Loading...
HomeMy WebLinkAboutContract 48742-FP1 Y� Departmgnt o TP&W Const.Services CPN# �,l f Dat,,�. Project Manager • d, r -k`1 CITY SECRETARY LI, r Risk Management Canady ZT WORTH. CONTRACT N0. D.O.E. Brotherton _d- 7.(z" 1 CFA Morales/Scanned Gutzler/Scanned The Proceeding people have been Contacted concerning the request for final payment&have ATION AND PUBLIC WORKS Q �j released this project for such payment. F PROJECT COMPLETION eveloper Projects) Clearance Conducted By 09~6 96 City Project Ns: 100875 C5#01 71/2 Regarding contract 100875 for ATHLOS ACADEMIES E FORT WORTH K-8 CHARTER SCHOOL 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 complete. Original Contract Price: $48,920.00 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $48,920.00 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT g, st. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Rev.9/22/16 S� 00�-- 16o�`7S City Project Numbers 100875 DOE Number 0875 Contract Name ATHLOS ACADEMIES Estimate Number 0 Contract Limits EAST FORT WORTH K-8 CHARTER SCHOOL Payment Number 0 Project Type SEWER For Period Ending 1/1/2006 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / HORTON Contract Date Contractor MAVERICK UTILITY CONSTRUCTION Contract Time 45 CD P.O.BOX 728 Days Charged to Date CD EULESS, TX 76039 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 $48,920.00 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 Monday,August 7,2017 Page 4 of 4 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ATHLOS ACADEMIES Contract Limits EAST FORT WORTH K-8 CHARTER SCHOOL Project Type SEWER City Project Numbers 100875 DOE Number 0875 Estimate Number 0 Payment Number 0 For Period Ending 1/1/2006 CD City Secretary Contract Number Contract Time 46D Contract Date Days Charged to Date Project Manager NA Contract is .00000 Complete Contractor MAVERICK UTILITY CONSTRUCTION P.O.BOX 728 EULESS, TX 76039 Inspectors DICKINSON HORTON Monday,August 7,2017 Page I of 4 City Project Numbers 100875 DOE Number 0875 Contract Name ATHLOS ACADEMIES Estimate Number 0 Contract Limits EAST FORT WORTH K-8 CHARTER SCHOOL Payment Number 0 Project Type SEWER For Period Ending 1/1/2006 Project Funding SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 8"PVC SEWER 731 LF $28.00 $20,468.00 731 $20,468.00 2 6"PVC SEWER 20 LF $22.00 $440.00 20 $440.00 3 4'MANHOLE 4 EA $2,200.00 $8,800.00 4 $8,800.00 4 4'DROP MANHOLE 1 EA $3,000.00 $3,000.00 1 $3,000.00 5 PRE CCTV INSPECTION 746.27 LF $0.67 $500.00 746.27 $500.00 6 POST CCTV INSPECTION 714.29 LF $0.07 $50.00 714.29 $50.00 7 MANHOLE VACUUM TESTING 6 EA $500.00 $3,000.00 6 $3,000.00 8 4'EXTRA DEPTH MANHOLE 14 VF $500.00 $7,000.00 14 $7,000.00 9 MANHOLE ADJUSTMENT MAJOR W/COVER 5 EA $500.00 $2,500.00 5 $2,500.00 10 REMOVE 8"SEWER LINE 734 LF $3.00 $2,202.00 734 $2,202.00 11 EPDXY MANHOLE LINER 9 VF $61.11 $550.00 9 $550.00 12 BYPASS PUMPING OF EXISTING SANITARY 1 LS $410.00 $410.00 1 $410.00 SEWER SYSTEMS Sub-Total of Previous Unit $48,920.00 $48,920.00 Monday,August 7,2017 Page 2 of 4 City Project Numbers 100875 DOE Number 0875 Contract Name ATHLOS ACADEMIES Estimate Number 0 Contract Limits EAST FORT WORTH K-8 CHARTER SCHOOL Payment Number 0 Project Type SEWER For Period Ending 1/1/2006 Project Funding Contract Information Summary Original Contract Amount $48,920.00 Change Orders Total Contract Price $48,920.00 / Date �' Total Cost of Work Completed $48,920.00 Cc tracK Less %Retained $0.00 />. Net Earned $0.00 Date / pecti SupefCor Earned This Period $0.00 A r �` O Retainage This Period $0.00 DateF3U � )4 Less Liquidated Damages Proj c g ✓b Days @ /Day $0.00 i Date LessPavement Deficiency $0.00 Asst.Director/TPW-/1 frastructure Design and Construction Less Penalty $0.00 //�� O , _ � L Date 0/30/7 Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Monday,August 7,2017 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 1 NAME OF PROJECT: East Fort Worth K-8 Charter School PROJECT NO.: 100875 CONTRACTOR: Maverick Construction DOE NO.; N/A PERIOD FROM;08/01/17 TO: 08/15/17 FINAL INSPECTION DATE: 21-Mar-17 WORK ORDER EFFECTIVE:2/28/2017 CONTRACT TIME: 45 O WE)* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. TUE 0 16. 