Loading...
HomeMy WebLinkAboutContract 47571-FP2 Depar ibent of'1'PW Const:-Sernlces - -- - —— CPN#J Uo, Date Project Manager Risk Management S. Canady z�—t'� T WO RT H® CITY SECRET D.O.E. Brotherton CONTRACT NO. Water Dept. Esteban Per CFA�Westerman/Scanned ib ATION AND PUBLIC WORKS The Proceeding people have been Contacted concerning the request F PROJECT COMPLETION p / 0� ) 6005-q ��� for final payment&have released this project for such payment. Developer Projects) I lD Clearance Conducted B Etta Bacy City Project Ns: 100054 Regarding contract N/A for PRESIDIO TRACT W as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the reconunendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $101,449.00 Amount of Approved Change Orders:. N2 1 Revised Contract Amount: $101,449.00 Total Cost Work Completed: $101,449.00 i I a C � n Reco mended for Acceptance Date Asst, Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: -- OFFICIAL RECORD EM,4II °'n CITY SECRETARY FEB 3 2017 FT.WORTHq TX Initial: Rev.9/22/16 �R�o0 605-q City Project Numbers 100054 DOE Number 0000 Contract Name PRESIDIO TRACT W Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 10/15/2016 Project Funding Project Manager NA City Secretary Contract Number Inspectors RODGERS / MCKINNON Contract Date 2/23/2016 Contractor WILDSTONE CONSTRUCTION Contract Time 90 CD P 0 BOX 164429 Days Charged to Date 175 CD FORT WORTH, TX 76161 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 $101,449.00 Less %Retained S0.00 Net Earned S101,449.00 Earned This Period $101,449.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day 50.00 LessPavement Deficiency 50.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $101,449.00 Thursday,October 27,2016 Page 4 of 4 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRESIDIO TRACT W Contract Limits Project Type WATER&SEWER City Project Numbers 100054 DOE Number 0000 Estimate Number 1 Payment Number I For Period Ending 10/15/2016 CD City Secretary Contract Number Contract Time 9aD Contract Date 2/23/2016 Days Charged to Date 175 Project Manager NA Contract is 100.00 Complete Contractor WILDSTONE CONSTRUCTION P 0 BOX 164429 FORT WORTH, TX 76161 Inspectors RODGERS / MCKINNON Thursday,October 27,2016 Page 1 of 4 City Project Numbers 100054 DOE Number 0000 Contract Name PRESIDIO TRACT W Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 10/15/2016 Project Funding UNIT I:WATER HAPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 8"WATER LINE 10 LF $9.50 $95.00 10 $95.00 2 TRENCH SAFETY 727 LF $1.25 $908.75 727 $908.75 3 DUCTILE IRON WATER FITTING W/RESTRAINT 0.7 TN $7,200.00 $5,040.00 0.7 $5,040.00 4 6"WATER PIPE 44 LF $41.50 $1,826.00 44 $1,826.00 5 8"WATER PIPE 683 LF $47.50 $32,442.50 683 $32,442.50 6 FIRE HYDRANT 2 EA $4,678.00 $9,356.00 2 $9,356.00 7 CONNECTION TO EXISTING 4"-12"WATER 1 EA $1,840.00 $1,840.00 1 $1,840.00 MAIN 8 I"WATER SERVICE 1 EA $1,819.00 $1,819.00 1 $1,819.00 9 1/2"WATER SERVICE 1 EA $1,997.00 $1,997.00 1 $1,997.00 10 2"WATER SERVICE 4 EA $2,251.75 $9,007.00 4 $9,007.00 11 6"GATE VALVE 3 EA $1,732.00 $5,196.00 3 $5,196.00 12 8"GATE VALVE 6 EA $2,292.00 $13,752.00 6 $13,752.00 13 12'X18"TAPPING SLEEVE&VALVE 1 EA $4,788.00 $4,788.00 1 $4,788.00 Sub-Total of Previous Unit $88,067.25 $88,067.25 UNIT II:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 POST-CCTV INSPECTION 49 LF $12.00 $588.00 49 $588.00 2 MANHOLE VACUUM TESTING 2 EA $150.00 $300.00 2 $300.00 3 TRENCH SAFETY 49 LF $1.25 $61.25 49 $61.25 4 6"SEWER SERVICE 2 EA $700.00 $1,400.00 2 $1,400.00 5 8"SEWER SERVICE 1 EA $2,379.00 $2,379.00 1 $2,379.00 6 EPDXY MANHOLE LILNER 9.5 VF $73.00 $693.50 9.5 $693.50 7 4'MANHOLE 2 EA $3,560.00 $7,120.00 2 $7,120.00 8 4'EXTRA DEPTH MANHOLE 3.5 VF $240.00 $840.00 3.5 $840.00 Sub-Total of Previous Unit $13,381.75 $13,381.75 Thursday,October 27,2016 Page 2 of 4 City Project Numbers 100054 DOE Number 0000 Contract Name PRESIDIO TRACT W Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 10/15/2016 Project Funding Contract Information Summary Original Contract Amount $101,449.00 Change Orders Total Contract Price $101,449.00 Date(Z' Total Cost of Work Completed $101,449.00 nt t Less %Retained $0.00 Date/L'(/z6(7 Net Earned $101,449.00 Inspection Supervisor Earned This Period $101,449.00 �or / Retainage This Period $0.00 _r Date / �6/' Less Liquidated Damages P ojeet Manager 1 Days @ /Day $0.00 A(Alq--eLDate ) 4 t LessPavement Deficiency $0.00 Asst.D�ire/ctor/TPW-Infrastructure Design id Construction Less Penalty $0.00 L/oe d.L/• Date Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $101,449.00 Thursday,October 27,2016 Page 3 of 4 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #8239-72-96 Project: Presidio Tract W To (Owner): City of Fort Worth,Texas and Tehama Development Co.,L.P. 1000 Throckmorton St. Contract For: See above Ft Worth,TX 76102 Contract Date: Contractor: Wildstone Construction,LLC In accordance with the provision of the Contract between the Owner and the Contractor as defined above,the Federal Insurance Company 15 Mountain View Road Warren,NJ 07059 on bond of Wildstone Construction,LLC ,Surety Company, 800 N Main Street Keller, TX 76248 ,Contractor 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 the City of Fort Worth,Texas and Tehama Development Co.,L.P. 1000 Throckmorton St. Ft Worth,TX 76102 , as set forth in the said Surety Company's bond. Owner IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 31st day of October,2016. Federal Insurance Company Wi s: Tracy ucker,Attorney-in-Fact Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren,NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint W.Lawrence Brown,Steven M.Tucker and Tracy Tucker of Fort Worth,Texas -------------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMNY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 10 day of July,2014. wards,Assistant Secretary .Norris,Jr.,Vice Presi STATE OF NEW JERSEY ss. County of Somerset On this 10th day of July, 2014 before me,a Notary Public of New Jersey,personally came David J.Edwards,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said David J. Edwards, being by me duly, swom, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in deponent's presence. f Notarial Seal J KATHERINE J.ADELAAR Tc.s-o NOTARY PUBLIC OF NEW JERSEY No.2316685 PUSt Ifi' Notary Public CDmmission Expires July 16,2019 JECERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,David J.Edwards,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies') do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further, Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this 31 st day of October, 2016. V I David J.Edwards,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE OR BY Telephone 908 903-3493 Fax 908 903-3656 a-mail: surety@chubb.com Form 15-10-0225B-U GEN CONSENT(rev.02-14) WILDS+T.ONE CONS TRUCTIOiq LLC October 24,2016 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth,TX 76102 RE:Presidio Tract W,The Presidia, Lots 3R1-3R3, Block A CFA#:2016-013 City Project#: 100054 The purpose of this letter is to acknowledge that Wildstone Construction,LLC have been paid in full by Tehama Development Co., LP for the public improvements constructed to serve Presidio Tract W, Lots 3R1-3113, Block A 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, 10 n Kolb President a: PO Box 164429 Office: 817-847-8660 Fort Worth;TX 76161 Fax: 817-847-8019 Y 1`1 L D S T O`L,;`i E CONS I KUC�ION; 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 