Loading...
HomeMy WebLinkAboutContract 48585-FP1 Department of TP&W Const.Services CPN# IQU'0 Date 1 �� Project Manager E. TWORTH@ Risk Management Canady —Iv CITY SECRETARY D.O.E. Brotherton Z—1 —4�! ���-'' CONTRACT NO. CFA Morales/Scanned Gutzler/Scanned U The Proceeding people have been Contacted LTION AND PUBLIC WORKS concerning the request for final payment& have released this project for such payment. 'PROJECT COMPLETION /0,357 eveloper Projects) '1 Clearance Conducted By amw" City Project Ns: 100357 Regarding contract 100357 for AMERICAN AIRLINES HEADQUARTERS 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: $207,008.00 Amount of Approved Change Orders: $67,300.00 Ne 1 Revised Contract Amount: $274,308.00 Total Cost Work Completed: $274,308.00 D _ Recommencceptance Date Asst. Direct W - Development Services �iC0 F C Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager v r Date 34 SBTB men : i I#t �a� Wow !o 'it[ 0 Vitt �a Rev. $$ 19 9 (PO) t O6 355 City Project Numbers 100357 DOE Number 0357 Contract Name AMERICAN AIRLINES HEADQUARTERS Estimate Number 1 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 DICKINSON / HORTON Contract Date Contractor WIL,DSTONE CONSTRUCTION Contract Time 170 CD P O BOX 164429 Days Charged to Date 444 CD FORT WORTH, TX 76161 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 $274,308.00 Less %Retained $0.00 Net Earned $274,308.00 Earned This Period $274,308.00 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 $274,308.00 Monday,April 16,2018 Page 4 of 4 F©RTQRTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name AMERICAN AIRLINES HEADQUARTERS Contract Limits Project Type WATER&SEWER City Project Numbers 100357 DOE Number 0357 Estimate Number 1 Payment Number I For Period Ending 4/16/2018 CD City Secretary Contract Number Contract Time 17GD Contract Date Days Charged to Date 444 Project Manager NA Contract is 100.00 Complete Contractor WILDSTONE CONSTRUCTION P O BOX 164429 FORT WORTH, TX 76161 Inspectors DICKINSON / HORTON Monday,April 16,2018 Page I of 4 City Project Numbers 100357 DOE Number 0357 Contract Name AMERICAN AIRLINES HEADQUARTERS 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 REMOVE 10"WATER LINE 1601 LF $15.00 $24,015.00 1601 $24,015.00 2 8"WATER PIPE 18 LF $72.00 $1,296.00 18 $1,296.00 3 10"WATER PIPE 1730 LF $45.00 $77,850.00 1730 $77,850.00 4 FIRE HYDRANT 5 EA $8,274.50 $41,372.50 5 $41,372.50 5 6"WATER METER&VAULT 1 EA $17,806.00 $17,806.00 1 $17,806.00 6 6"GATE VALVE 1 EA $1,045.00 $1,045.00 1 $1,045.00 7 8"GATE VALVE 2 EA $1,445.00 $2,890.00 2 $2,890.00 8 10"GATE VALVE 3 EA $2,340.00 $7,020.00 3 $7,020.00 9 DUCTILE IRON SEWER FITTINGS 1.75 TN $5,366.00 $9,390.50 1.75 $9,390.50 10 2-3"IRRIGATION METERS C041 2 EA $33,650.00 $67,300.00 2 $67,300.00 Sub-Total of Previous Unit $249,985.00 $249,985.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------- -------- — — ---- 1 8"SEWER SERVICE 2 EA $12,161.50 $24,323.00 2 $24,323.00 Sub-Total of Previous Unit $24,323.00 $24,323.00 ---------------------------------------- Monday,April 16,2018 Page 2 of 4 City Project Numbers 100357 DOE Number 0357 Contract Name AMERICAN AIRLINES HEADQUARTERS 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 $207,008.00 Change Orders Change Order Number 1 $67,300.00 Total Contract Price $274,308.00 Date I 0 Total Cost of Work Completed $274,308.00 Contrac r�`� Less %Retained $0.00 Da Net Earned $274,308.00 Inspection�r Earned This Period $274,308.00 _ Retainage This Period $0.00 Date Pr 'et Manager Less Liquidated Damages Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Asst. ec /W Less Penalty $0.00 1 L Date Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $274,308.00 Monday,April 16,2018 Page 3 of 4 C7 C7 C7 'U CD a �noo �' O -u m ' DODzo � v z -� m a o Ao z n mm -* mm �t a -� � -"i 0 0 n C7 X7 � X n n> z v, Z v o o -i � `0 O n -! n, < O v o i o o � M -Zi o o R7 -i Z cn n X n .0 n m m z .. n D o N =t ? 