Loading...
HomeMy WebLinkAboutContract 46021-FP1 Department of TP&W Const. Services CPN# Date Project rvlanager Risk Management Canad - IT WORTHCITY SECRETARY CRETARY D.O.E. Brotherton CFA Westerman/Scanned 1 *111?� CONTRACTNO. l lX V Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment& have 'ATION AND PUBLIC WORKS released this project for such payment. !)F PROJECT COMPLE ION r/ Clearance Conducted B I Ji M CLL I) e �[pl) ( D.O.E. Ne: 7246 Y 9a 1. � Z�� Regarding contract 117246 for WESTPORT PKWY&HASLET ROANOKE RD (WB)as required by thes� S//ozl TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of die 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: $31,182.91 Amount of Approved Chan a Orders: PP g ($4,000.00) N 1 Revised Contract Amount: $27,182.91 Total Cost Work Completed: $27,182.91 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $27,182.91 Less Previous Payments: $0.00 Final Pa nent Due $27,182.91 Recommended for Acceptance D Asst. ector, TPW - Infrastructure Design and Construction Z,01 7 Accepted Date Director, TRANSPORTATION PUBLIC WORKS Asst. City Manager Date Comments: C205-541200-207320229683 IAN a 0 017 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WESTPORT PARKWAY&HASLET ROANOKE RD Contract Limits Project Type STREET LIGHTS City Project Numbers 02296 DOE Number 7246 Estimate Number 1 Payment Number 1 For Period Ending 7/29/2016 CD City Secretary Contract Number 117246 Contract Time 12(ED Contract Date Days Charged to Date 606 Project Manager Long Contract is 100.00 Complete Contractor INTEGRATED CONSTRUCTION&DEVELOPMEN 3110 W.SOUTHLAKE BLVD,STE 120 SOUTHLAKE, TX 76092 Inspectors LAYER / VEGA Friday,July 29,2016 Page 1 of 4 City Project Numbers 02296 DOE Number 7246 Contract Name WESTPORT PARKWAY&HASLET ROANOKE RD Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTS For Period Ending 7/29/2016 Project Funding ST LIGHTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 RDWY ILLUM ASSEMBLY TY CO#1 6 EA $1,500.00 $9,000.00 6 $9,000.00 2 LED LIGHTING FIXTURE CO#1 12 EA $1,000.00 $12,000.00 12 $12,000.00 3 RDWY ILLUM FOUNDATION TY 3,5,6,AND 8 6 EA $500.00 $3,000.00 6 $3,000.00 CO#1 4 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 1119 LF $1.35 $1,510.65 1119 $1,510.65 5 2"CONDT PVC SCH 80(T) 1172 LF $1.23 $1,441.56 1172 $1,441.56 6 2"CONDT PVC SCH 80(B) 90 LF $1.23 $110.70 90 $110.70 7 GROUND BOX TYPE B 6 EA $20.00 $120.00 6 $120.00 Sub-Total of Previous Unit $27,182.91 $27,182.91 Friday,July 29,2016 Page 2 of 4 City Project Numbers 02296 DOE Number 7246 Contract Name WESTPORT PARKWAY&HASLET ROANOKE RD Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTS For Period Ending 7/29/2016 Project Funding Contract Information Summary Original Contract Amount $31,182.91 Change Orders Change Order Number 1 ($4,000.00) Total Contract Price $27,182.91 —! Date /!/ /6 Total Cost of Work Completed $27,182.91 Contrac or '` Less %Retained $0.00 Net Earned $27,182.91 to f/ Inspection Supervisor Earned This Period $27,182.91 ✓I Retainage This Period $0.00 –� Date / / Less Liquidated Damages Pro' ct Manager 1 Days @ /Day $0.00 Date (.�V LessPavement Deficiency $0.00 As t. irector/TPW-Infrastructure Desi n and C nstrucitou ' t g Less Penalty $0.00 W. Date 1 Less Previous Payment $0.00 DirectorJ Contracting Depart" rt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $27,182.91 Friday,July 29,2016 Page 3 of 4 City Project Numbers 02296 DOE Number 7246 Contract Name WESTPORT PARKWAY&HASLET ROANOKE RD Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTS For Period Ending 7/29/2016 Project Funding Project Manager Long City Secretary Contract Number 117246 Inspectors LAYER / VEGA Contract Date Contractor INTEGRATED CONSTRUCTION&DEVELOPMEN Contract Time 120 CD 3110 W.SOUTHLAKE BLVD,STE 120 Days Charged to Date 606 CD SOUTHLAKE, TX 76092 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 $27,182.91 Less %Retained $0.00 Net Earned $27,182.91 Earned This Period $27,182.91 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 $27,182.91 Friday,July 29,2016 Page 4 of 4 FORT WORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Westport Parkway&Haslet Roanoke Road PROJECT NO.: 02296 CONTRACTOR: Integrated Construction DOE NO.: 7246 PERIOD FROM:12/01/14 TO: 07/28/16 FINAL INSPECTION DATE: 28-Jul-16 WORK ORDER EFFECTIVE:5/4/2015 CONTRACT TIME: 120 O Wfl* 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. it. 