Loading...
HomeMy WebLinkAboutContract 49630-FP1 Department of TP &W Const.Services CPN# Date Project Manager TWORTH.Risk Management Canad - CITY SECRETARY D.O.E. Brotherton — CFA Morales/Scanned `-1 CONTRACTNO. D —FPS Gutzler/Scanned The Proceeding people have been Contacted TION AND PUBLIC WORKS concerning the request for final payment& have CT COMPLETION released this project for such payment. PevROJEROJE Projects) 5i (fib a Q -- J b10 3 3 Clearance Conducted By 104i"rl City Project Ns: 101033 _ eS',# y963� Regarding contract 101033 for LIVE OAS PHASE 3B 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 thaWpv. orl s Department has accepted the project as complete. Di) IJ MAY 0 8 2018 Original Contract Price: ley— $286,033.38 Amount of Approved Change Orders: Ne Revised Contract Amount: Total Cost Work Completed: $286,03338 $ -7 A,Al RecommenAKfAcceptance Date Asst. Direct PW - Development Services s/ 1�(} Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date 00 7L 8 pq rj `y ems: � OFFICIAL RECORD n. �G���� � n CITY SECRETARY 4�p Q F7.(NORTH,TX Rev.9/2 'rl-fl�' E � MAY 0 8 2018 5-(o b6 ?- / b) 033 City Project Numbers 101033V..�._ DOE Number 1033 Contract Name LIVE OAK PHASE 3B Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/16/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / HOUSTON Contract Date Contractor VENUS CONSTRUCTION COMPANY Contract Time 45 CD 1426 S.MAIN P O BOX 90 Days Charged to Date 165 CD MANSFIELD, TX 76063 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 $86,033.37 Less %Retained $0.00 Net Earned $286,033.38 Earned This Period $286,033.38 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 $286,033.38 Monday,April 16,2018 Pale 4 of 4 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LIVE OAK PHASE 3B Contract Limits Project Type WATER&SEWER City Project Numbers 101033 DOE Number 1033 Estimate Number 1 Payment Number I For Period Ending 4/16/2018 CD City Secretary Contract Number Contract Time 46D Contract Date Days Charged to Date 165 Project Manager NA Contract is 100.00 Complete Contractor VENUS CONSTRUCTION COMPANY 1426 S.MAIN P O BOX 90 MANSFIELD, TX 76063 Inspectors OWEN / HOUSTON Monday,April 16,2018 Page I of 4 City Project Numbers 101033 DOE Number 1033 Contract Name LIVE OAK PHASE 3B Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/16/2018 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC WATER PIPE 2027 LF $28.82 $58,418.14 2027 $58,418.14 2 1"WATER SERVICE 57 EA $769.07 $43,836.99 57 $43,836.99 3 8"GATE VALVE 6 EA $1,296.84 $7,781.04 6 $7,781.04 4 FIRE HYDRANT 1 EA $3,981.42 $3,981.42 1 $3,981.42 5 DUCTILE IRON WATER FITTINGS 1 TN $6,767.75 $6,767.75 1 $6,767.75 W/RESTRAINT 6 8"WATERLINE LOWERING 1 EA $2,525.34 $2,525.34 1 $2,525.34 7 CONNECTION TO EXISTING 4"-12"WATER 4 EA $984.40 $3,937.60 4 $3,937.60 MAIN 8 TRENCH SAFETY 2027 LF $0.81 $1,641.87 2027 $1,641.87 Sub-Total of Previous Unit $128,890.15 $128,890.15 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total —————————————--— ----------- ---- ------ 1 8"SEWER PIPE 1483 LF $36.59 $54,262.97 1483 $54,262.97 2 4'MANHOLE 7 EA $3,511.61 $24,581.27 7 $24,581.27 3 CSS ENCASEMENT FOR UTILITY PIPES 40 LF $62.76 $2,510.40 40 $2,510.40 4 4'EXTRA DEPTH MANHOLE 11.32 VF $505.41 $5,721.24 11.32 $5,721.24 5 MANHOLE VACUUM TESTING 7 EA $153.82 $1,076.74 7 $1,076.74 6 EPDXY MANHOLE LINER 10.15 VF $350.36 $3,556.15 10.15 $3,556.15 7 4"SEWER SERVICE 57 EA $1,074.66 $61,255.62 57 $61,255.62 8 CONNECT TO EXISTING 8"SANITARY SEWER 2 EA $658.32 $1,316.64 2 $1,316.64 9 TRENCH SAFETY 1483 LF $0.32 $474.56 1483 $474.56 10 POST CCTV INSPECTION 1483 LF $1.61 $2,387.63 1483 $2,387.63 Sub-Total of Previous Unit $157,143.23 $157,143.23 ------------ ---------------------------- Monday,April 16,2018 Page 2 of 4 City Project Numbers 101033 DOE Number 1033 Contract Name LIVE OAK PHASE 313 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/16/2018 Project Funding Contract Information Summary Original Contract Amount $286,033.38 Change Orders Total Contract Price $286,033.37 Date �! Total Cost of Work Completed $286,033.37 Contractor Less %Retained $0.00 Net Earned $286,033.38 Date Inspection Supervi or Earned This Period $286,033.38 �� Retainage This Period $0.00 r Date 5 "7- Less Liquidated Damages Projec anager Days @ /Day $0.00 Date LessPavement Deficiency $0.00 AssM�Iltfv Less Penalty $0.00 Date ` A/I'd�j Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $286,033.38 Monday,April 16,2018 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO,1 NAME OF PROJECT: Live Oak Phase 3B PROJECT NO.: 101033 CONTRACTOR: Venus Constrution,Inc DOE NO. N/A PERIOD FROM 10/30/17 TO: 04/12/18 FINAL INSPECTION DATE: 12-Apr-18 WORK ORDER EFFECTIVE 10/30/2017 CONTRACT TIME 45 O WD O 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 0 0 PERIOD TOTALS 0 0 0 0 165 165 TO DATE *REMARKS ZL -l� CO RAC36R DATE INSPEC OR DATE ENGINEERING DEPARTMENT 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 Name of Contractor Project Name Venus Construction Live Oak Phase 3B Inspector City Project Number Garey Houston 101033 Construction Components Project Manager 