Loading...
HomeMy WebLinkAboutContract 48217-FP2 FORT WCITY SECRETARY , y4 CONTRACT N0. `` cl)'7v+ 't TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) �t t• City Project Na: 02628 Regarding contract for IMPROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOCK 4-PAVING 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 Pricer $112,643.40 Amount of Approved Change Orders: Ne 1 Revised Contract Amount: $112,643.40 Total Cost Work Completed: �l 7 Recomma or Acceptance Date Asst. Dir W - I Vp-acttxre�es+gri-acon�tton '5 Accepted Date 4M Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager ` Department o YPW Const. Services S CPNI,,_,E,"— Dat Project Manager Ll, Risk Management S. Gatewood Z.p Comments: D.O.E. Brotherton Water V. Gutzierto IT� OFFICIAL RECORD CFA Janie Morales/Scanned NOV2017 2..2. /' 'TY SECRETARY The proceeding#eopte have been Contacted concerning the request NORTH,T n, for final payment&have released this pro,iect for such payment. Rev.9 22' l ..._�. , FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOCK 4 Contract Limits Project Type PAVING IMPROVEMENTS City Project Numbers 02628 DOE Number 7489 Estimate Number 1 Payment Number 1 For Period Ending 10/15/2017 CD City Secretary Contract Number 117489 Contract Time 36(ED i Contract Date 10/3/2016 Days Charged to Date 330 Project Manager Sahu Contract is 100.00 Complete Contractor REDDEN CONCRETE P.O.BOX 68 MELISSA, TX 75454 Inspectors RODGERS / TAEZAZ �I �I i I� �I i+ Friday,October 20,2017 Page 1 of 4 City Project Numbers 02628 DOE Number 7489 Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOC Estimate Number 1 Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 10/15/2017 Project Funding UNIT IV:PAVING IMPROVEMENTS ItemDescriptimn of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total 1 4"SIDEWALK 25638 SF $4.30 $110,243.40 25638 $110,243.40 2 BARRIER FREE RAMP 6 EA $400.00 $2,400.00 6 $2,400.00 Sub-Total of Previous Unit $112,643.40 $112,643.40 Friday,October 20,2017 Page 2 of 4 City Project Numbers 02628 DOE Number 7489 Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOC Estimate Number I Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 10/15/2017 Project Funding Contract Information Summary Original Contract Amount $112,643.40 Chance Orders Total Contract Price $112,643.40 I- ;;�Date Total Cost of Work Completed $112,643.40 Coy actor Less %Retained $0.00 d4Net Earned $112,643.40 ate v Y I Earned This Period $112,643.40 hispecti upervisor Retainage This Period $0.00 e Less Liquidated Damages ec anager Days Day $0.00 II Date 17 LessPavement Deficiency $0.00 Ass,. .e or/'fPW-I n;C� Less Penalty $0.00 y Less Previous Payment $0.00 L.J. ate Z�/ 7 0 ii Directo Contracting Deparh it Plus Material on Hand Less 15% $0.00 I Balance Due This Payment $112,643.40 i i 1 ILII Friday,October 20,2017 Page 3 of 4 City Project Numbers 02628 DOE Number 7489 Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOC Estimate Number I Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 10/15/2017 Project Funding Project Manager Sahu City Secretary Contract Number 117489 Inspectors RODGERS / TAEZAZ Contract Date 10/3/2016 Contractor REDDEN CONCRETE Contract Time 360 CD P.O.BOX 68 Days Charged to Date 330 CD MELISSA, TX 75454 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 $112,643.40 Less %Retained $0.00 Net Earned $112,643.40 Earned This Period $112,643.40 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 $112,643.40 Friday,October 20,2017 Page 4 of 4 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 Ethan Redden, President Of Redden Concrete, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, films, 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; Turnkey Concrete BY Ethan Redden Subscribed and sworn before me on this ate 26 of October, 2017. Notary Public County, State a eo;'RY n:Nm'' DESIRA L. WINSLOW Notary Public,State of Texas '-,• My Commission Expires July 30, 2019 AFFIDAVIT STATE OF Texas COUNTY OF Collin Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Ethan Redden„ President Of Redden Concrete,known to me to be a credible person, who being by me duly sworn,upon his oath deposed and said; That all persons, films,associations, corporations, or other organizations fiunishing 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; Turnkey Concrete BY . ,mac Ethan Redden Subscribed and sworn before me on this date 23 of October, 2017. Notary Public County, State NDEBBIEA.HORTON P�eG�NotaryPublic,StateotTexas Comm Expires09-19 2020 '�,,;o�►;.�` Notary I D 7128896 CONSENT OF SURETY OWNER ❑ TO FINAL PAYMENT ARCHITECT ❑ CONTRACTOR ❑ AIA Doccanem G707 SURETY Ix (Instructions on reverse side) Bond M PB03228301709 OTHER CJ TO OWNER: ARCHITFCI"S PROJECT NO.: NIA (Valli•and rrrldn'.Nl City of Ft.Worth and Tanger Development Company,LLC CONTRACTFOR: Paving Improvements to Serve 6750 Hillcrest Plaza Drive,Suite 325 Tanger Outlet Center Dalas,TX 75230 Lot 1,Block 4-Project#02628 PROJECT: CONTRACT DATED: undated (Name mul addre..al Tanger Outlet Center State Hwy 114&1-35 Fort Worth,TX 76177 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (lu.�'r1 nalltc and ndrlrta�rfSiurA'/ Philadelphia Indemnity Insurance Company Three Bala Plaza East,Suite 400 Bala Cynwyd,PA 19004-1403 SURETY, on bond of Owen urnnr and nrkln o'of Cun/rai tor/ Redden Concrete,Inc. PO Box 68 Melissa,TX 75454 CONTRACTOR, hereby approves of the final payment to the Contractor,and agree,that final payment to the Contractor shall not relieve the Surety-of any of its oblib--tions to (Dear/urrnrc and addr ,:r fOtrueo City of Ft.Worth and Tanger Development Company,LLC 6750 Hillcrest Plaza Drive,Suite 325 Dalas,TX 75230 OWNER, as set forth in slid Surctv's bond. IN WITNFSS WHEREOF,the Surety has hereuntO set its hand on this date: October 26,2017 anon!lit a•rilllC:A,rorrinb dloualDrA,tnanentdatennitwar.1 Philadelphia Indemnity Insurance Company (.Un '1 �`� ��GI.