P.E. Name: Jennifer Rabon Name: Richard Wolf Title:President Title: Vice President Title: President FoRTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Morningstar Section 7 Phase 1 PROJECT NO.: 02629 CONTRACTOR: Independent Utility DOE NO. 7498 PERIOD FROM 02/16/16 TO: 09/27/16 FINAL INSPECTION DATE: 27-Sep-16 WORK ORDER EFF,ECTIVE 2/16/2016 CONTRACT TIME 60 O WD OO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS CHARGED CHARGED MONTH DURING CREDITED MONTH DURING 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 0 0 0 0 223 223 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 223 223 TO DATE *REMARKS: CO CT DATE INSPECT DATE ENGINEERING DEP AR T The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Independent Utility Construction Momingstar•Section 7 Phase 1 Inspector City Projecl Nmnber Garey Houston 02745 Construction Components Project Manager ❑Water ❑Waste Water ❑Storm Drainage ❑Pavement Pat Buckley Initial Contract Amount Project Difficulty $69,465.52 O Simple OO Routine O Complex Final Conh•act Amount Date $62,992.56 9/27/2016 II)PERFORMANCE EVALUATION 0-Inadequate 1-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 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 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 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 448 / 448 = 100% 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 AWARDED) Inspector Signature Contractor Signature t J-"Vor� Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116•(817)392-8306 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 9/27/2016 Name of Contractor Project Nante Independent Utility Construction Morningstar Development Section 7Phase 1 DOE,lnspector Project Manager Garey Houston Pat Buckley DOENttntber ProjectD�cndty Type ofConb•act 7498 10 Simple OO Routine O Complex ❑Water ❑Waste Water ❑Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Annotant $69,465.52 1$62,992.56 H)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION JPLANS&SPECIHCATIONS 1 Availability of Inspector 11 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 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 T Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 611 3 Communication 2 Timliness of Contractor Payments Lj 14 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timefi•ame III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor ,7 INSPECTOR'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 Richard Wolfe, VP Of Independent Utility Construction, 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; Morningstar Section 7 Phase 1 BY Richard Wolfe, Vice President Subscribed and sworn before me on this date 29th of September, 2016. 49WELIZABETH GRAY Notary PubAc STATEo T1±wNtary Public Carnet•Ev.Apol 18,2019 Tarrant County, Texas CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECONTRACT ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) Bond No. 7992071 PROJECT: Morningstar - Section 7, Phase 1, City Project No. 02629 (name,address) Fort Worth, Texas TO (Owner) ARCHITECT'S PROJECT NO: City of Fort Worth CONTRACT FOR: Above Project 1000 Throckinorton Street Fort Worth, Texas 76102 CONTRACT DATE: CONTRACTOR: Independent Utility Construction, hie. 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 Throclanorton 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 29th day of September 2016 I OHIO FARMERS INSURANCE COMPANY Surety Company By Attest: tt Signature of orized Representative (Seal): Kyle W. Sweeney Attorney—in—Fact Title I 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 Ifl 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," duty 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 ORT WORTH and State of TX its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in Its name, F - - - - - - -- - - - - place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - -'-�` LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS, i and to bind any of the Companies-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 Attorneys)-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 j 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." i "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 I 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 y,w,Wl,r,,, ,n,tH.r•9pr ,.,No1rNr/r Corporate .• .yqp .`�fONA(/ "��s�, ,,, WESTFIELD INSURANCE COMPANY I Seals \a.«•••.�!c' °�Q .• NS 'T WESTFIELD NATIONAL INSURANCE COMPANY �p� ��' OHIO FARMERS INSURANCE COMPANY Affixed �v,r .lac. nfi .Gfj :+,�`�?:'..• '., SEAL _, _ �= 4 �I State of Ohio "'_*"" ` Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive F 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 Seal a\A L Affixed William J. Kahelin,A rney at Law, Notary Public State of Ohio No My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: [,Frank A-Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still 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. t In Witness Whereof, I have hereunto set my'hand and affixed the seals of said Companies at Westfield Center, Ohio, this29tway of Oe Lf.' RlDi=kh ,iru4r i y neupr 2016` = t� c �, ..••�' ,,,, �o�� c��� . <�Qj NA �sv• ,I.�eS1hS�/�c,� ,aQ, , ,/�� J/�( ' SE, ;m= �%� l c` ��� "_' ! 'I Secretary .,• �� o; 1848 Frank A. Carrino,•$.ecretary BPOAC2(combined) (06-02) Y i v Y ' v September 13,2016 I Garey Houston City of Fork Worth 8851 Camp Bowie West i Fort Worth,Texas 76116 i i Re: Morningstar—Section 7, Phase 1 + + Dear Garey, + This letter is to state that no Liquidated Damages will be assessed to q g any contractors on the above referenced project. i Regards, s Michail Ducote' Regional Development Manager 214-499-2275 I 1 P s is 11 i 11 1 1 a _ h + i i