3 z m i m z z � o ci a -t Z m m D `i O 4 O m X z 1 o oo Z 5` D a w m » m 0) 0) o 3 �o N rn to N W O O ° o O co r� s v O o N N w e w o o V VO � c m o o 0 0 0 0 < o D m m co -n Q to �1 o o o. o o = C g g 0 m w w m NN n�j V V CL O O O N � v C) w m N N N M N 03 00 A A A O O N D N W W W N A A o 0 o M Wco w m C) C, oo Cl .Z1 7' S p to (n j 0 0 0 tD CD 0 o N O O> O 0 O n n �+ Z -{ T V o 0 A W o c Z Z CD n oz G) v , y m o A o 0 2 Z W O 0 0 0 N r v� ao D N Z m 0 o p O Z7 0 0 0 0 0 0 1 O O n O n a m p Z .Zml Z 0 o m ZG) m O 0 — 00 0 00 CD O o O N O O � A m N m o � o r- o 0 0 L 0 o n o 0 o o m 0 D z b O { U) c0 () m -j z 0 y > C a O � o z Q - m N O o j o. C) { o 1 D m 3 is m m O X a z v - 0. m o c 9 �m `5. CD m -21 m L. p m m,o a to0 co ID c KC i', 40 so co 0 O w v m y2 w ,< a) w' r" O `G m, 3'C) �' n CD y o zN p -i.zC m (n ^ < a O M O y N Z a v m 3 r 0 -1 p wCD 3 n CD m z a fn A Q, C y (D = V! p m Z -i r$ -I nziW D m 0 1 M 0 0 < o =r �m x Cmm m 0 w O0 m zzz d =, C�► m m m' °' m O �~ X m ,. z•-o o i x z T co r- >D T 3 b m o < z V, G m �t O M L fi m o fi Z Wz o om om v� w O fD O O N O FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Water&Sewer Improvements American Airlines Headquarters PROJECT NO.: 100357 CONTRACTOR: Wildstone Construction DOE NO.: N/A PERIOD FROM;04/01/18 TO: 04/15/18 FINAL INSPECTION DATE: 12-Feb-18 WORK ORDER EFFECTIVE: CONTRACT TIME: 170 O Wd0 CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. SUN 0 16. 2. MON 0 17. 3. TUE 0 18. 4. WED 0 19. 5. THU 0 20. 6. FRI 0 21. 7. SAT 0 22. 8. SUN 0 23. 9. MON 0 24. 10. TUE 0 25. ll. WED 0 26. 12. THU 0 27. 13. FRI 0 28. 14. SAT 0 29. 15. SUN 0 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS PERIOD 444 444 PREVIOUS PERIOD 0 0 TOTALS TO DATE 444 444 *REMARKS: �-LI- y IS j .jam CONTACTOR DATE INSPECTa DATE _ ENGINEERING DEPARTNIENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTHREV:02122107 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 4/17/2018 Name of Contractor Project Name Wildstone Construction Water Improvements To Serve American Airlines Headquarter DOE Inspector Project Manager Randy Horton Fred Ehia DOE Number Project Diiculo, Tvpe of Contract N/A O Simple O Routine O Complex D Water ❑ Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $207,008.00 $274,308.00 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 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details y 3 Accuracy of Measured Quantities W 3 Applicability of Specifications 4 Display Of Professionalism &1 14 Accuracy of Plan Quantities �f 5 Citizen Complaint Resolution y 1 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager y 1 Change Order Processing Time q 3 Communication y 2 Timliness of Contractor Payments &4 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe y II1)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector A�a "/,V� Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (a 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 Name of Contractor Project Nanne Wildstone Construction Water Improvements To Serve American Airlines Headquarter Inspector City Project Number Randy Horton 100357 Construction Components Project Manager O Water ❑ Waste Water ❑ Storm Drainage❑ Pavement Fred Ehia Initial Contract Amount Project Difficulty $207,008.00 O Simple O Routine O Complex Final Contract Amount Date $274,308.00 4/17/2018 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 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 