Loading...
HomeMy WebLinkAboutContract 47172-FP2 Departm nt of TP &W Const.Services CPN# D Da e Project Manager ' — CITY SECREI'NRY L 7 Risk Management Canady l _ JWORTH, CONTRACT NO. � ��'D.O.E. Brotherton — CFA Westerman/Scanned r Z� Esteban Perez/Scanned The Proceeding people have been Contacte concerning the request for final payment& have ATION AND PUBLIC WORKS released this project for such payment. -F PROJECT COMPLETION Developer Projects) Clearance Conducted By 0-FA s 7 61117 City Project Ns: 02220 Cs4Z/ '7'/'y2 Regarding contract 317179 for SUMMER CREEK SOUTH PHASE 4 as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon die recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. OD Original Contract Price: $75,800.25 Amount of Approved Change Orders: N2 Revised Contract Amount: Total Cost Work Completed: $75,800.25 Recommend d or Acceptance Date Asst. D' ector, PW - Infrastructure Design and Construction �� I Accepted`; Date Dir 2to ANSPORTATION & PUBLIC WORKS L2 Asst. City Manager Date Comments: ZMAME Z) OFFICIAL.RECORD CITY SECRETARY JAN 10 2097 FT.WORTH,TXitial: Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SUMMER CREEK SOUTH PHASE 4 Contract Limits Project Type STREET LIGHTING IMPROVEMENTS City Project Numbers 02220 DOE Number 7179 Estimate Number 1 Payment Number 1 For Period Ending 12/19/2016 CD City Secretary Contract Number 317179 Contract Time 5CD Contract Date 9/8/2015 Days Charged to Date 344 Project Manager Buckley Contract is 100.00 Complete Contractor MELS ELECTRIC 6305 SIH45 WICHER, TX 75172 Inspectors RODGERS / CROWLEY Monday,December 19,2016 Page 1 of 4 City Project Numbers 02220 DOE Number 7179 Contract Name SUMMER CREEK SOUTH PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTING IMPROVEMENTS For Period Ending 12/19/2016 Project Funding UNIT V:STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------------- ----- ----- 1 FURNISH INSTALL GROUND BOX TYPE B 16 EA $525.00 $8,400.00 16 $8,400.00 2 RDWY ILLUM ASSEMBLY TY D-25 70W LED 16 EA $2,765.00 $44,240.00 16 $44,240.00 SIGNIE 3 FURNISHANSTALL RDY ILLUM FOUNDATION 16 EA $835.00 $13,360.00 16 $13,360.00 TY 1,2 AND 4 4 2 INCH CONDUIT PVC SCH 80(T) 1095 LF $5.85 $6,405.75 1095 $6,405.75 5 6-6-6 TRIPLEX ALUM ELECTRIC CONDUCTOR 1095 CL $3.10 $3,394.50 1095 $3,394.50 Sub-Total of Previous Unit $75,800.25 $75,800.25 ----------------------------------------- Monday,December 19,2016 Page 2 of 4 City Project Numbers 02220 DOE Number 7179 Contract Name SUMMER CREEK SOUTH PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTING IMPROVEMENTS For Period Ending 12/19/2016 Project Funding Contract Information Summary Original Contract Amount $75,800.25 Chantse Orders Total Contract Price $75,800.25 Date Total Cost of Work Completed $75,800.25 ftpe Less %Retained $0.00 � Net Earned $75,800.25 Dae C� /(O Earned This Period $75,800.25 Retainage This Period $0.00 Date IL&LOOLess Liquidated Damages Project Man �j Days @ /Day $0.00 r' Date '" LessPavement Deficiency $0.00 Asst.Director/TP - frastructure Design and ConstructionLess Penalty $0.00 Date l y / Less Previous Payment $0.00 Director o tracting Department Plus Material on Hand Less 15% $0.00 c4 Balance Due This Payment $75,800.25 Monday,December 19,2016 Page 3 of 4 City Project Numbers 02220 DOE Number 7179 Contract Name SUMMER CREEK SOUTH PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTING IMPROVEMENTS For Period Ending 12/19/2016 Project Funding Project Manager Buckley City Secretary Contract Number 317179 Inspectors RODGERS / CROWLEY Contract Date 9/8/2015 Contractor MELS ELECTRIC Contract Time 50 CD 6305 SIH45 Days Charged to Date 344 CD WICHER, TX 75172 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 $75,800.25 Less %Retained $0.00 Net Earned $75,800.25 Earned This Period $75,800.25 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 $75,800.25 Monday,December 19,2016 Page 4 of 4 FORT WORTH® TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TUVIE STATEMENT# FINAL STATEMENT# 1 Pro# 2220 NAME OF PROJECT: Contractor Mels YEAR:j 2016 PROJECT NO.: FINAL INSPECTION DATE 7/18/2016 2220 WD CD CONTRACT TIME210 X PERIOD FROM: 1 12/1/2016 TO: 112115120161 MID - Month DEVELOP (I !N)I N WORK ORDER EFFECTIVE: 1 12/112015 n I MID /11 1 163.8% DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Thu