��. (.,Q77frlrrlY'r�[llrNXll7A4/lt�nt'.C'lll0r%I C•! Attest: (Seal): Sharon Grant-Witness Blaine Allen-Attorney in Fact _ — U'iinn•d rtruuc ulrrl tirlcl CAUTION: You should sign an original AIA document that has this caution priotod In red. An I I original assures that changes will not be obscured as may occur when documents are reproducrti. See Instruction Sheet for Limited License for Reproduction of this document. AIA DOCUMENT G707-(:ONSF.YI'OF SI'RF.IY'PD FINAL.PAYMENT'-1994 F.DI11ON-'AtA L VA)i-1111:NUIFRICAN INSn -IT.OF ARCHnF.CtS.I 773 Nf'1t'YORK AVFNI:F NW.W.SH- 14937 PHH.ADr.LPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19003.0950 Power of Attorney KNOW ALL PERSONS BY THESE PitESENTS:that PHILADELPHIA INDEMNITY INSURANCE COMPANY(die Company),a corpomtion organized and existing under the laws of the Conanonwealdt of Pennsylvania,does hereby constitute and appoint William D.Baldwin,Blaine Allen,Brent Baldwin,Brock Baldwin,Michael B.hill,Monica Campos,Brady K.Cox,and/or Russ Frenzel of Baldwin-Cox Agency LLC,its true and lawful Attorney-in-fact with fill authority to execute out its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof.issued in the course of its business and to bind die Company thereby,in an amount not to exceed$25,000.000. This Power of Altomcy is granted and is signed and sealed by facsimile under and by the authority of die following Resolution adopted by the Board of Directors of Ill11LADELPHIA INDEMNITY INSURANCE COMPANY on die 14"of-Noventber,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Altomev(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove. at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signtures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating Otcreto by lacsimide,and any such Power of Attorney so executed and certifier)by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TISTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFL\ED BY ITS AUTHORIZED OFFICE THIS 14T'DAY OF NOVEMBER,2016. (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14"day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is die therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the se-al affixed to said instrument is die Corporate seal of said Company;that die said Corporate Seal and his signature were duly affixed. coNNoa wr TH r KNNmv Neu,u�Seal Non Nernd, t!.!,4;,feP Trp.,Npra KW;JaperyIly ChsfY NY canwnim[ryne flp•!.]!t1 \/, •"�``" '•`"� ' Notary Public: lk residing at: Bala Cynwyd,PA (Notary Seal) My commission expires: January 3.2013 1,Edward Sayago,Corporate Secretary of PHILADE=LPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant dicreto on this 14"day of November,2016 are true and correct and are still in till force and effect.I do thriller certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the!fate of execution of the attached Power or Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, V 1n Testimonv\Thereof I havo stuL•scribed my nanhe and allixed the facsimile seal ofeach Company this )fay of O t _ 20L Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Redden Concrete Tanger Outlet Center Inspector City Project Number Jimmy Raines 02628 Construction Components Project Manager ❑Water ❑Waste Water ❑Storm Drainage 0 Pavement Gopal Sahu Initial Contract Amount Project Difficulty $112,643.40 O Simple OO Routine O Complex Final Contract Amount Date $112,643.40 10/23/2017 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/ RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 428 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 428 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS1*100%) 428 / 448 = 96% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF$O 7TS AWARDED) Inspector Signature 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 FORTWORTH REV:02'22/07 TRANSPORTATION ANIS PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION _ Date: 110/23/2017 Name of Contractor Project Name Redden Concrete Tanger Outlet Center DOE Inspector Project Manager Jimmy Raines Gopal Sahu DOE Number Project Difficulty Type of Contract Na/CPN 02628 O Simple OO Routine O Complex ❑Water ❑Waste Water ❑ Storm Drainage 0 Pavement Initial Contract Amount Final ContractAniount $112,643.40 $112,643.40 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING 4) i_—_ - 4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS 1 Availability of Inspector 3 ,1Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 3 4 Display Of Professionalism J' 4 Accuracy of Plan Quantities 3 5 Citizen Complaint Resolution j PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager g 1 Change Order Processing Time 3 3 Communication 3 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 3 Bid Opening to Pre-Con Meeting Timeframe 3 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervis r 01 _ 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 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Improvements To Serve Tanger Outlet Center PROJECT NO.: 2628 CONTRACTOR: Redden Concrete DOE NO.: NA PERIOD FROM:11/28/16 TO: 10/23/17 FINAL INSPECTION DATE: 23-Oct-17 WORK ORDER EFFECTIVE:11/28/2016 CONTRACT TIME: 360 0 Wg* 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 330 330 PERIOD PREVIOUS PERIOD TOTALS 330 330 TO DATE *REMARKS: CON ACT DATE INSPECTO DATE ENGINEERING;DEPART\ T The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817) 392-7941 •Fax: (817) 392-7845