Loading...
HomeMy WebLinkAboutContract 47566-FP2 DepartWci Const.Services CPN# Date Projec - Risk Management ad ' f �T AVO RT H D.O.E. Brotherton — T H. CITY SECRETARY CFA Morales/Scanned CONTRACT NO. Gutzler/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 COMPLETION Developer Projects) DaC75 j Clearance Conducted By (4~16 City Project.Ys: 02664 f ft �J :Gell'/ 9#,F756 4, Regarding contract 217520 for REMINGTON FALLS 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: $71,928.35 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $71,928.35 V �� �k Recommended for Acceptance Date �.� Asst. irector, TPW - Infrastructure Design and Construction 'i� �"'• Accepted 0 Date Director, TRANSPORTATIO PUBLIC WORKS Asst. City Manager Date v � Comments: A.A APR 2� 017 OFFICIAL RECORD int$ia2: CITY SECRETARY ; FT.woRTrrl,Tx Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name STREET LIGHT IMPROVEMENTS TO SERVE REMINGTON FALLS Contract Limits Project Type STREET LIGHTS City Project Numbers 02664 DOE Number 7520 Estimate Number I Payment Number I For Period Ending 3/8/2017 CD City Secretary Contract Number 217520 Contract Time 46:D Contract Date 11/20/2015 Days Charged to Date 334 Project Manager Sahu Contract is .00000 Complete Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors LAYER / MILLER,T Wednesday,March 8,2017 Page 1 of 4 City Project Numbers 02664 DOE Number 7520 Contract Name STREET LIGHT IMPROVEMENTS TO SERVE REMINGTON FALLS Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTS For Period Ending 3/8/2017 Project Funding UNIT I:STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 RDWY ILLUM ASMBLY TY 8,11,D-15 AND D- 20 EA $1,911.00 $38,220.00 20 $38,220.00 2 RDWY ILLUM FOUNDATION TY 1,2,AND 4 20 EA $1,106.00 $22,120.00 20 $22,120.00 3 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 1135 LF $2.38 $2,701.30 1135 $2,701.30 4 1 1/4"CONDT PVC SCH 90(T) 1135 LF $7.83 $8,887.05 1135 $8,887.05 Sub-Total of Previous Unit $71,928.35 $71,928.35 Wednesday,March 8,2017 Page 2 of 4 City Project Numbers 02664 DOE Number 7520 Contract Name STREET LIGHT IMPROVEMENTS TO SERVE REMINGTON FALLS Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTS For Period Ending 3/8/2017 Project Funding Contract Information Summary Original Contract Amount $71,928.35 ChanIze Orders Total Contract Price $71,928.35 aia, Date Total Cost of Work Completed $71,928.35 Co rac0. ) Less %Retained $0.00 Net Earned $0.00 Date -1)2—, InspecSu rv' r Earned This Period $0.00 Retainage This Period $0.00 Date t 7 Less Liquidated Damages P oject Ma ge 4 Days @ /Day $0.00 Date LessPavement Deficiency $0.00 As—t rector/TPW-Infrastructure Design and Con truction Less Penalty $0.00 (Jv Date Less Previous Payment $0.00 Director ontracting Departm nt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Wednesday,March 8,2017 Page 3 of 4 City Project Numbers 02664 DOE Number 7520 Contract Name STREET LIGHT IMPROVEMENTS TO SERVE REMINGTON FALLS Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTS For Period Ending 3/8/2017 Project Funding Project Manager Sahu City Secretary Contract Number 217520 Inspectors LAYER / MILLER,T Contract Date 11/20/2015 Contractor INDEPENDENT UTILITY CONSTRUCTION Contract Time 45 CD 5109 SUN VALLEY DRIVE Days Charged to Date 334 CD FORT WORTH, TX 76119 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 $71,928.35 Less %Retained $0.00 Net Earned $0.00 Earned This Period $0.00 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 $0.00 Wednesday,March 8,2017 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Remington Falls PROJECT NO.: 02664 CONTRACTOR: Independent Utility Const. DOE NO.: NA PERIOD FROM 04/08/16 TO: 03/07/17 FINAL INSPECTION DATE: 13-Mar-17 WORK ORDER EFFECTIVEA/8/2016 CONTRACT TIME: 45 O WO* 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 DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD PREVIOUS PERIOD TOTALS 334 TO DATE *REMARKS: 414'4442 CONTRAC R bATE SPECTOR DATE ENGINEERING DEPARTMENT �E The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Nance Independent Utility Construction Remington Falls Inspector City Project Number Thomas Miller 02664 Cansbvelion Components Q l-�� -59 Project Manager [:] Water❑ waste water[] Storm Drainage❑ Pavement Gopal Sahu Initial Contract Amount ProjectDifficulty $71,928.35 Q Simple Routine Q Complex Final Contract Amount Date $71,928.35 3/7/2017 I1)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 2 8 4 2 Public Notifications 5 Y 2 20 10 3 Plans on Site 5 Y 2 20 10 4 Field Supervision 15 Y 2 60 30 5 Work Performed 15 Y 2 60 30 6 Finished Product 15 Y 2 60 30 7 Job Site Safety 15 Y 2 60 30 8 Traffic Control Maintenance 15 Y 2 60 30 9 Daily Clean Up 5 Y 2 20 10 10 Citizen's Complaint Resolution 5 Y 2 20 10 11 Property Restoration 5 Y 2 20 10 12 After Hours Response 5 Y 2 20 10 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 224 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 224 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS I MS] * 100%) 224 / 448 = 50% Performance Category Standard <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspectm°s Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Co actor Signature Inspector's Supervisor Si ature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TZ 76116• (817)392-8306 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, on this day personally appeared RICHARD WOLFE, Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC., known to me to be a credible person, and after being duly sworn by me, 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: Remington Falls - Cityroject No. 02664 BY: &ehardKVkolfe',Vice President // A SUBSCRIBED AND SWORN TO BEFORE ME on this l day of �-�hrClGt r , 2017. ) r� Notary Public, State of Texas CHRISTINA GARCIA 4P.