John Kolb, President of Wildstone Construction, LLC, 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: Presidio Tract W CPN#100054 BY -�— --- J�hn Kolb/President Subscri ed and sworn bef__orr me n is date 17 of January,2017. NotaryPublic Tarrant,Texas Qom- APRIL 1) SELESKA r car, p`a T4s Notary PuGIVc.State of Texas MY COMMIssiort Expires "Q1 May a9,2016 12850HiQh,�N-ay 287 Office: 817-847-8660 Fort Worth.TX 76052 Fax: 817-847-8019 FoRTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Presidio Tract W PROJECT NUMBER: 100054 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Water 6" PVC 44 Water 8" PVC 683 FIRE HYDRANTS: 2 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: V lEA 11/2" lEA 2" 4EA SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 6" PVC 2EA 8" PVC 1EA TRANSPORTATION AND PUBLIC WORKS _< The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH REV:02'22'07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: G'10/28/2016 ;',Name of Contractor (Project Name Wildstone Construction CPresidio Tract W ?DOE Inspector CProject Manager ,Jamie Rice Fred Ehia DOE Number Project Diculty ..Type of Contract N/A �Q Simple QQ Routine Q Complex P]water 0 waste water ❑Storm Drainage ❑ Pavement Initial Contract Amount lFinal Contract Amount $101,449.00 �$101,449.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING eELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS 1 Availability of Inspector 11 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications U 4 Display Of Professionalism 74 Accuracy of Plan Quantities 5 Citizen Complaint Resolution yPROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager U 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 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 _ TRANSPORTATION AND PUBLIC WORKS = The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT WORTH 8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Wildstone Constuction Presidio Tract W Inspector City Project Number Jamie Rice 100054 Construction Components Project Manager El Water 0 Waste Water ❑Storm Drainage ❑Pavement Fred Ehia Initial Contract Amount Project Difficulty $101,449.00 Q Simple QQ Routine O Complex Final Contract Amount Date $101,449.00 10/28/2016 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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 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 3 20 15 TOTAL ELEMENT SCORE(A) 336 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 336 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 336 / 448 = 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) \ / Inspector Signature Contractor Signature Inspector's Supervisor Supervisor Signa e CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116• (817)392-8306 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 1 DOE NIA NAME OF PROJECT: Presidio Tract W Contractor Wildstone YEAR: 2016 PROJECT NO.. FINAL INSPECTION DATE 10/18/2016 100054 1 WD CID CONTRACT TIME 90 I X PERIOD FROM: 10/16/2016 TO: 110/31/20161 MID - Month IDEVELOPMENA I N WORK ORDER EFFECTIVE: 12/8/2016 BEG /n nMID /n 194.4% LIP YR /n DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Sun 0 NA 2 17 Mon 0 NA 3 18 Tue 0 NA 4 19 Wed 0 NA 5 20 Thu 0 NA 6 21 Fri 0 NA 7 22 Sat 0 NA 8 23 Sun 0 NA 9 24 Mon 0 NA 10 25 Tue 0 NA 11 26 Wed 0 NA 12 27 Thu 0 NA 13 28 Fri 0 NA 14 29 Sat 0 NA 15 30 Sur. 0 NA 31 - 0 NA OP & Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 0 175 175 TOTAL TO DATE 0 1 0 1 0 1 0 1 175 175 REMARKS: Presidio Tract W. Final walk through on 10/18/2016.Stop time on 10/18/2016. No punch list. Signature: Q nature: Sig (Print Name) 11 Jamie Rice CONTRACTORRATItADATE (Z.' JJ V INSPECTOR DATE 10/25/2016