Loading...
HomeMy WebLinkAboutContract 48509-FP3 FORT' WORTH. CITY SECRETARY . TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) ty dr ,. CQI�t12�c ! //1 7 C i#`yBx� °: 100445 Regarding contract 100445 for SENDERA RANCH EAST PHASE 13A as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: 581,781.00 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $81,781.00 Recommen NfAcceptance DateAsst. Direc - I an s ruct of n \ -] d'Vsc.�zr t ki Accepted Date Asst. Direct r, TRANSPORTATION & PUBLIC WORKS �%' ---- (--1 Asst. City Manager Department of T &W Const.Services Date CPN# L Date Project Manager ( (.,'Z7,(� Risk Management Canady -Z D.O.E. Brotherton 7 Comments: CFA Morales/Scanned t1 -s. ler/Scanned OFFICIAL RECORD The Proceeding people have been Contacted CI�YSEC C � concerning the request for final payment&have RETARY released this project for such payment. IT.YYORrjN,TX luitW �rance Conducted By 0"' Ma Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SENDERA RANCH EAST PHASE 13A Contract Limits Project Type STREET LIGHT City Project Numbers 100445 DOE Number 0445 Estimate Number 1 Payment Number 1 For Period Ending 10/6/2017 CD City Secretary Contract Number Contract Time 150D Contract Date Days Charged to Date 239 Project Manager NA Contract is 100.00 Complete Contractor WILLBROS T&D SERVICES,LLC 115 WEST 7TH ST,STE 1410 FORT WORTH, TX 76102 Inspectors LAYER / MATTEGAT i Tuesday,November 21,2017 Page 1 of 4 I it IIS i City Project Numbers 100445 DOE Number 0445 Contract Name SENDERA RANCH EAST PHASE 13A Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHT For Period Ending 10/6/2017 Project Funding STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2"CONDT PVC SCH 80 1470 LF $9.05 $13,303.50 1470 $13,303.50 2 LED LIGHTING FIXTURE 13 EA $725.00 $9,425.00 13 $9,425.00 3 RDWY ILLUM 13 EA $2,370.00 $30,810.00 13 $30,810.00 4 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR W/#10 1470 LF $3.25 $4,777.50 1470 $4,777.50 5 RDWY ILLUM FOUNDATION TY 4 13 EA $1,805.00 $23,465.00 13 $23,465.00 Sub-Total of Previous Unit $81,781.00 $81,781.00 Tuesday,November 21,2017 Page 2 of 4 City Project Numbers 100445 DOE Number 0445 Contract Name SENDERA RANCH EAST PHASE 13A Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHT For Period Ending 10/6/2017 Project Funding Contract Information Summary Original Contract Amount $81,781.00 Chanize Orders Total Contract Price $81,781.00 Date j �yJ Total Cost of Work Completed $81,781.00 Contractor Less %Retained $0.00 Date �/ 2Net Earned $81,781.00 Inspection Supervisor Earned This Period $81,781.00 Retainage This Period $0.00 Date �� Less Liquidated Damages Projec Lanaer.p a I Days @ /Day $0.00 Date `t?e 1�� LessPavement Deficiency $0.00 Asst or W-Inf Date n ���' `� Less Penalty $0.00 Less Previous Payment $0.00 II wc Dimr r g Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $81,781.00 it Tuesday,November 21,2017 Page 3 of 4 II City Project Numbers 100445 DOE Number 0445 Contract Name SENDERA RANCH EAST PHASE 13A Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHT For Period Ending 10/6/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / MATTEGAT Contract Date Contractor WILLBROS T&D SERVICES,LLC Contract Time 150 CD 115 WEST 7TH ST,STE 1410 Days Charged to Date 239 CD FORT WORTH, TX 76102 Conti-act is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $81,781.00 Less %Retained $0.00 Net Earned $81,781.00 Earned This Period $81,781.00 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 $81,781.00 Tuesday,November 21,2017 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Sendera Ranch East Phase 13A PROJECT NO.: 100445 CONTRACTOR: Willbros DOE NO.: PERIOD FROM:02/13/17 TO: 10/1017 FINAL INSPECTION DATE: 10-Oct-17 WORK ORDER EFFECTIVE:1/10/2017 CONTRACT TIME: 180 O WO* 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 0 0 0 0 0 0 PERIOD PREVIOUS 0 0 0 0 239 239 PERIOD TOTALS 0 0 0 0 239 239 TO DATE *REMARKS: 1 Il13l i1- CONTR,k OR DATE INSPECTOR DATE ENGINEERING DEPARTMENT 10- The City of Fort Worth• 1000 Throcl-,norton Street•Fort Worth,TZ 76012-6311 (817) 392-7941 •Fat: (817)392-7845 < )F FORTWORTHREV:02/22/0' TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 16-Nov-17 Name of Cowractor Project Name Willbros Sendera Ranch East Phase 13A DOE Inspector Project Manager Fred Gallier Khal Jaafari DOE Number ProjectDiculty Tjpe of Contract CPN 100445 O Simple QQ Routine Q Complex ❑ Water❑ Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Annount $81,781.00 $81,781.00 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 1 Accuracy of Plans to Existing Conditions 3 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 3 5 Citizen Complaint Resolution �3 PROJECT MANAGER EVALUATION 6 Performance- Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution f ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 3 Communication / 2 Timliness of Contractor Payments 3 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timefi-ame -3 III)COMMENTS&SIGN/ATURES COMMENTS Q;�FcrFvt r Con�mun%t�/�iar1 �re.,� oti��c�G.r� Dc��'�S Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supery