Loading...
HomeMy WebLinkAboutContract 48031-FP2 FORTWORTH. ....f CITY SECY CONTRACRETT NO.AR6,-�i-r- a TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) -71,z7' ? 27 /? e;*oje d : 100229 31 Regarding contract for PRESISIO WEST PHASE 7- STREET LIGHT IMPROVEMENT as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as,complete. Original Contract Price: $90,743.12 t Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $90,743.12 Total Cost Work Completed: $90,743.12 / i OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX I�Zi'Vl�l RecoFnMended for Acceptancb Dat Asst Director, TPW - Infrastructure Design and Construction ( W. L) !2N /1" :24 Accepted YDate 4W'• Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT IJ,4 7 Asst. City Manager Department of TPW Const. Services Date CPN#,),�- Da Project Manag r� Risk Management S. Canady Comments: D.O.E. Brotherton _ Water V. Gutzier JUL 2 7 2017 Cyt,�iforales/Scanned ❑ Initials TO Proceeding eople have been Contacted concerning the request for final payment&have released this project for such payment. Rev.9/22/16 C:learnnre Cnnducted By Etta Bacv FORT WO RT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS Contract Limits Project Type STREET LIGHTING IMPROVEMENTS City Project Numbers 100229 DOE Number 0229 Estimate Number I Payment Number 1 For Period Ending 7/11!2017 CD City Secretary Contract Number 21229 Contract Time 3(rD Contract Date 8/8/2016 Days Charged to Date 280 Contract is 100.00 Complete Project Manager NA Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors RODGERS / RICE Page 1 of 4 Wednesday,July 12,2017 DOE Number 0229 City Project Numbers 100229 Estimate Number 1 Contract Name PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS Payment Number 1 Contract Limits 7/11/2017 Project Type STREET LIGHTING IMPROVEMENTS For Period Ending Project Funding UNIT V:STREET LIGHTING IMPROVEMENTS Estimated Unit Unit Cost Estimated Completed Completed Item Description of Items Total Quanity Total No. Quanity — -- — — - — 1 2"CONDT PVC SCH 80 2331 LF $6.85 $15,967.35 2331 $15,967. 35 2 RDWY ILLUM ASSMBLY TY D-25-6 16 EA $1,618.00 $25,888.00 16 $25,888.00 16 EA $1,021.00 $16,336.00 16 $16,336.00 3 RDWY ILLUM FOUNDATION TY 4 2.19 $5,104.89 2331 $5,104.89 4 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 2331 LF $ 5 ATBO-20B LED-E70-NW 16 EA $480.00 $7,680.00 16 $7,680.00 6 AT132-6013 LED E10-138W TYPE 2-NW 5 EA $793.00 $3,965.00 5 $3,965.00 (EXISTING POLES) 7 PAD MOUNTED TRANSFORMER 4 EA 4 8 2"CONDT PVC SCH 80 322 LF $6.85 $2,205.70 322 $2,205.70 9 RDWY ILLUM ASSMBLY TY D-40 9T 2 EA $4,345.00 $8,690.00 2 $8,690.00 10 RDWY ILLUM FOUNDATION TY 5 2 EA $1,227.00 $2,454.00 2 $2,454.00 11 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 322 LF $2.69 $866.18 322 $866.18 12 AT132-6013 LED E10-138W TYPE 2-NW 2 EA $793.00 $1,586.00 2 $1,586.00 Sub-Total of Previous Unit $90,743.12 $90,743.12 Page 2 of 4 Wednesday,July 12,2017 DOE Number 0229 City Project Numbers 100229 Contract Name PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS Estimate Number I Payment Number I Contract Limits 7/11/2017 Project Type STREET LIGHTING IMPROVEMENTS For Period Ending Project Funding Contract Information Summary Original Contract Amount $90,743.12 Chance Orders Total Contract Price $90,743.12 Date Total Cost of Work Completed $90,743.12 Less %Retained $0.00 Coi tractor $90,743.12 Net Earned al3ateGEarned This Period $90,743.12 Inspection Supero or ���✓ Retainage This Period $0.00 � Date Less Liquidated Damages r ect Manag Days @ /Day $0.00 Date Zv I� LessPavement Deficiency $0.00 st. 'rector/TPW-Infrastruc ore Design an Const uction Less Penalty $0.00 `� Less Previous Payment $0.00 0 ., Date / $0.00 Direct Contracting Departmei Plus Material on Hand Less 15% Balance Due This Payment $90,743.12 Page 3 of 4 Wednesday,July 12,2017 City Project Numbers 100229 DOE Number 0229 Contract Name PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS Estimate Number 1 Payment Number I Contract Limits Project Type STREET LIGHTING IMPROVEMENTS For Period Ending 7/11/2017 Project Funding Project Manager NA City Secretary Contract Number 21229 / Inspectors RODGERS RICE Contract Date 8/8/2016 Contractor INDEPENDENT UTILITY CONSTRUCTION Contract Time 30 CD 5109 SUN VALLEY DRIVE Days Charged to Date 280 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 $90,743.12 Less %Retained $0.00 Net Earned $90,743.12 Earned This Period $90,743.12 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 $90,743.12 Page 4 of 4 Wednesday,July 12,2017 5109 Sun Valley Drive I + Fort Worth,Texas 76119 I 817-478-4444 www.iuctx.com July 12th,2017 Project Name: Presidio West Phase 7 City Project Number: 100229 Please accept this letter as our formal acknowledgement to the City of Fort Worth that Independent Utility Construction, Inc., the Street Light Contractor for Presidio West Phase 7, has not been assessed any liquidated damages under its contract with First Texas Homes, Inc. If you need any further information in regards to this matter, feel free to