Loading...
HomeMy WebLinkAboutContract 48283-FP1 FORTWORTH. ■•` �-- CITY SECR CONTRACT NON0.. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) (r FA �wrieo-,L -7/ //rr/ City Project �: 100326 isG GS C� y��� Regarding contract 100326 for MORNINGSTAR SECTION 6,PHASE 2 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: $58,870.00 Amount of Approved Change Orders: NO Revised Contract Amount: Total Cost Work Completed: $58,870.00 IQ Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction W -V S Accepted Date r Asst. Director, TRANSPORTATIO & PUBLIC WORKS 1,1" ± I . Asst. City Manager Department o TP Const. Services Date CPN# Dat Project Manager —1�7 Risk Management S.Cana —/ Comments: D.O.E. Brothert n Water V. Gutziert2 OFFICIAL RECOR® 11 FA ni orales/Scanned ❑ CITY SECRETARY T(h�e Proceeding people have been Contacted concerning the request WORTI'I�T� for final payment&have released this project for such payment. Rev.9/22/16 Clearance Conducted B--Etta Bac FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MORNINGSTAR SECTION 6 PHASE 2 Contract Limits Project Type ST LIGHT City Project Numbers 100326 DOE Number 0326 Estimate Number 1 Payment Number 1 For Period Ending 5/17/2017 CD City Secretary Contract Number Contract Time 9aD Contract Date Days Charged to Date 251 Project Manager NA Contract is 100.00 Complete Contractor BEAN ELECTRICAL,INC 821 E ENON FORT WORTH, TX 76140 Inspectors LAYER/ HOUSTON Wednesday,May 17,2017 Page 1 of 4 City Project Numbers 100326 DOE Number 0326 Contract Name MORNINGSTAR SECTION 6 PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type ST LIGHT For Period Ending 5/17/2017 Project Funding STREET LIGHT Item Description of Items Unit Unit it Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 HOLOPHANE COLUMBIA ALUM POLE 13 EA $3,250.00 $42,250.00 13 $42,250.00 2 FURNISH/INSTALL RDWY ILLUM FOUNDATION 13 EA $750.00 $9,750.00 13 $9,750.00 3 2"CONDUIT PVC SCH 80 687 LF $8.00 $5,496.00 687 $5,496.00 4 #6 TRIPLEX ALUM ELECTRIC CONDUCTOR 687 LF $2.00 $1,374.00 687 $1,374.00 Sub-Total of Previous Unit $58,870.00 $58,870.00 Wednesday,May 17,2017 Page 2 of 4 City Project Numbers 100326 DOE Number 0326 Contract Name MORNINGSTAR SECTION 6 PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type ST LIGHT For Period Ending 5/17/2017 Project Funding Contract Information Summary Original Contract Amount $58,870.00 ChanIze Orders Total Contract Price $58,870.00 Date / —�� Total Cost of Work Completed $58,870.00 (41'n"tractor Less %Retained $0.00 � Net Earned $58,870.00 Date 6�' Inspe tion e ' o Earned This Period $58,870.00 4 Retainage This Period $0.00 Dat 7 Less Liquidated Damages �Prq` JIMAAer . Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Ast. t Infrastructure Design ad onstrut oT Less Penalty $0.00 ✓ ate 7�3 /7 Less Previous Payment $0.00 Director/ ontractingDepartme Plus Material on Hand Less 15% $0.00 Balance Due This Payment $58,870.00 Wednesday,May 17,2017 Page 3 of 4 City Project Numbers 100326 DOE Number 0326 Contract Name MORNINGSTAR SECTION 6 PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type ST LIGHT For Period Ending 5/17/2017 Project Funding Project Manager NA City Secretary Conti-act Number Inspectors LAYER / HOUSTON Contract Date Contractor BEAN ELECTRICAL,INC Contract Time 90 CD 821 E ENON Days Charged to Date 251 CD FORT WORTH, Thi 76140 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 $58,870.00 Less %Retained $0.00 Net Earned $58,870.00 Earned This Period $58,870.00 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 $58,870.00 Wednesday,May 17,2017 Page 4 of 4 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR x SURETY ❑ OTHER ❑ Bond#4407500 PROJECT: Morningstar-Section 6 Phase 2, (name,address) TO(Owner)FG Aledo Development,LLC ARCHITECT'S PROJECT NO: 3045 Lackland Blvd CONTRACT FOR:construction Fort Worth,TX SUB-CONTRACT DATE: 6/16/2016 76116 SUBCONTRACTOR:Bean Electrical,Inc. In accordance with the provisions of the Contract between the Contractor and the Sub-Contractor as indicated above,the (here insert name and address of Surety Company) SureTec Insurance Company 1330 Post Oak Blvd.,Ste 1100 Houston, TX 77056 ,SURETY COMPANY, on bond of (here insert name and address of Sub-Contractor) Bean Electrical,Inc. 821 E Enon Fort Worth,TX 76140 ,SUB-CONTRACTOR, hereby approves of the final payment to the Sub-Contractor, and agrees that final payment to the Sub- Contractor shall not relieve the Surety company of any of its obligations to (here insert name and address of Owner) FG Aledo Development,LLC 3045 Lackland Blvd Fort Worth,TX 76116 ,OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this 16th day of June, 2017. SureTec Insurance Company I Sure tyl Company Signature of Authorized Representative Attest (seal): Mistie Beck, Attorney-in-Fact Title NOTE:This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT AND CLAIMS, Current Edition A[A 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,2006 