•••V9�i otary Public,State of Texas Comm. Expires 12-20-2020 Notary ID 130940785 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT CONTRACTOR ❑❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) Bond No. 7992068 PROJECT: Remington Falls, City Project No. 02664 (name,address) Fort Worth, Texas TO (Owner) ARCHITECT'S PROJECT NO: I City of Fort Worth CONTRACT FOR: Above Project 1000 Throcicmorton Street Fort Worth, Texas 76102 CONTRACT DATE: CONTRACTOR: Independent Utility Construction, Inc. 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) Ohio Farmers Insurance Company 555 Republic Drive, Suite 450 Plano, Texas 75074 ,SURETY COMPANY, on bond of(here insert name and address of Contractor) Independent Utility Construction, Inc. 5109 Sun Valley Drive CONTRACTOR, Fort Worth, Texas 76119 hereby approves of the final payment to the Contractor, and agrees that the 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 1000 Throcicmorton Street OWNER' Fort Worth, Texas 76102 ' as set forth in the said Surety Company's bond. IN WI'T'NESS WHEREOF, The Surety Company has hereunto set its hand this 6th day of February 2017 OHIO FAE=S INSURANCE COMPANY Surety Com By Signature uthorized epresenta the Attest: (Seal): Kyle W. Sweeney Attorney-in-Fact Title Note:This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING 1 HI5 SAIVIt POWER#AND ISSUED PRIOR TO 04120111, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220052 06 General Westfield Insurance Co. Power of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W.SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent-as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 . Corporate :e-OURAIr. ,, `,,•'(%nNqtZ '�11St/p",�-••,�,o WESTFIELD INSURANCE COMPANY Seals �r�� .•••••••��F.:t ,.•'�?.•• "" •NSG: -:"!�C WESTFIELD NATIONAL INSURANCE COMPANY Affixed zo •� �, Q. A': -�:'• + :<'' OHIO FARMERS INSURANCE COMPANY �`•• ro� 'r3 SEAL IME 9M '` 'C11t+RIERfp - State of Ohio Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say,that he resides-in Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;.that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal •••` R�A L S Affixed Oir r William J. Kahelin,A rney at Law, Notary Public State of Ohio o My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: �q0•1�,. T�......••"``.•` I, Frank A.Carrino, Secretary.of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 6th day of Februg,),—.D., 2017 p, �e SEAL ,.Ab �; SEAL n_ :Col. :ate J ► Secretary ..• y� �� ._o ;•1848 ;�_ Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) 5109 Sun Valley Drive Fort Worth,Texas 76119 817-478-4444 www.iuctx.com March 11,2017 City of Fort Worth CFA AdrfiI istration 1000 Throckmorton St. Fort Worth,TX 76102 Project Name: Remington Falls City Project No.: 02664 The purpose of this letter is to acknowledge that Independent Utility Construction, Inc. (the "Contractor") has been paid in full by CADG Golden Triangle 33, LLC (the "Developer") for the public improvements constructed to serve Remington Falls 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, Richard Wolfe Vice President 5109 Sun Valley Drive I Fort Worth,Texas 76119 817-478-4444 www.iuctx.com March 11th,2017 Project Name: Remington, Fulls City Project Number: 02664 Please accept this letter as our formal acknowledgement to the City of Fort Worth that Independent Utility Construction, Inc., the Street Light Contractor for Remington Falls, has not been assessed any liquidated damages under its contract with CADG Golden Triangle 33, LLC. If you need any further information in regards to this matter, feel free to contact me. Sincerely, Jichaid VV.Ife,ii Vice President FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION_ Date: 3/7/2017 Name of Contractor Project Name Independent Utility Construction Remington Falls _ DOE Inspector Project Manager Thomas Miller Gopal Sahu DOE Number ProjectDifficully Toe of Contract Gig r CPN 02664 O Simple ) Routine Q Complex E] Water❑ Waste WaterFStorm Drainage[:] Pavement Initial Contract Amount Final Contract Amount $71,928.35 $71,928.35 II)PERFORMANCE EVALUATION 0-In_adequate I -Deficient 2-Standard 3 -Good_ 4 -Excellent ELEMENT RATING ELEMENT RATING 10-4) (0-4) INSPECTION EVALUATION A PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism _A 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 Tune 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 91414 (2 r, ,,�7 Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845