Loading...
HomeMy WebLinkAboutContract 47860-FP1 f�ttQ{{�{ {Q V I l{ VLf• V V I IOL.V V•f.v..v )rojeDat project Manager(—, Zisk Management Canad 1ORT CITYSECRETAR!q% D.O.E. Brotherton '/ RTWORTH,o CONTRACT N0. G�U 7A Morales/Scanned - Gutzler/Scanned The Proceeding people have been Contacted concerning the request for final payment&have rATION AND PUBLIC WORKS Q�" released this project for such payment. )F PROJECT COMPLETION 5-1 V!d I—) 60o l 1 'Developer Projects) Clearance Conducted By �hanze�dz Citr Project N/Q:�100011 Regarding contract 100011 for MAGNOLIA ROSEDALE IMPROVEMENTS as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as c DECE ada Original Contract Price: AUG .2 8 2017 01 $46,899.46 Amount of Approved Change Orders: By No wwn Revised Contract Amount: ` Total Cost Work Completed: $46,899.46 ill Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction ez do °lz4fr Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY Rev.9/22/16 FTS WORTHo TX PiDD CDMC �` AUG 2 8 2017 (Po)_ ) op U l City Project Numbers 100011 By DOE Number 0000 Contract Name MAGNOLIA ROSEDALE IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 7/28/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors RODGERS / MCKINNON Contract Date 4/13/2016 Contractor CRIMSON BUILDING COMPANY Contract Time 60 CD 1903 CENTRAL DR,#406 Days Charged to Date 388 CD BEDFORD, TX 76021 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 $46,899.46 Less %Retained $0.00 Net Earned $46,899.46 Earned This Period $46,899.46 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 $46,899.46 Friday,July 28,2017 Page 4 of 4 FLIRT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MAGNOLIA ROSEDALE IMPROVEMENTS Contract Limits Project Type WATER&SEWER City Project Numbers 100011 DOE Number 0000 Estimate Number 1 Payment Number 1 For Period Ending 7/28/2017 CD City Secretary Contract Number Contract Time 6(TD Contract Date 4/13/2016 Days Charged to Date 388 Project Manager NA Contract is 100.00 Complete Contractor CRIMSON BUILDING COMPANY 1903 CENTRAL DR,#406 BEDFORD, TX 76021 Inspectors RODGERS / MCKINNON Friday,July 28,2017 Page 1 of 4 City Project Numbers 100011 DOE Number 0000 Contract Name MAGNOLIA ROSEDALE IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 7/28/2017 Project Funding UNIT I:WATER MPROVEMENTS Item Descri tion of Items Estimated Estimated Com feted Com leted No. P Unit Unit Cost P P Quanity Total Quanity Total — ——————— 1 TRENCH SAFETY 140 LF $8.00 $1,120.00 140 $1,120.00 2 UTILITY MARKERS 1 LS $932.50 $932.50 1 $932.50 3 6"WATER PIPE 12 LF $30.33 $363.96 12 $363.96 4 8"WATER PIPE 127 LF $28.00 $3,556.00 127 $3,556.00 5 CONNECTION TO EXISTING 4"-12"WATER 2 EA $242.00 $484.00 2 $484.00 MAIN 6 2"WATER SERVICE 5 LF $600.00 $3,000.00 5 $3,000.00 7 1"WATER SERVICE 5 EA $500.00 $2,500.00 5 $2,500.00 8 10"CUT-IN GATE VALVE 2 EA $1,300.00 $2,600.00 2 $2,600.00 9 10"X8"TAPPING SLEEVE&VALVE 1 EA $2,000.00 $2,000.00 1 $2,000.00 10 CONC PVMT REPAIR,HES, 87 LF $55.00 $4,785.00 87 $4,785.00 ARTERIAL/INDUSTRIAL 11 —FIRE HYDRANT —— — — — — — 1 EA —$3,000.00 —$3,000.00 1 $3,000.00 Sub-Total of Previous Unit $24,341.46 $24,341.46 UNIT II:SANITARY SEWER IMPROVEMENTS Item Descri tion of Items Estimated Estimated Com leted Com leted No. P Unit Unit Cost P P —— Quanity Total Quanity Total ------------ ASPHALT PVMT REPAIR,SEWER SERVICE 49 LF $55.00 $2,695.00 49 $2,695.00 2 UTILITY MARKERS 1 LS $500.00 $500.00 1 $500.00 3 6"2-WAY CLEANOUT I EA $1,200.00 $1,200.00 1 $1,200.00 4 6'SEWER SERVICE 36 LF $18.00 $648.00 36 $648.00 5 8"SEWER PIPE 135 LF $20.00 $2,700.00 135 $2,700.00 6 6"SEWER SERVICE RECONNECTION 1 EA $1,400.00 $1,400.00 1 $1,400.00 7 8"SEWER SERVICE RECONNECTION I EA $1,760.00 $1,760.00 1 $1,760.00 8 CONCRETE ENCASE SEWER PIPE 10 CY $500.00 $5,000.00 10 $5,000.00 9 POST-CCTV INSPECTION 180 LF $10.00 $1,800.00 180 $1,800.00 10 MANHOLE VACUUM TESTING 2 EA $1,500.00 $3,000.00 2 $3,000.00 11 BYPASS PUMPING 1 LS $1,000.00 $1,000.00 1 $1,000.00 12 TRENCH SAFETY 171 LF $5.00 $855.00 171 $855.00 Sub-Total of Previous Unit $22,558.00 $22,558.00 Friday,July 28,2017 Page 2 of 4 City Project Numbers 100011 DOE Number 0000 Contract Name MAGNOLIA ROSEDALE IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 