r' _ —`— 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 1) CONTRACTOR&PROJECT DATA Nance of Contractor Project Name Willbros Sendera Ranch East Phase 13A Inspector City Project Number Fred Gallier 100445 Consirarclion Components Project Manager ❑ water[:] waste Water[:] Storm Drainage❑ Pavement Khal Jaafari Initial Contract Amount ProjectDifftculty $81,781.00 Q Simple Q Routine ❑ Complex Final Contract Amount Date $81,781.00 16-Nov-17 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 1 8 2 2 Public Notifications 5 Y 2 20 10 3 Plans on Site 5 Y 1 20 5 4 Field Supervision 15 Y 2 60 30 5 Work Performed 15 Y 2 60 30 6 Finished Product 15 Y 2 60 30 7 Job Site Safety 15 Y 2 60 30 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 2 20 10 12 After Hours Response 5 Y 2 20 10 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 247 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 247 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 247 / 448 = 55% Performance Category Standard <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS ANVARDED) Inspector Signature ontractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of FortWorth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116 • (817)392-8306 I, 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 Gary Oler, Controller Of Willbros T&D Services, 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 fiill; That there are no claims pending for personal injury and/or property damages; On Contract described as; Contract Description BY Gary Oler, Controller Subscribed and sworn before me on this date 3 of November, 2017. 67o4tary Pu Tarrant xas TE OF g ,•' 'moi '•.FXPIC�F; '����� 1 21 ►unni CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY D Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No DVIFSU0631645 PROJECT: Sendera Ranch East Phase 13A;Project No.100445 (name, address) TO (Owner) CITY OF FORT WORTH AND LENNAR HOMES OF ARCHITECT'S PROJECT NO: TEXAS LAND AND CONSTRUCTION,LTD. CONTRACT FOR: 200 Texas Street Sendera Ranch East Phase 13A;Project No,100445 Fort Worth TX 76102 _f CONTRACT DATE: CONTRACTOR:WILLBROS T&D SERVICES LLC 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) INTERNATIONAL FIDELITY INSURANCE COMPANY One Newark Center Newark NJ 07102 , SURETY COMPANY on bond of (here insert name and address of Contractor) WILLBROS T&D SERVICES LLC 115 West 7th,Suite 1410 Fort worth TX 76102 , 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) CITY OF FORT WORTH AND LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION,LTD. 200 Texas Street Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 6th day of November,2017 INTERNATIONAL FIDELITY INSURANCE COMPANY _ ` Surety Company Attest:Naomi Harris-Thom son (Seal): Si ture of uthorized Representative Lupe Tyler 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 Tel(973)624-7200 ; POWER OF ATTORNEY 2 Q INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENYCASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of New Jersey,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint NANCY THOMAS, DONNA WILLIAMS, WENDY W. STUCKEY,LUPE TYLER, LISA A. WARD, ANOOP CHAWLA ADLAKHA, MELISSA L. FORTIER, MICHAEL HERROD Houston,TX. their true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory In the nature thereof, which are or may be allowed,required orpermitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instruments) rn ursuance of these presents,shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked, pursuant to and by authority of the By-Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY ata meeting duly held on the 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000: "RESOLVED,that (1)the President,Vice President,Chief Executive Officer or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances, contracts of Indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians,agents for acceptance of process,and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and (3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given ffor the execution of any bond,undertaking;recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manual'y affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 31st day of December,2015. �Ty �l STATE OF NEW JERSEY l CpsUALTP County of Essex �� coq , SEA ��.- ....tiT � 1936 Z ¢ k ROBERT W.MINSTER y Chief Executive Officer(International Fidelity JERS� i Insurance Company)and President(Allegheny Casualty Company) On this 31st day of December 2015,before me came the individual who executed the preceding instrument,to me personally known,and,being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set m hand affixed my,Official Seal, at the Cityof Newark,New Jersey the day and year first above written.'. .�GPSITY 7- NOTARY :r m PUBLIC y: N�A' � A NOTARY PUBLIC OF NEW JERSEY ��'0''0 20{9'' C�' My Commission Expires April 16,2019 OF NEIV �'p 'lot..p�00 CERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney his not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this day of MARIA BRANCO,Assistant Secretary,