Loading...
HomeMy WebLinkAboutContract 48119-FP1 Departruent of TP SSW Const. Services CPN# Dale Project Manager j L CITYSECRETARY Risk Management Canady '� �T W0 RT H, CONTRACT N0. D.O.E. Brotherton / ! CFA Morales/Scanned ` Gutzler/Scanned The Proceeding people have been Contacted concerning the request for final payment& have ►TION AND PUBLIC WORKS V r1_ 10� Q released this project for such payment. :PROJECT COMPLETION 5LI I �f r/� leveloper Projects) Clearance Conducted By T"� Datw*� City Project X2. 100489 Regarding contract 100489 for HILLWOOD AREA 1 as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the R DEPARTMENT upon the recommendation of the Assistant Director of the Transporta �p ent has accepted the project as complete. AUG 1. 02017 Original Contract Price: $71,535.00 Amount of Approved Change Orders: NQ Revised Contract Amount: Total Cost Work Completed: $71,535.00 —17 commen d for AdVteptance Date /Ass st. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director DEPARTMENT Asst. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Rev.9/22/16 L�CA � UVU� G 10 2017 J 100q City Project Numbers 100489 DOE Number 0489 Contract Name HILLWOOD AREA 1 SANITARY SEWER Estimate Number I Contract Limits Payment Number I Project Type SEWER For Period Ending 7/11/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / MILLER Contract Date Contractor WRIGHT CONSTRUCTION COMPANY,INC. Contract Time 30 CD 601 W.WALL ST. Days Charged to Date 253 CD GRAPEVINE, TX 76051- 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 $71,535.00 Less %Retained $0.00 Net Earned $71,535.00 Earned This Period $71,535.00 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 $71,535.00 Tuesday,July 11,2017 Page 4 of 4 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HILLWOOD AREA 1 SANITARY SEWER Contract Limits Project Type SEWER City Project Numbers 100489 DOE Number 0489 Estimate Number 1 Payment Number 1 For Period Ending 7/11/2017 CD City Secretary Contract Number Contract Time 3YD Contract Date Days Charged to Date 253 Project Manager NA Contract is 100.00 Complete Contractor WRIGHT CONSTRUCTION COMPANY.INC. 601 W.WALL ST. GRAPEVINE, TX 76051- Inspectors LAYER / MILLER Tuesday,July 11,2017 Page I of 4 City Project Numbers 100489 DOE Number 0489 Contract Name HILLWOOD AREA 1 SANITARY SEWER Estimate Number 1 Contract Limits Payment Number 1 Project Type SEWER For Period Ending 7/11/2017 Project Funding SEWER Item Description of Items Estimated Estimated Completed Completed No. p Unit Unit Cost P p —_ —_—— Quanity Total Quanity Total 1 8"SEWER ABANDONMENT 2 $2,200.00 $4,400.00 2 $4,400.00 2 POST CCCTV INSPECTION 1109 $1.00 $1,109.00 1109 $1,109.00 3 TRENCH SAFETY 959 $1.00 $959.00 959 $959.00 4 16"STEEL CASING BY OPEN CUT 35 $47.00 $1,645.00 35 $1,645.00 5 6"SEWER SERVICE 1 $746.00 $746.00 1 $746.00 6 8"SEWER SERVICE 2 $869.00 $1,738.00 2 $1,738.00 7 8"SEWER PIPE 959 $32.00 $30,688.00 959 $30,688.00 8 4'MANHOLE 6 $3,100.00 $18,600.00 6 $18,600.00 9 4'EXTRA DEPTH MANHOLE 20.2 $150.00 $3,030.00 20.2 $3,030.00 10 MANHOLE VACUUM TESTING 6 $100.00 $600.00 6 $600.00 11 CONNECT TO EXISTING SEWER LINE 2 $2,200.00 $4,400.00 2 $4,400.00 12 SWPPP PREPARATION,IMPLEMENTATION 1 $2,500.00 $2,500.00 1 $2,500.00 AND MAINTENANCE 13 TRAFFIC CONTROL 1 1 14 4"STEEL CASING BY OPEN CUT 35 $32.00 $1,120.00 35 $1,120.00 Sub-Total of Previous Unit $71,535.00 $71,535.00 Tuesday,July 11,2017 Page 2 of 4 City Project Numbers 100489 DOE Number 0489 Contract Name HILLWOOD AREA 1 SANITARY SEWER Estimate Number I Contract Limits Payment Number I Project Type SEWER For Period Ending 7/11/2017 Project Funding Contract Information Summary Original Contract Amount $71,535.00 Chante Orders Total Contract Price $71,535.00 (/ 7 C Total Cost of Work Completed 1 