NIA 2 17 Fri NIA 3 18 Sat NIA 4 19 Sun NIA 5 20 Mon NIA 6 21 Tue NIA 7 22 Wed NIA 8 23 Thu NIA 9 24 Fri NIA 10 25 Sat NIA 11 26 Sun NIA 12 27 Mon NIA 13 28 Tue NIA 14 29 Fri NIA 15 30 Sat NIA 31 Sun NIA NA ke'An&!io! Wea ut0 Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 0 344 344 TOTAL TO DATE 0 0 1 0 0 344 344 REMARKS: Time Was Stopped 11/8x1016 Signature: Signature: (Print Name) r. (Print Name) John Crowley CONTRACTOR DATE 112jaill 16 JINSPECTOR DATE MELS ELECTRIC, L.P.71 AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me, the undersigned authorityy, a Notary Public in the state aforesaid, on this Mpersonally appeared TIMOTHY KEIERLEBER, PRESIDENT OF LS ELECTRIC, L. P. known to me to be a credible person, who being by me duly sworn, upon his oath disposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and/or property damages; On contract described as SUMMER CREEK SOUTH — PHASE 4 in the City of Fort Worth. MELS ELECTRIC L P BY _ Pres dent Subscribed and sworn before me on thiss-171hday of.������ , 2016 PaY'P, 4, Susan J. Hensley 3*; Noiury Public STATE OF TEXAS / „ My Comm.Exp.10/23/2017 NOTARY PUBLIC I AND FOR DALLAS COUNTY, TEXAS My commission expires: !U12-3 630S SOUTH I.H. 4S P.❑. Box 40 WILMER, TEXAS 751 72 PHONE: 972.441 .620B FAx: 972.441 .6394 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER ❑ Bond No. BCD1039729 PROJECT: Summer Creek South Phase 4 (name, address) TO(Owner) Summercreek South Development,LTD and Architect's Project No.: City of Fort Worth 3045 Lackland Road Contract For: Summer Creek South Phase 4 Fort Worth,TX 76116 Contract Date: September 8,2015 Conti-actor: Mels Electric,LP,6305 S Interstate Highway 45, Wilmer,TX 75172 In accordance with the provision of the Contract between the Owner and the Contractor as indicated above,the The Hanover Insurance Company, SURETY COMPANY, on bond of Mels Electric,LP,CONTRACTOR,hereby approves 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 Summercreek South Development,LTD and City of Fort Worth,OWNER, as set forth in the said Surety Company' bond. IN WITNESS WHEREOF, the Surety Company has hereunto set is hand this 7th Day of December,2016. The Hanover Insurance Company Surety Company Signature of t ized epresentative Peggy Hogan Attorney-In-Fact Attest: (Seal): Note: This form is to be used as a companion document to AIA DOCUMENT 6706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,Current Edition AIA DOCUMENT 6707• CONSENT OF SURETY COMPANY TO FINAL PAYMENT a April 1970 Edition •AIAS One Page ©1970•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave.,NW,Washington,D.C.20006 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter individually and collectively the"Company")does hereby constitute and appoint, Steven Lott,Steve Rickenbacher, David Oxford, Peggy Hogan,Sherrel Breazeale and/or Bart Russ Of Consolidated Insurance Partners of Dallas, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf,and as its act and deed any place within the United States,any and all surety bonds,recognizances,undertakings,or other surety obligations.The execution of such surety bonds, recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons. Provided however,that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and Noll 00 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981 —The Hanover Insurance Company;Adopted April 14, 1982—Massachusetts Bay Insurance Company;Adopted September 7,2001 —Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 13th day of January, 2016. THE HANOVER INSURANCE COMPANY ""'" MASSACHUSETTS BAY INSURANCE COMPANY r k q001 �Y4� CITIZENS SURANCE OMPANYOFAMERICA 1®Td 7 Robert Thomas.Vice President THE HANOVER INSURANCE COMPANY MA SA HUSETT BAY I 6'C RA CE COMPANY CIT EN 1 ISU ICE OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. J.N Mh.Wlrete.Vice F-restlent On this 13th day of January 2016 before me came the above named Vice Presidents o The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. E01EANE J. MARINO t1tNY Pu61bofar•N+Yolf Eq>fINDiane 1., a o,Ntary Public ach d.