7/28/2017 Project Funding Contract Information Summary Original Contract Amount $46,899.46 Chante Orders Total Contract Price $46,899.46 Total Cost of Work CompletedDat 9 $46,899.46 Cc ract r Less %Retained $0.00 7¢l�`� Net Earned $46,899.46 nsp tion Supervisor C t/ / Earned This Period $46,899.46 Retainage This Period $0.00 ate Less Liquidated Damages Z�ft& ct Manager Days @ /Day $0.00 Date �� LessPavement Deficiency $0.00 AsstDiireector/TPW-Infrastructure Design and Construction Less Penalty $0.00 le '4—L` Date L9/ZCr/1 Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $46,899.46 Friday,July 28,2017 Page 3 of 4 d q#a 0 PROPERT`r'COMPW, March 22, 2017 Mr.Tommy McKinnon Construction Manager City of Fort Worth 8851 Camp Bowie Blvd. Ste. 300 Ft.Worth,Texas 76116 RE: Rosedale on Magnolia Dear Mr. McKinnon, Please be advised that the owner of Magnolia on Rosedale (MPC Rosedale LLC) does not intend to pursue damages from the Contractors to include Crimson Builders LLC, San Saba Construction, Inc. or 4K Environmental &Energy Services, Inc. or any party due to delays in completion of the subject project. Please feel free to contact me if you have any questions or need additional information. Sincerely, 4t4 icO�y � Randy Primrose President of Magnolia Property Company 1900 Airport Freeway Bedford, Texas 76022 magnoliapropertycompany.com FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Magnolia Rosedale Improvements PROJECT NUMBER: CPN# 100011 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Domestic Water 8" PVC 127 Domestic Water 6" PVC 12 FIRE HYDRANTS: 1 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 1" Copper 5 EA 2" Copper 5 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF Sanitary Sewer 8" PVC ✓135 Sanitary Sewer 6" PVC 36 PIPE ABANDONED SIZE TYPE OF PIPE LF NONE DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS s` The City of Fort Worth•1000 Throclmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392 -7845 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 4405604 PROJECT: (name, address)Magnolia Rosedale Fort Worth TO (Owner) CRIMSON BUILDING CO., LLC&CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 1900 Airport Freeway Magnolia Rosedale,City Project#100011 Bedford TX 76022 CONTRACT DATE: CONTRACTOR:SAN SABA CONSTRUCTION SERVICES, 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) SURETEC INSURANCE COMPANY 1330 Post Oak Blvd. Houston TX 77056 , SURETY COMPANY on bond of (here insert name and address of Contractor) SAN SABA CONSTRUCTION SERVICES, INC. 8111 LBJ Freeway Suite 775 Dallas TX 75251 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) CRIMSON BUILDING CO., LLC&CITY OF FORT WORTH 1900 Airport Freeway Bedford TX 76022 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 24th day of March,2017 SURETEC INSURANCE COMPANY 14SVK ���`.� Sur ty Companyy A.Westbrook 24M& (Seal): Signa re of Authorized Representative Sophinie Hunter 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 DEBTS AND CLAIMS, Current Edition ONE PAGE POA#: 4221097 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 Don E.Cornell, Ricardo J. Reyna,V. DeLene Marshall,Sophinie Hunter, Robbi Morales, Kelly A.Westbrook,Tina McEwan 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 other 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 001100 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 12131/2018 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 subj ect to the following provisions: 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 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 20`h of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 11th day of April ,A.D. 2017 . uRANC SURETEC E ANY �Ga .X......Fp0 q 'ti�- By: �1 w jar John Knox , resi nt State of Texas ss: s . 1 `';? County of Harris .....-...-' ` On this 11th day of April 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 as°=� Notary Public,State of Texas ' }mac Comm.Expires 09-10-2020 Notary ID 129117659 X is avez,Notary Public y commission expires September 10,2020 I,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 Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this da of p� A.D. B 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. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain infonnation on companies, coverage,rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-490-1007 Web: h=://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------------------------ Texas Rider 06042014 CRIMSON BUILDING COMPANY. 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 Eric Little,President of Crimson Building Company LLC 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;and that there are no claims pending for personal injury and/or property damages; On-Contract de cribed as; Magnolia on Rosedale BY - Eric Subscribed and sworn before me on this date 21St day March, 2017 YOLANDA A. PACK Nlory Public ado:Notary Public,State of Texas Comm.Expires 04-19-2020 Tarrant County,Texas ";1Z 00 Notary ID 128960463 1900 Airport Freeway Bedford,Texas 76022 817-684-3444 FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR& PROJECT DATA Name of Contractor Project Name Crimson Builders Magnolia Rosedale Improvements Inspector City Project Number Tommy McKinnon 100011 Construction Components Project Manager O Water 0 Waste Water ❑ Storm Drainage ❑ Pavement Gopal Sahu Initial Contract Amount Project Difficulty $46,899.46 0 Simple O Routine O Complex Final Contract Amount Date $46,899.46 8/4/2017 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 I 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 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 N 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Proiect Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 338 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 338 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating(ITS/MS] x 100%) 338 / 368 = 92% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(1NCLIJDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature �✓� , ontractor Signature Inspector's Supervisor Sig/ � CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort NNVorth•8851 Camp Bowie West Blvd. •Fort Worth,TZ 76116 • (817)392-8306 FORTWORTREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 8/4/2017 Name of Contractor Project Name Crimson Builders Magnolia Rosedale Improvements DOE Inspector Project Manager Tommy McKinnon Gopal Sahu DOE Number Project Difficulty Type of Contract N/A 10 Simple O Routine O Complex 171 Water El Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $46,899.46 $46,899.46 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 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector ° 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 33 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION b6 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 12 Timliness of Contractor Payments -14 Resolution of Utility Conflicts 93 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS& SIGNATURES // / COMMENTS Vic/ �!Alw� �� &gs-`Awe tr erg-Cf—A/y:ec9!'rte Signature Contractor Signature DOE Inspector Signature DOE Inspector's Superviso z /: INSPECTOR'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 FORT WORTKO TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 1'- CPN# 100011 NAME OF PROJECT: Magnolia Rosedale Improvements Contractor Crimson Builders YEAR: 2017 PROJECT NO.: FINAL INSPECTION DATE 7131/2017 59601-5310350-0600430-100011-00158Q CD 59607-5310350-0700430-100011.001380 CONTRACT TIME 60 X PERIOD FROM: 111/2017 TO: 713112017'1 Month DEVE1.0P%1EN"r Beg of Month End of Month WORK ORDER EFFECTIVE: 7/512016 I BEG(y) I n/a MID(y) n/a 646.7% LIP YR(y 1 n) DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Sat 1 16 Sun 1 2 Sun 1 17 Mon 1 3 Mon 1 18 Tue 1 4 Tue 1 19 Wed 1 5 Wed 1 20 Thu 1 6 Thu 1 21 Fri 1 7 Fri 1 22 Sat 1 8 Sat 1 23 Sun 1 9 Sun 1 24 Mon 1 l 10 Mon 1 25 Tue 1 11 Tue 1 26 Wed 1 12 Wed 1 27 Thu 1 13 Thu 1 28 Fri 0 14 Fri 1 29 Sat 0 15 Sat 1 30 Sun 0 31 Mon 0 NA', "ftllkn&,Hol Wea ut! L)th a:=arid; i Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 27 27 PREVIOUS PERIOD0, 361 . 361 I (TOTAL TO DATE 0 0 0 0 388 388 REMARKS: Stopped time July 27th,2017.Final inspection Aug 4th,2017. Project is complete. /✓/ \ __ �� Signature: CG Signature* (PrintName) n6t! •� [NS.PE CAR(Tormmy McKinnon) cor�Txncrox .f am r1 t i:IG tO '� DATE �.. - TPTSPF,f.:fOR -, DATE ' ' 7;