0 Water 0 Waste Water ❑ Storm Drainage ❑ Pavement Fred Ehia Initial Contract Amount Project Difficulty $286, 33.3 10 Simple O Routine O Complex Final Contract Amount Date $286,033.38 14/12/2018 M 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 1 4 1 20 120 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 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 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 64/12/2018 Name of Contractor Project Name Venus Construction Live Oak Phase 3B IDOE Inspector ;Project Manager Garey Houston 'Fred Ehia WOE Number Project Difficulty Type of Contract 1101033 iO Simple O Routine O Complex ❑ Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount (Final Contract Amount $286,033.3 8 y$286,033.38 H)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING l (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 4( 13 Accuracy of Measured Quantities / 3 Applicability of Specifications 4 Display Of Professionalism y 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution V, 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 COMMENT, TRANSPORTATION AND PUBLIC WORKS s The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817)392-7941 •Fax: (817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Live Oak Phase 3B PROJECT NUMBER: 101033 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 8"inch PVC 2027 LF FIRE HYDRANTS:1 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LIT N/A DENSITIES: NEW SERVICES: 57- 1"inch copper 1200 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF 8"inch SDR-26 PVC 1483 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: �n ffEP NEW SERVICES: 57-4"inch SDR-26 PVC 1200 LF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817)392-7941•Fax:(817)392-7845 VENUS STATE OF Texas AFFIDAVIT COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Sam McAda, Vice President Of Venus Construction Company, 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; Live Oak Phase 3B BY Samuel McAda/Vice President Subscribed and sworn before me on this date 16th of April, 2017. VANESS l.✓ =�� �= A RENFROW Notary Public y` My Notary ID#128692814 Tarrant, TX `'tc Expires July 28,2019 PO Box 90 - Mansfield,TX 76063 (817) 477-2050 FAX (817) 473-9366 WWW.VENUSCONSTRUCTION.COM TKE The Guarantee Company of North America USA GUARANTEE' One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 www.qcna.com Bond Number 75159319 OWNER ❑ CONSENT OF SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ OTHER ❑ PROJECT: Live Oak Phase 3B (name, address) TO (_Owner) 351 Development LLC ARCHITECT'S PROJECT NO. rilc#W-2505:X'#X+24441,City Projccl#101033 on behalf of Live Oak Creek Municipal Utility District No. 1 CONTRACT FOR: Water, Sanitary Sewer,&Storm Drain Improvements for Live Oak Phase 3A CONTRACT DATE: CONTRACTOR: Venus Construction Company,Inc. 1426 S.Main Mansfield, TX 76063 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 as it appears in the bond). The Guarantee Company of North America USA One Towne Square#1470 Southfield Ml 48076 , SURETY COMPANY, on bond of(here insert name and address of Contractor) Venus Construction Company,Inc. 1426 S.Main Mansfield,TX 76063 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) 351 Development LLC on behalf of Live Oak Creek Municipal Utility District No. 1 OWNERS, As set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this 18th day of April 2018 The Guarantee Company of North America USA Surety Eompa !f '8ignatur6'of Authori ed Representative ATTEST: Lloyd Ray Pitts Jr. Attorney-In-Fact (Seal): Melissa Pitts,Bond Secretary Title The language in this document confirms exactly to the language used in AIA Document G707—Consent of Surety Company to Final Payment. THE The Guarantee Company of North America USA GUARANTEE POWER OF ATTORNEY Southfield,Michigan KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint Lloyd Ray Pitts,Jr.,William D.Birdsong Pitts Fennell and Associates,LLC dba Pitts Birdsong Fennell&Associates its 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 or permitted by law,statute,rule, regulation,contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked, pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31s`day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority 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. 4. 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. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. upPµTEfC� IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 2nd day of October,2015. T JqQ THE GUARANTEE COMPANY OF NORTH AMERICA USA y�R>1lAM ��' STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee A ;° .. Notary Public,State of Michigan Company of North America USA offices the day and year above writtc^. Zq�a, ., County of Oakland My Commission Expires February 27,2018 `r.• :•-,v;_' Acting in Oakland County I,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing;s a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. �Jpar"Too IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 18th day of April 2018 a yOR�A"Ea1pP Randall Musselman,Secretary