Date � '� $7 ,535.00 Contractor Less %Retained $0.00 Ln ,(- 3 7 Net Earned $71,535.00 1Z.c— Date Inspection Supervisor Earned This Period $71,535.00 Retainage This Period $0.00 �hd C_ q" Date R Less Liquidated Damages Project Man or Days @ /Day $0.00 Date<- (' f (, LessPavement Deficiency $0.00 WtD*rto,/TP/,-Infrastructure Design and Construction Less Penalty $0.00 Date C Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $71,535.00 Tuesday,July 11,2017 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:l NAME OF PROJECT: Hillwood Area l Sanitary Sewer PROJECT NO.: 100489 CONTRACTOR: Wright Construction DOE NO.: NA PERIOD FROM:10/27/16 TO: 07/06/17 FINAL INSPECTION DATE: 6-Jul-l7 WORK ORDER EFFECTIVE: CONTRACT TIME: 30 (0) WC) CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED DURING DURING CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. ]1. 26. 12. 27. 13. 28 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL THIS & HOLIDAYS &TOO COLD RELOCATIONS OTHERS * CHARGED DAYS PERIOD PREVIOUS PERIOD TOTALS TO DATE 253 *REMARKS: CONTRACTOR DATE .�INSPECTORZ DATE ENGINEERING DEPARTNIENT The Cite 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 I)PROJECT INFORMATION Date: 7/11/2017 Name of Contractor Project Name Wright Construction Hillwood Area 1 Sanitary Sewer DOE Inspector Project Manager Thomas Miller Khal Jaafari DOE Number ProjectDiiczJh, Tvpe of Contract CPN 100489 O Simple * Routine Q Complex [:] water2] Waste water0 Storm Drainage Pavement Initial Contract Amount Final Contract Amount $71,535.00 $71,535.00 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 F 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 14 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS& SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T,'7,76012-6311 (817) 392-7941 •Fat: (817) 392-7845 FoRTWORTHREV.8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Wrierht Construction Hillwood Area 1 Sanitary Sewer Inspector City Project Number Thomas Miller 100489 Cons1,-uc1/0n Components Project Manager ❑ Water❑J Waste Water[:] Storm Drainage[:] Pavement Khal Jaafari Initial Contract Amount Project Difficulty $71,535.00 O Simple QQ Routine Q Complex Final Contract Amount Date $71,535.00 7/11/2017 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 Trak 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(ITS/MS] * 100%) 448 / 448 = 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 Con for 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 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Hillwood Area 1 Sanitary Sewer PROJECT NUMBER: 100489 DOE NUMBER: NA WATER PIPE LAID SIZE TYPE OF PIPE LF 0 FIRE HYDRANTS: 0 VALVES(16" OR LARGER) 0 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" pvc 959 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 oONO�A, Merchants Bonding Company 2100 FLEUR DRIVE•DES MOINES, IOWA 50321-1158 (515)243-8171 •(515)243-3854 FAX OWNER ARCHITECT CONTRACTOR CONSENT OF SURETY SURETY TO FINAL PAYMENT OTHER Bond No. TXC607613 Printed in cooperation with The American Institute of Architects(AIA)by Merchants Bonding Company(Mutual).Merchants Bonding Company (Mutual)vouches that the language in this document conforms exactly to the language used in AIA Document G707, 1994 Edition. TO OWNER: ARCHITECT'S PROJECT NO.: (Name and address) City of Ft Worth 1000 Throckmorton St. CONTRACT FOR: Centreport Buildings 1 &2 Ft.Worth,Texas 76102 PROJECT: CONTRACT DATED: September 20,2016 (Name and address) Centreport Buildings 1 &2 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Merchants Bonding Company(Mutual) 2100 Fleur Drive Des Moines,Iowa 50321-1158 SURETY, on bond of (Insert name and address of Contractor) Wright Construction Co.,Inc.,601 W.Wall,Grapevine,Texas 76051 