>!a2 My Contmission Expires Murch 4.2022 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts,this 7thday of December 2016. CERTIFIED COPY Theodore G.Martinez,Vice Pti identi _ C. tl 6 Texas Complaint Notice Commercial Lines IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call The Hanover Insurance Company/ Usted puede Ilamar al numero de telefono gratis de Citizens Insurance Company of America's toll-free The Hanover Insurance Company/Citizens Insurance telephone number for information or to make a Company of America's para informacion o para complaint at: someter una queja al: 1-800-343-6044 1-800-343-6044 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street 440 Lincoln Street Worcester,MA 01653 Worcester,MA 01653 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies,coverages, de Texas para obtener informacion acerca de rights or complaints at: companias,coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax: (512)475-1771 Fax: (512)475-1771 Web: http://www.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent or the reclamo,debe comunicarse con el agente o la com- company first. If the dispute is not resolved,you may pania primero.Si no se resuelve la disputa,puede contact the Texas Department of Insurance. entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This UNA ESTE AVISO A SU POLIZA: Este aviso es solo notice is for information only and does not become para proposito de informacion y no se convierte en a part or condition of the attached document. parte o condicion del documento adjunto. TI...LI......,...1--- 1 AAAI;-I..C11-1 W--l-l- AAA Al- FoRTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Mels Electric,L.P. Summer Creek South Phase 4 DOEInspector DOENumber John Crowley Project#02220 DOFIn_cperfnr Project Manager ❑ Water ❑ Waste Water❑ Storm Drainage❑ Pavement Pat Buckle Initial ContractAmount Project Dijfirulty $75,800.25 O Simple Routine O Complex Final ContractAmount Date $75,800.25 12/20/2016 H)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 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 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 323 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 323 M)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 428 Rating([TS/MS] - 100%) 323 / 428 = 75% Performance Category Good <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) C� Signature DOE Inspector Signature Contractor , Signature DOE Inspector's Supervisor ©• i'"2- CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ; tZ The City of Fort Worth• 1000 Throckmorton Street• Fort Worth,TX 76012-6311 (817) 392-7941 • Fax: (817)392-7845 FORTWORTHREV.02,22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: Name of Contractor ProjectNatne Mels Electric,L.P. Summer Creek South Phase 4 DOEInspector ProjectManager John Crowley Pat Buckl DOENunnber ProjectDicully Type nfControct Pro#02220 Q Simple *-Routine Q Complex [:1water [:1waste water❑ Storm Drainage❑ Pavement Initial ContractAmount Final ContractAmount II)PERFORMANCE EVALUATION 0-Inade nate 1 -Deficient 2 -Standard 3 -Good 4-Excellent ELEMENT [��jELEMENT - RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availabi1ity of Inspector A 1 Accuracy of Plans to Existing Conditions 2 Knowled a of bspector 2 Clarity&Sufficiency of Details 3 Accumcy of Measured Quantities j27, 3 Applicabili of Specifications 4 Display Of Professionalism a 4 Awmcy of Plan Quandfies 5 Citizen Complaint Resolution c;t. PROJECT MANAGER EVALUATION 6 Performance-Setftg up Valve Crews,Labs I Knowled And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Pa encs 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe IM COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor a T 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 Summercreere South DevefiTmnt, itd 30451,racreCandRd - Fort WOrth, IX 76116 0 817-731-7595 December 27,2016 Gra-Tex Utilities,Inc. P.O. Box 700 Arlington,Texas 76004 JLB Contracting,LLC P.O. Box 24131 Fort Worth,Texas 76124 Mels Electric,L.P. 6305 S. IH 45 Wilmer,Texas 75172 Ref:SUMMER CREEK SOUTH PHASE 4,City Project No,02220 Gentlemen, Per the Contract Section 00 52 43 AGREEMENT,Article 3.3 Liquidated Damages the Developer, SUMMERCREEK SOUTH DEVELOPMENT, LTD hereby eliminates any financial damages suffered by Developer against each Contractor for Work not completed within calendar days stated in Article 3-2 of same AGREEMENT. Sincerely, SUMMERCREEK SOUTH DEVELOPMENT, LTD 0 Larry R.Gill, Pr4iect Developer for Tim H. Fleet, President