Loading...
HomeMy WebLinkAboutContract 47723-FP2 Departmg f TP&W Cons . Services C-PN# t � Date Project an ger Risk Management Ca adLT WORTH® CITYSECww D.O.E. Brotherton CONTRACT NO• CFA Westerman/Scanned /2.� •1i/G Esteban Perez/Scanned --•--�- The Proceeding people have been Corftactdd concerning the request for final payment&have ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION 5-9 (PC) oo I d 31eveloper Projects) Clearance Conducted By 0&n*!6 City Project Ns: 100110 IC 510 y 7723 Regarding contract for W.R.MEADOWS-WATER&SEWER 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 recommendation of the Assistant D a &Public Works Department has accepted the project as complete. EC 1dES 1 FEB 0 8 2017 Original Contract Price: $134,713.70 B Amount of Approved Change Orders:Y Ns 1 Revised Contract Amount: $134,713.70 Total Cost Work Completed: $134,713.70 ^6.- 17 eco ' en ed for Acceptance Date Asst. irector, TPW - Infrastructure Design and Construction L 2- i v Accepted Date Asst. Director, WATER DEPARTMENT41 1Z1294 Asst. City Manager Date Comments: OFFICIAL RECORD L�111A FLED CITY SECRETARY Fig 13 2017 FT.Yi10RTH9 TX Initial: Rev.9/22/16 D ECEO V E FEB 0 8 2017 9�6) - 16 o 1) C) City Project Numbers 100110 DOE Number 0110 Contract Name W.R.MEADOWS By Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/21/2016 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / GRINDSTAFF Contract Date Contractor KEY CONSTRUCTION Contract Time 240 CD 741 WEST SECOND STREET Days Charged to Date 186 CD WICHITA, KS 67203 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 $134,713.70 Less %Retained $0.00 Net Earned $134,713.70 Earned This Period $134,713.70 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 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 $134,713.70 Friday,December 16,2016 Pa.-e 4 of 4 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name W.R.MEADOWS Contract Limits Project Type WATER&SEWER City Project Numbers 100110 DOE Number 0110 Estimate Number I Payment Number I For Period Ending 12/21/2016 CD City Secretary Contract Number Contract Time 24ED Contract Date Days Charged to Date 186 Project Manager NA Contract is 100.00 Complete Contractor KEY CONSTRUCTION 741 WEST SECOND STREET WICHITA, KS 67203 Inspectors LAYER / GRINDSTAFF Friday,December 16,2016 Page I of 4 City Project Numbers 100110 DOE Number 0110 Contract Name W.R.MEADOWS Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/21/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I DUCTILE IRON WATER FITTINGS 0.1 TN $8,000.00 $800.00 0.1 $800.00 W/RESTRAINT 2 8"PVC WATER PIPE 40 LF $55.00 $2,200.00 40 $2,200.00 3 4"WATER METER AND VAULT I EA $18,500.00 $18,500.00 1 $18,500.00 4 24"X 8"TAPPING SLEEVE&VALVE 1 EA $11,000.00 $11,000.00 1 $11,000.00 5 TRENCH SAFETY 40 LF $5.00 $200.00 40 $200.00 6 CONTENGENCY 1 LS $3,270.00 $3,270.00 1 $3,270.00 ------------------- ------------------ --- Sub-Total of Previous Unit $35,970.00 $35,970.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------- -- -- -- ----- -- — - --- -- --- - 1 POST CCTV INSPECTION 826 LF $3.00 $2,478.00 826 $2,478.00 2 MANHOLE VACUUM TESTING 4 EA $500.00 $2,000.00 4 $2,000.00 3 TRENCH SAFETY 826 LF $5.00 $4,130.00 826 $4,130.00 4 8"SEWER PIPE 806 LF $39.00 $31,434.00 806 $31,434.00 5 8"SEWER PIPE CSS BACKFILL 20 LF 6 4'MANHOLE 4 EA $5,900.00 $23,600.00 4 $23,600.00 7 4'EXTRA DEPTH MANHOLE 55 VF $475.00 $26,125.00 55 $26,125.00 8 CONTENGENCY 1 LS $8,976.70 $8,976.70 1 $81,976.70 Sub-Total of Previous Unit $98,743.70 $98,743.70 Friday,December 16,2016 Page 2 of 4 City Project Numbers 100110 DOE Number 0110 Contract Name W.R.MEADOWS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/21/2016 Project Funding Contract Information Summary Original Contract Amount $134,713.70 Chante Orders Total Contract Price $134,713.70 Date —ZJ— Total Cost of Work Completed $134,713.70 Contra r - l" Less %Retained $0.00 Date Net Earned $134,713.70 C �� InspectionS peril21r/ Earned This Period $134,713.70 Retainage This Period $0.00 1� Date Z //� Less Liquidated Damages Project Manage n1 y Days @ /Day $0.00 Date — ! LessPavement Deficiency $0.00 Asst.Direc /TP /Infrastructure Design and Construction Less Penalty $0.00 [1 6 Date Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 x Balance Due This Payment $134,713.70 !L-7,-7 Friday,December 16,2016 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: W.R.Meadows PROJECT NO.: 100110 CONTRACTOR: Key Construction DOE NO. N/A PERIOD FROM 06/20/16 TO: 12/21/16 FINAL INSPECTION DATE: 21-Dec-16 WORK ORDER EFFECTIVE 6/20/2016 CONTRACT TIME 240 O WD O CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DING CREDITED MONTH DUURINCHARGED 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 PERIOD 186 PREVIOUS PERIOD 0 TOTALS TO DATE 186 *REMARKS: C CTOR DATE SPECTOR DATE ENGINEERING DEPARTMENT 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: 12/19/2016 Name of Contractor Project Name Key Construction W.R. Meadows DOE Inspector Project Manager Connor Slaten Khal Jaafari DOE Number Project Difficulty Tvpe of Contract 100110 Q Simple Q Routine Q Complex 0 water waste water Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $134,713.70 IS134,713.70 II)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 L( 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 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 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 < �—Q— Signature DOE Inspector's Supervisor 211a INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•FortWorth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Key Construction W.R.Meadows DOE Inspector DOE Number Connor Staten 100110 DOE Inspector Project Manager Q water Q waste water Storm Drainage❑ Pavement Khal Jaafari Initial Contract Amount Project Difficulty $134,713.70 O Simple rQ Routine r Complex Final Contract Amount Date $134,713.70 12/19/2016 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 3 20 15 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) 443 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 443 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 443 / 448 = 99% 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) Signature DOE Inspector n/1._� Signature Contractor Signature DOE Inspector's Supervisor CONTRACTORS COMMENTS COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: W.R.Meadows PROJECT NUMBER: 100110 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF yes 8" PVC 40 FIRE HYDRANTS: VALVES(16" OR LARGER) n/a PIPE ABANDONED SIZE TYPE OF PIPE LF no DENSITIES: yes NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF yes 8" PVC 806 PIPE ABANDONED SIZE TYPE OF PIPE LF no DENSITIES: yes NEW SERVICES: 4" PVC 20 TRANSPORTATION AND PUBLIC WORKS ti The City of Fort Worth•1000 Throckmorton Street•Fort Worth,Thi 76012-6311 s (817)392-7941 •Fax: (817)392-7845 CONSENT OF SURETY OWNER o TO FINAL PAYMENT ARCHITECT D AIA Docurlxent G707 CONTRACTOR SURA o Bond No. 09213631 OTHER. El TO OWNER: ARCIRTECT'S PROJECT SIC?.: (XameesrdadMv&) W.R. Meadows, Inc. /City of Fort Worth, TX C4 'RAC`CPQR: Construction 2555 NE 33rd Street Fort Worth, TX 76111 PROJECT: CONTRACT DATF-D, (rUu>m and adrlr�� W.R. Meadows, CFA No. 2016-021, City Project No. 100110 In accordance with rhe provision of the Contract between ttte Owner and the Contractor as indicated above,the (Jna�rtreWrzNaud addrtcrsrof,Surx-gy Colonial American Casualty and Surety Company/ Fidelity and Deposit Company of Maryland 1299 Zurich Way Schaumburg, IL 60196-1056 SURETY, on bond of (lnsen nanat-and addmisgfConowauw) Key Construction Texas, LLC 3960 Sandshell Drive Fort Worth, TX 76137 CONTRACTOR, hereby approves of the final payment to the Conti-actor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to flrr-�!!'t nurrtc and acklreac afOrrrrc�-1 W.R. Meadows, Inc. /City of Fort Worth, TX 2555 NE 33rd Street Fort Worth, TX 76111 OWNER, as set forth in said Surety's bond. W WITNESS WREMOF,the Surety has hereunto se€its hand to this date: December 21, 2016 fff"wf1 in uvlNrrg the rxontb jolloua d IT dx morrork dwc-acrd lwar,1 Colonial American Casualty and Surety Company/Fidelity and Deposit Company of Maryland ('5tntNy)1h By: fs�nlmurroJurrtlw> 7tINYmNr�tatr72+) Attest: o (Sea)): Mary T. Flanigan Attorney-in-Fact (Afined nanre andfide) Surety Phone No. 847-605-6000 G707-1934 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Debra J.SCARBOROUGH,Christy M.BRAILE,Mary T.FLANIGAN,Laura M.BUHRMESTER,Charissa D.LECUYER,Larissa SMITH,Rebecca S.LEAL,C.STEPHENS GRIGGS,Tahitia M.FRY and Megan L.BURNS-HASTY,all of Kansas City,Missouri, EACH its true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 4th day of November,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND uStik� _'gyp D�IOgr� `. .tN..... UEA � � '`yr... '•bob._,*,,:*.c�'�•: BF Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 4th day of November,A.D.2016,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F.HALEY,Vice President,and ERIC D.BARNES,Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. C� ✓.{- \ .G/�X�Q �..J.,wr-rte ,.i�.,•?U S...:C.' Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 076-58920 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 Eric Peterman, Vice President of Construction Of Key Construction Texas, 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; W.R. Meadows, Inc./City of Ft. Worth, TX BY tll&� Name or Title Subscribed and sworn before me on this date 23 of December, 2016. ;2`"pY'P°ate; OLGA RODRIGUEZ SEGURA Notary Public, State of Texas Y 6 My Commission Expires July 28, 2019