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Ft Worth, 1000 Throckmorton St.,Ft.Worth,Texas 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: July 31,2017 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company(Mutual) 6(Surety) ' � Attest: 11 pvzj (Seal): (Signature of authorize'd repreentative) Kathy Sells Attorney-In-Fact CON 0405 (02/01) (Printed name and title) MERCHANT BONDING C O M PA N Y,� TXC607613 POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Casey Hege;Dustin Parker;Kathy Sells;Martin Day;Sharon Kay Minitre their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 5th day of April 2017 10 JY4 RpOR e0 :OHO i�1P0.9, MERCHANTS MERCHANTS BONDING COMPANY(MUTUAL) qJ' 2. • VO 9�� MERCHANTS NATIONAL BONDING,INC. 2003 v,4) °a 1933 �=c: By -:d�. :ate; :v6�, '�;• �'•.•�"" .•.9�.•� •.�11i ��a• President STATE OF IOWA ��•""""���� °••••• COUNTY OF DALLAS ss. On this this 5th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. AUCIA K.GRAM a Commission Number 767430 My Commission Expires - �[ fow� April 1,2020 �`- Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 31st day of July 2017 '�...........� •• •., , 10Ngl*% :° ---O�Nlll-Cdr•. LP 04 ;�O�o .09.� 2003 a"µ 1933 c; Secretary POA 0018 (3/17) " "'���� •••°°°•• MERCHANTS�� BONDING COMPANY MERCHANTS BONDING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING, INC. 2100 FLEUR DRIVE , DES MOINES, IOWA 50321-1158 • (800)678-8171 , (515)243-3854 FAX IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company(Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (12/13) Document G706 Contractor's Affidavit of Payment of Debts and Claims TO OWNER: (Name and address) ARCHITECT'S PROJECT NUMBER: OWNER:❑ Centreport Industrial Building 1, LLC 3090 Olive St., Suite 300 Dallas, Texas 75219 ARCHITECT:❑ CONTRACT FOR: PROJECT: (Name and address) Site Utilities CONTRACTOR: Centreport Building 1 SURETY:❑ Sovereign Rd. & SH 360 Fort Worth, Texas 76155 CONTRACT DATED: August 2, 2016 OTHER:❑ STATE OF: TEXAS COUNTY OF: TARRANT The undersigned hereby certifies that, except as listed below, payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment furnished, for all work, labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner's property might in any way be held responsible or encumbered. EXCEPTIONS: None SUPPORTING DOCUMENTS ATTACHED HERETO: CONTRACTOR: (Name and address) 1. Consent of Surety to Final Payment. Whenever Surety is involved, Consent of Surety is required. Wright Construction Co., Inc. 601 W. Wall St., Grapevine,-- 76 51 Indicate Attachment: ®yes El no BY: The following supporting documents should be attached (Signa re of author ed representative) hereto if required by the Owner: 1. Contractor's Release or Waiver of Liens, conditional Gary A. Oostveen, Controller upon receipt of final payment. (Printed name and title) Gary A. Oostveen, Controller, personally appeared before 2. Separate Releases or Waivers of Liens from me, the undersigned notary public, and provided satisfactory Subcontractors and equipment suppliers, to the extent evidence of identification to be the person who signed this required by the Owner, accompanied by a list thereof. document in my presence and swore or affirmed to me that the contents of this document are truthful and accurate to the 3. Contractor's Affidavit of Release of Liens. best of his/her knowledge and belief. .•`"ra��., ZINA CHRISTINE GOOLSBY moo ` �e Date: v �1- L�Notary Public,State of Texas ��i�� sv f^1 °QE Comm.Expires 05-14-2021 Notary Public Notary 10 3215158 My Commission expires: J r�y— y/ CAUTION:You should sign an Original Document,on which this text appears in RED.An Original Document assures that changes will not be obscured. TORGO SOFTWARE www.TorgoSoftware.com ©1996-2012 ALL RIGHTS RESERVED