2. WED 0 17. 3. THU 0 18. 4. FRI 0 19. 5. SAT 0 20. 6. SUN 0 21. 7. MON 0 22. 8. TUE 0 23. 9. WED 0 24. 10. THU 0 25. 11. FRI 0 26. 12. SAT 0 27. 13. SUN 0 28. 14. - MON 0 29. 15. TUE 0 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS 0 0 PERIOD PREVIOUS 45 45 PERIOD TOTALS 45 45 TO DATE *REMARKS: East Fort Worth K-8 Charter School Sewer Main Complete. 8 -Z3 ONTRACTOR DATE INSPECI� R DATE ENGINEERING DEPARTMENT L The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Athlos Academies East Fort Worth K-8 Charter School PROJECT NUMBER: 100875 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR 26 8" PVC 731' SDR 26 6" PVC 20' PIPE ABANDONED SIZE TYPE OF PIPE LF Clay 8" Clay 669' DENSITIES: Yes All Passed. NEW SERVICES: None TRANSPORTATION AND PUBLIC WORKS FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 8/9/2017 Name of Contractor Project Name Parkway C&A,LP Athlos Academies East Fort Worth K-8 Charter School DOE Inspector Project Manager Randy Horton Pat Buckley DOE Number ,Project Difficulty Type of Contract CPN 100875 O Simple O Routine O Complex ❑ Water p Waste Water ❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $48,920.00 $48,920.00 II)PERFORMANCE EVALUATION 0-Inadequate I -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 13 Applicability of Specifications Z 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 Conununication 2 Timliness of Contractor Payments 4 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,TX 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 Nance of Contractor Project Name Parkway C&A,LP Athlos Academies East Fort Worth K-8 Charter School Inspector City Project Number Randy Horton 100875 Construction Components Project Manager ❑ Water 121 Waste Water ❑ Storm Drainage❑ Pavement Pat Buckley Initial Contract Amount Project Difficulty $48,920.00 10 Simple O Routine O Complex Final Contract Amount Date $48,920.00 18/9/2017 H)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 3 8 6 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 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 1 20 I I Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 426 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 426 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MSI x 100%) 426 / 448 = 95% 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 y, Contractor 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 CONSENT OF SURETY TO FINAL PAYMENT RE: Bond No. 106593590 PROJECT: Athlos Academies- East Fort Worth K-8 Charter School City No. 100875 TO (Owner): City of Fort Worth CONTRACT FOR: Sanitary Sewer CONTRACT DATE: February 21, 2017 CONTRACTOR: Parkway C&A, LP In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 SURETY COMPANY, on bond of Parkway C&A, LP 1000 Civic Circle Lewisville, TX 75067 , 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 City of Fort Worth 8851 Camp Bowie West Fort Worth, TX 76119 OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 11th day of August, 2017. Travelers Casualty and Surety Company of America Surety Company (Seal) ffp�Xodd I_ntosh,Attorney-6-Fact WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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 in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of , 20 Kevin E.Hughes,Assistant SecrKtary G__,gooApppSpooU.t�T ���q ',day F\PE4Wryh I�,µ... SS INS ''v TY q q' pity_RIJ� CY r�armq Y. G _ ''i j'QO;.' '•Uq,� 3'JPS......�,D,P 4 JPS HD s 3\M _`,�Y,4_ �l I� pRPQR ! 4?.• '•;q'C*' p L9 '� a e<�Y?" '_V/�, y 198 Ze'n 3 IJ�7 o NCOHPORhtFD d� m JG 66 epORPORgTf.^`' o rt 0S� s O i 1951 F v °` S! a HARfFCR0. a AL p; '�+SX.P.LL:i3 i CONN. o ` [ CONN, jn, 1896 a. >• /d d•� p/ .H•S o ��A„�E4ls._Hyasr i dl; .:•�aar To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AFFIDAVIT STATE OF COUNTY OF Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Mel Chatwick, CFO Parkway Construction, LP 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, Contract Description r BY Name or Title �i4w.L4C e 1-=0 Subscribed and sworn before me on this date Day of Month,Year. Notary Public '"" OEORA K 14WON County, State Notary-04 130798744 My dommission Expires August 25,2020