contact me. Sincerely, r Clifton M. Wolfe Vice President 5109 Sun Valley Drive Fort Worth,Texas 76119 817-478-4444 www.iuctx.com July 12'h,2017 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth,TX 76102 Project Name: Presidio West Phase 7 City Project No.: 100229 The purpose of this letter is to acknowledge that Independent Utility Construction, Inc. (the "Contractor") has been paid in full by First Texas Homes, Inc. (the "Developer") for the public improvements constructed to serve Presidio West Phase 7 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, Clifton M.'Wolfe Vice President Ii CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) Bond No. 4598216 PROJECT: Presidio West Phase VII, City Project No. 100229 (name,address)Fort Worth, Texas TO (Owner) ARCHITECT'S PROJECT NO: City of Fort Worth CONTRACT FOR: Above Project 1000 Throckmorton Street Fort Worth, Texas 76102 CONTRACT DATE: CONTRACTOR independent Utility Construction, ii1c. 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) Westfield 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 Throclanorton Street OWNER, Fort Worth, Texas 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this 12th day of July 2017 WESTFI LD INS NCE COMPANY Surety Co p' By Signatur epresentative 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 BEARINU I HIS SAMt POWER#AND ISSUED PRIOR TO 04/20/11, 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 Attorney(s)-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 a�asuH�Nh�� �10NA(� ,hsu ,,, WESTFIELD INSURANCE COMPANY Seals jr��,.•••••••.,�•�o't ,;`fie..• •.!YSG,; :• ... .R(,j;' WESTFIELD NATIONAL INSURANCE COMPANY Affixed �v.��yy �w ; �, Q. ,:' OHIO FARMERS INSURANCE COMPANY SEAL 9" , �rvltG�RIERE°ca � - '�; i•'•,,'�" s3�. 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 ��••,,..•N�«.u,,,, Seal Affixed A, �„�/ F•S •' ^l William J. Kahelin,A rney at Law, Notary Public State of Ohio A d x'40 My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: ,y TFOFO ' 1, 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 12th day of July A o. 201.7 oNA M., =oro 'L SEAL 'cNA�1�F°E° 3 �f� I seer , 2,. d: a e • ,••M1., fl�� ;o ':11346 ;�?; Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) 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: Presidio West Phase 7 - CitvAProiect No. 100229 BY: #1i Cl' on M. Wolfe, Vice President SUBSCRIBED AND SWORN TO BEFORE ME on this I day of Vv , 2017. VIN CHRISTINA GARCIA Notary Public, State of Texas Notary Public,State of Texas Nv'.... iy�Z Comm, Expires 12-20-2020 �'��;0 ��°� Notary ID 130940785 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 7/12/2017 Name of Contractor Project Name Independent Utility Construction,Inc. Presidio West Phase VII DOE Inspector Project Manager Tommy McKinnon Fred Ehia DOE NumberProject Difficulty _ Type of Contract N/A O Simple O Routine O Complex ❑ Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $90,743.12 $90,743.12 II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENTRATING (0-4) (0 4) INSPECTION EVALUATION PLANS&SPECIFICATIONS of 1 Availability of Inspector 1 Accuracy Plans to Existing Conditions T 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 T Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe IIID COMMENTS&SIGNATURES COMMENTS Signature Contractor /w/ Signature DOE Inspector Signature DOE Inspectors Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS t The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Thi 76012-6311 _ (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 Independent Utility Construction, Inc. Presidio West Phase VII Inspector City Project Number Tommy McKinnon 100229 Construction Components Project Manager ❑ Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Fred Ehia Initial Contract Amount Project Difficulty $90,743.12 0 Simple O Routine O Complex Final Contract Amount Date $90,743.12 12-Jul-17 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 I Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 N 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 N 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 308 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 308 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 308 Rating(ITS/MS] * 100%) 308 / 308 = 100% 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 Signature Contractor Signature Inspector's Supervisor Siture '. CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,Thi 76116• (817) 392-8306 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Presidio West Phase VII PROJECT NO.: 100229 CONTRACTOR: Independent Utility Const DOE NO.. No DOE on this Project PERIOD FROM:10/03/16 TO: 07/11/17 FINAL INSPECTION DATE: 11-Jul-17 WORK ORDER EFFECTIVE:_/�G/3T- CONTRACT TIME: _�^�[/U O WD O 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 280 PERIOD PREVIOUS PERIOD TOTALS 280 TO DATE *REMARKS: CON CT R DATE INSPECTOR DATE LNGi NEERI`;G,iDEPART\>ENT 4 , The City of Fort Worth• 1000 T hrockmorton Street• Fort Worth,TZ -6311 (817) 392-7941 •Fax: (817)392- 7845