WARNING: Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. POA#: 4221049 SureTec Insurance Company LLMTED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Hams County, Texas, does by these presents make,constitute and appoint Tony Flerro,Jay Jordan,Johnny Moss,Steven W.Searcey,Robert J.Shuya, Mistie Beck,Jeremy Barnett,Robert G.Kanuth,Jade Porter,Jennifer Cisneros its true and lawful Attorney-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 oth#,r instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment shall continue in force until 12131/2013 and is made under and.by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: i Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all I notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and 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 signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 206 of April, 1999.) In Witness Whereof..SURETEC INSURANCE COMPANY has caused these presents to be siened by its President and its corporate seal to he here-fn afgerl thic ?nthl rlpiy of March A-PT 2017 . � / I I 5N SURETEC I] �UKAN E i ANY wv f X q�cV- BY: ti w n John Knox resi nt State of Texas ss: r'1 County of Harris 1 On this 30th day of March ,A.D.2017 before me personally came John Knox Jr.,to me known,who,being by me.duly sworn,did depose and say,that he resides in Houston,Texas,that he is President of SURETEC INSURANCE COMPANY,the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. XENIA CHAVEZ `�•,V,RY pVs��� : `TZ :Notary Public,State of Texas *. T .Comm.Expires 09-10-2020 Notary ID 129117659 XXIOeffavez,I Notary Public y commission expires September 10,2020 L M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attomey are in full force and effect. r / Given under my hand and the seal of said Company at Houston,Texas this164'rldaof ��4F TA.D. nt Be&,Assistant Se etary Any instrument Issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. Bai E A, N f EL--�,Er CT CU A L X11 '®J 821 E. Enon Avenue P 817-561-7400 BEI Fort Worth,Texas 76140 F 817-561-7403 ,v"v '.beanelectrical.com 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 Roy E. Bean, 11, President of Bean Electrical, In., 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; MORNINGSTAR SECTION 6 PHASE 2,WATER, SANITA:Roy lE. !ean, II/President VING AND STREET LIGHTS INMPOVEMENTS BY Subscribed and sworn before me on this 15th day of June 2017. CHERYLE R. ESPREE `,o�PPY PVe4 g_; c Notary Public.State of Texas �.-, Comrn.Expires 0229-2020 Notary P IiC Notary ID 1890225 Tarrant Co. State of Texas TECL17979 Regulated by The Texas Department of Licensing and Regulations,P.O.Box 12157,Austin,Texas 78711,1(800)803-9202, (512)463-6599 website www.license.state.tx.us/complaints FORTWORTHREV:02122/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 6/13/2017 Name of Contractor Project Name Bean Electrical,Inc. Morningstar Section 6 Phase 2 OElnspector ProjectMonager Garey Houston Pat Buckley j DOENumber rroject Difficulty Type of Contract 100326 10 Simple OO Routine O Complex ❑Water ❑Waste Water ❑ Storm Drainage ❑ Pavement Initial ContractAmount Final ContractAmount $58,870.00 $58,870.00 1T)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 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 IIn COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS f The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TR 76012-6311 (817 392-7941 •Fax:(817)392-7845 FoRTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Bean Electrical,Inc. Morningstar Section 6 Phase 2 DOE Inspector DOE Number Garey Houston 100326 DOE Inspector Project Manager ❑Water ❑Waste Water ❑Storm Drainage ❑ Pavement Pat Buckley Initial Contract Amount Project Dtfficulty $58,870.00 O Simple OO Routine O Complex Final Contract,4mount Date $58,870.00 6/13/2017 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 4 20 20 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) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]*100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%= e lent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector �4c>� Signature Contractor Signature DOE Inspector's Supervisor A! jzl. CONTRACTOR'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 FoRTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Morningstar Section 6 Phase 2 PROJECT NO.: 100326 CONTRACTOR: Bean Electrical DOE NO. N/A PERIOD FROM 09/12/16 TO: 06/13/17 FINAL INSPECTION DATE: 13-Jun-17 WORK ORDER EFFECTIVE 9/12/2016 CONTRACT TIME 90 O WD OO CD DAY OF DAYS CHARGED REASON FOR DAYS DAY OF DAYS CHARGED REASON FOR DAYS MONTH DURING CREDITED MONTH DURING 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 OTHERS * DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 0 0 269 269 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 269 269 TO DATE *REMARKS: s -/7 ZTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTLIENT (D- The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845