Loading...
HomeMy WebLinkAboutContract 47746-FP3 ------------- Depart 7,, _, f P &W Const. Services CPN# D e Projecer CT WpRTH CITY SECRETARY Risk Ment Canady CONTRACT NO. D.O.E. Brotherton CFA MScannedEsteba /Scanned The Prog people have been Contacted 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 t�� C � City Project Ns: 02747/v�ASM? es -4�y'77W Regarding contract 02747 for MATADOR ADDITION PHASE II B 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 the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $270,835.00 Amount of Approved Change Orders: Tl'o Revised Conti-act Amount: Total Cost Work Completed: $270,835.00 ILI � 3 R commended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction za 141 3/3///7 Accepte Date Director, TRANSPORTA ON & PUBLIC WORKS Asst. City Manager Date Comments: + �.►�� APR 0 5 X017 Initial: OFFICIAL RECORD I CITY SECRETARY Rev.9/22/16 FT.WORTH, TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MATADOE ADDITION PHASE 11 B Contract Limits Project Type PAVING City Project Numbers 02747 DOE Number 1034 Estimate Number I Payment Number 1 For Period Ending 3/1/2017 CD City Secretary Contract Number Contract Time 8GD Contract Date Days Charged to Date 175 Project Manager NA Contract is 100.00 Complete Contractor STABILE&WINN,INC. P.O.BOX 79380 SAGINAW, TX 76179-0380 Inspectors DICKINSON / BENNETT Wednesday,March 1,2017 Page 1 of City Project Numbers 02747 DOE Number 1034 Contract Name MATADOE ADDITION PHASE II B Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 3/1/2017 Project Funding PAVING ItemDescriptimn of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total 1 6"LIME TREATMENT 5732 SY $2.75 $15,763.00 5732 $15,763.00 2 HYDRATED LIME 104 TN $145.00 $15,080.00 104 $15,080.00 3 6"CONC PVMT 5050 SY $39.80 $200,990.00 5050 $200,990.00 4 4"CON SIDEWALK 2508 SF $6.50 $16,302.00 2508 $16,302.00 5 7"CONC CURB AND GUTTER 600 LF $22.00 $13,200.00 600 $13,200.00 6 BARRIER FREE RAMP 4 EA $1,500.00 $6,000.00 4 $6,000.00 7 SEEDING,BROAD CAST 3500 SY $1.00 $3,500.00 3500 $3,500.00 Sub-Total of Previous Unit $270,835.00 $270,835.00 Wednesday,March 1,2017 Page 2 of 4 City Project Numbers 02747 DOE Number 1034 Contract Name MATADOE ADDITION PHASE II B Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 3/1/2017 Project Funding Contract Information Summary Original Contract Amount $270,835.00 Chane Orders Total Contract Price $270,835.00 Date3 & zol Total Cost of Work Completed $270,835.00 acto Less %Retained $0.00 Net Earned $270,835.00 19 it 404;-CDate ' r Earned This Period $270,835.00 Inspection Su ervisor Retainage This Period $0.00 Date 7 Less Liquidated Damages ect Mana er Days @ /Day $0.00 r Date JV 6 LessPavement Deficiency $0.00 Dire tor/TPW-/Infrrastructure Design an Constr ction Less Penalty $0.00 f�• tJ Date 3 3l Less Previous Payment $0.00 Direct1b Contracting Departinelt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $270,835.00 Wednesday,Marcli 1,2017 Page 3 of 4 City Project Numbers 02747 DOE Number 1034 Contract Name MATADOE ADDITION PHASE II B Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 3/1/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / BENNETT Contract Date Contractor STABILE&WINN,INC. Contract Time 80 CD P.O.BOX 79380 Days Charged to Date 175 CD SAGINAW, TX 76179-0380 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 $270,835.00 Less %Retained $0.00 Net Earned $270,835.00 Earned This Period $270,835.00 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 $270,835.00 Wednesday,March 1,2017 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Matador Addition Ph II B PROJECT NO.: 02747 CONTRACTOR: Stabile&Winn DOE NO.: N/A PERIOD FROM:02/01/17 TO: 02/08/17 FINAL INSPECTION DATE: 16-Feb-17 WORT{ORDER EFFECTIVE:6/20/2016 CONTRACT TIME: 175 @) WOO 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. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 PERIOD PREVIOUS' 175 175 PERIOD TOTALS 175 175 TO DATE *REMARKS: b 2n) 6CIOR DATE SPECTOR DATE ENGINEERING DEP 1RTIIENT The CitS of Fort Worth• 1000 Throckmorton Street•Fart Worth,T176012-6311 (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 Stabile&Winn Madador Addition Ph II Inspector City Project Number Karl Bennett 2747 CazsfMction Components Project Manager ❑ Water❑ Waste Water❑ Storm Drainage[2] Pavement Aaron Lon Initial Contract Amount Project Dculty $270,835.00 O Simple Routine O Complex Final Contract Amount Date $270,835.00 3/3/2017 II)PERFORMANCE EVALUATION 0-Inadequate I -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 3 60 45 5 Work Performed 15 Y 3 60 45 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 I I 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) 418 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 418 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MSI * 100%) 418 / 448 = 93% 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 Signatur Contractor Signature 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 j - REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 3/3/2017 Name of Contractor Project Name Stabile&Winn Matador Addition Ph II DOE Inspector Project Manager Karl Bennett Aaron Lon DOE Number Project Difficulty Ttpe of Contract N/A O Simple QQ Routine O Complex ❑ water[-] Waste water❑ Storm DrainageE-1 Pavement Initial ContractAnnount Final Contract Amount $270,835.00 $270,835.00 II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0 INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 ClarityL& Sufficient 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 14 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 3 4 Resolution of Utility Conflicts 3 Bid O ening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor lt INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS s� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 S 0& Stabile & Winn , Inc . %Aklk Concrete Paving and Construction February 16, 2017 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Matador Addition PH 2-B DOE #: Not Stated City Project #: 02747 The purpose of this letter is to acknowledge that STABILE & WINN, INC. has been paid in full by Matador Commercial Parnters, LTD for the public improvements constructed to serve Matador Addition PH 2-B 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, Jerry Henderson Vice President Stabile&Winn, Inc. *P.O. Box 79380*Saginaw, Texas 76179-0380*Office 817.847.2086* Fax 817.847.2098 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 Jerry Henderson, Vice President Of Stabile &Winn, 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; Matador Addition PH 2B - City Project#02747 BY erry Henderson, Vice President Subscribed and sworn before me on this date 21 of February, 2017 No y Public arrant, Texas k- pGBp4 v 2-SEMI SK Fsi AR c tNoto a Public Stag c�{Tixas '� eF C. Expires 12-16.2019 Q , "Notary ID 13047082-7 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #CA 9998150 Project: Lots 10-40, Block 1 & Lots 1-16, Block 2, Matador Addition Phase IIB To (Owner): City of Fort Worth, Texas and Matador Commercial Partners, Ltd. 1000 Throckmorton St. Contract For: See above Ft Worth, TX 76102 Contract Date: April 22, 2016 Contractor Stabile & Winn, Inc. P O Box 79380 Saginaw, TX 76179-0380 In accordance with the provision of the Contract between the Owner and the Contractor as defined above,the Great American Insurance Company of New York 301 E Fourth Street Cincinnati, OH 45202 ,Surety Company, on bond of Stabile & Winn,Inc. P O Box 79380 Saginaw, TX 76179-0380 ,Contractor hereby approves of the final payment to the contractor and agrees that final payment to the contractor shall not relieve the Surety Companies of any of their obligations to the City of Fort Worth,Texas and Matador Commercial Partners,Ltd. 1000 Throckmorton St. Ft Worth, TX 76102 ,Owner as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Companies have hereunto set their hand this 2nd day of February, 2017. Great American Insurance Company of New York Witness: Surety Com y le _1 Tracy Tucker, torney-in-Fact GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No. 0 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J.DUNN TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22ND day of DECEMBER 1 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK OWE SEAL wl44%/"� Assistant Secretary Divisional Senior ice Presider:! DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 22ND day of DECEMBER 2015 ,before me personally appeared DAVID C.KITCHIN,to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. " $I�S811A.KOf10f� My Cwffk ott EON Oi V,= This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof-to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Q Signed and sealed this day of , d rf q SEAL � C Assistant Secretary S1185L(06/15)