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 606 PERIOD PREVIOUS 0 PERIOD TOTALS 606 TO DATE *REMARKS: ,� II CONTk,kC-T(51f f DATE INSPECTOR DA/FE ENGINEERING DEPARTDIENT e' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 CONSENT OF OWNER ARCHITECT SURETY COMPANY CONTRACTOR TO FINAL PAYMENT SURETY AIA DOCUMENT G707 Bond No. 106094639 OTHER PROJECT: Water, Sewer, Paving Drainage and Stet Improvements to serve Westport Parkway and Haslet Roanoke Road TO (Owner))— ARCHITECT'S PROJECT NO: I City of Fort Worth CONTRACT FOR: 1000 Throckmorton Street Fort Worth, TX 76102 CONTRACT DATE: CONTRACTOR: RES IHS, LLC 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). Travelers Casualty and Surety Company of America , SURETY, 4650 Westway Park Blvd. Houston,TX 77041 on bond of(here insert name and address of Contractor) RES IHS, LLC , CONTRACTOR, 3110 W. Southlake Blvd.,#120 Southlake,TX 76092 hereby approves of 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 to(here insert name and address of Owner) City of Fort Worth , OWNER, 1000 Throckmorton Street Fort Worth,TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 28th day of July 2016 Travelers Casualtyznd Sure Company.of America ( Sure Company Witness: �. /� (Seal): S1 ature of Authorize Representative= Richard Covin o Joseph R. Hulbert,Attorney-in-Fact. NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S -AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA® © 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.,NW,WASHINGTON,D.C.2000 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AMW POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 229808 Certificate No.O O 6 9 1 O 2 H O KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Marc W.Boots,Vickie Lacy,P.T.Osburn,Susan Golla,Maria D.Zuniga,Richard Covington,Joseph R.Aulbert,and Ashley Koletar of the City of Houston ,State of Texas ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 27th day of July 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ot. "w.�SANCE tf a H�= +�`�1 � �P�` 6 �1 �1 a V��` \ '•/!Ittt�� State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 27th day of July 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,TET In Witness Whereof,I hereunto set my hand and official seal. W w" v My Commission expires the 30th day of June,2021. '0U61�G * Marie C.Tetreault,Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Integrated Construction Development integrated 110 W. Southlake Blvd. 9 l' Suite 120 Integrated Housing Southlake, Texas 76092 Solutions Phone (817) 742-1851 Fax Integrated Property ax (817) 742-1852 Management Integrated Senior Living November 8,2016 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth,TX 76102 RE: Enclave at Westport DOE#: 7246 City Project#: 02296 The purpose of this letter is to acknowledge that RES ICD, LP d/b/a Integrated Construction& Development has been paid in full by RES IHS, LLC for the public improvements constructed to serve Enclave at Westport 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. RES IHS, LLC will not charge RES ICD, LP liquidated damages. Please feel free to contact me with any questions. Sincerely, ambro,II Vice President RES IHS,LLC 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 Kenneth W. Fambro, II, Vice President of RES ICD, LP,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 there are no claims pending for personal injury and/or property damage; On Contract described as: Westport Parkway and Haslet-Roanoke Road BY: Ke o, II Subscribed and sworn before me on this date 0 of N 2016. ]CHRISTIMSCHW]APIZ fissionrxNotary Public "16,ao, Tarrant County,Texas '"Ir°f``''� FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name RES ICD, LP WESTPORT PKWY&HASLET ROANOKE RD. DOE Inspector DOE Number Alex Vega 7246 DOE Inspector Project Allanager PI Water O Waste Water I] Storm Drainage El Pavement Aaron Long Initial Contract Amount Project Difficulty $410,580.18 0 Simple O Routine O Complex Final Contract Amount Date $410,580.18 8/30/2016 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 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 11 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%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS NVARDED) Signature DOE Inspector (� Si nature Contractor : Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS ,z� TR,-UNSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 .� 1 (817)392-7941 •Fax: (817) 392-7845 § $ 0 0 0 0 2 s a S o 0 0 0 « S s \ y / ) / { z m / / m j > / j d \ \ > ® z ® m m » m in a e # / % e m 0 ° 2 o w ® 2 0 A ; f 0 9 0 0 \ \ / / \ a § § m§ ) j } « ) / 2 9 / / / ) 0 )0 -4 / ` A j j / / / G 2 am ` ® m / / z ; § / ) 3 --I 70` \ ~ ) C: ® / 0m f 3 r)—41 d G \ J / _ - $ a co .. - p § \ / \ \ § x _ < } 0 { < co co / m � > \ 0M _ > / 3 2 CA m § 0 ® \ f 2 / n ee \ 3 « - % � \ \ 0 \ \ / 00 a _ H \ I 0 < \ JS o 2CD \ / 0 j 2 , ! 2 _ a / \ _ 00 ° ° z \ \ \ \ \ } � 0 \ , � g \ § n @f ) \ z / \ \ \ r r \ � 0 :-4 2 \ § § § g k $ » 3 \ \ k \ § \ S (n 0 \ o § _ CD / j co g CD< o N C (0 0 N COL z 7 7 7 7 7 CL N p CCC < 0 << 3 3 3 < 3 3 = o A - - -00CoD-- -- w D — m 3 `° `" CD z Z Z Z `° `° ""�� m °' 3 3 3 o m 3 3 3 3 Z Z 3 # m M wN � f f wmcn � v 3 M CD 3 3 m 0 z m 3 3 3 o 1 3 w M f m CD v v w M C M O xo. 3fD 13 C) C {Gp A A A W(O j j cD j N j W W7 N O 3 A A Cw0•COO N -+•(OD W D1 W•�() •tD w o N - W ' (JCJWC OOOO COOo -i o # C W ,7,�, 8 N O O O W�O (n 0 0 N 7 7 — z m y. N o w N O W W O O N(071 l�J 0 0 m N N D z j Q N m N ? fTi C) cn cn a A 88 J o a o 5� � �n f�D 7 IT [T1 T (}� (i� � �V b OD N N w �1 D 3 m o 0 0 $� o T �o n � 7 c� �? a m o d 3 �, � i"m m 3. y o .nmN a3 X- 0 u o v 3 N ° n 0o o A `M O 7 r� ' O n .Z7 F w��3 � wp� o0 5Rom a 0 m 7 N C 7 C»o 0 W 7 - �n 1 3 3 to n $ n FF T C � fD N �%Oa N , 3 ��.-. CA N iz (J C D w(n C —o OT Cn i3 - DZ;CD - _ O —z m rn (O7 cpA' �� w n CL N O co 00 O_ (D O O CD < q O M a o m � m N m 7 C7 N i A e%w Hi GY fA 6q Z qCf1[A EA W V�36, L' G O O N In w W U1 M -4 p W-� a p 0 0 0 N W V O O N O w 0 0 0 0CD 0 0 0 0 C,0 p w `'L p O O O O O O O O O O p p O N C, o0o Ob oo m }� N nCACO7� ±' W NC,� 0 0� O N0000 ._ - - - 0 D O = _ - CD ONr- 00 _ O O p o - -• C:, 0 0 N FORTWORTHREV:02122/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: name of Contractor ;Project:Varve 1c-�,�. ___ - T, QG_� rt�� 4. DOE Inspector i Pr ecf Manazer tow I-OA[el DOE Number - .i Project Diffj ' Tgpe of Contract ;O Simple O Routine OComplex Water Waste Water lXstormDrainage [(Pavement Initial Contracf 4mount ; in 1 Contract.knotmt II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING !ELEMENT RATING f (0-4) t (0-4) ;:INSPECTION EVALUATION _ =PLANS&SPECIFICATIONS --------------- I m Availability of Inspector -4 ;I_ Accuracy of Plans to Existing Conditions 3 Knowledge of InspectorClarity&Sufficiency of Details 3 Accuracy of Measured Quantities Nµ13 Applicability of Specifications� �__._._. 4--Display Of Professionalism i4 Accuracy of Plan Quantities _ +J S.�CitizenCp Complaint Resolution..._.._.._..__..._,_^._� �__.._-_..._,._.-�.___...._._..__—_--_ _ - _ _ �{ IPROJECT MANAGER EVALUATION 4 b Performance-Setting up Valve Crews.Labs ` l Knowledge And/Or Problem Resolution ADMINISTRATION _ --2 Availability of Project Manager -- __.r --_ _ ..__ I Change Order Processing Time - =3 Communication 2 Timliness of Contractor Pavments 'Y 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor _ Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TR.-NISPORTATION-ND PUBLIC WORKS •,, The City of Fort l�'orth•100£7 Thtockmarton Street•Fort�'orih,T�76012-6311 (817)392-7941 -Fax:(817)392-7845