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 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 1 20 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 * 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 Contractor Signature Inspector's Supervisor Signature r? CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,Thi 76116 • (817) 392-8306 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Water Improvements To Serve American Airlines Headquarters PROJECT NUMBER: 100357 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF C900 10" PVC 1,730' C900 8" PVC 18' FIRE HYDRANTS: 5 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: All Passed NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS CONSENT OF OWNER SURETY COMPANY ARCHITECT TO FINAL PAYMENT CONTRACTOR SURETY AIA DOCUMENT G707 OTHER Bond No.- 2258302 PROJECT: American Airlines-Sanitary Sewer Relocation (job#100923),Ft.Worth TX (name,address) TO (Owner) [ City of Fort Worth ] ARCHITECT`S PROJECT NO: 1000 Throckmorton Street Fort Worth,TX 76102-6312 CONTRACT FOR: Construction ] CONTRACT DATE: 5/16/2017 CONTRACTOR: Muckleroy& Falls 5801 Edwards Ranch Rd,Suite 100 Fort Worth,TX 76109 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) North American Specialty Insurance Company 5200 Metcalf OPN111 Overland Park,KS 66202 , SURETY COMPANY, on bond of(here insert name and address of Contractor) Muckleroy& Falls 5801 Edwards Ranch Rd, Suite 100 Fort Worth,TX 76109 , CONTRACTOR, hereby approves of the final payment to the Contractors, 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 1000 Throckmorton Street Fort Worth,TX 76102-6312 ,OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 4th day of May , 2018 North American Specialty Insurance Company Surety Company Signature of Authorized Representative Attest: j , ^ rv� (Seal): IV/ Attorney-In-Fact Tit e Linda Michelle Stalder 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 AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMENT APRIL 1970 EDITION AIA ONE PAGE 197U THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave.,NW,WASHINGTON,D.C. 20006 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of Overland Park,Kansas each does hereby make,constitute and appoint: SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY.CHER]LYNN IRBY,WILBERT RAYMOND WATSON,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LEE MOON, ANDREA ROSE CRAWFORD,MARY JO ZAKRZEWSKI,JAMES B.ROGERS,JR.,TROY RUSSELL KEY AND LINDA MICHELLE STALDER JOINTLY OR SEVERALLY Its true and lawful Attorneys)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." \\`gym\11......II//lyyy �tWattutuusuluny� ��� -',, `\�Q�C,tAUTY/,yspi�� ad' t10Nq� � 1%t 5:pEOA.jT.Ga,`t�;GOAPOTSG.qpm°s By ySF:yZZ Stven P.Anderson, error Vice rest cat o as m ton Sterna nona insurance Company LSoeel i A O i :m &Senior Vice President of North American Specialty Insurance Company Z 1873 'rat a — S Senior Vice President of Westport Insurance Corporation ie By Mike A.Ito,Senior Vice President of Wash International Insurance Company •y��M�s�•••'' //illllip\\1 �tmtatt t &Senior Vice President of North American Specialty Insurance Company &Senior Vice President of Westport insurance Corporation IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this this 12 day of January ,20 18 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 12 day of January ,20 18,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington Intemational Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington Intemational Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL ' M KSNNY �, 1 Notary Public•State of Illinois My Commission ap;tcs tvausor M.Kenny,Notary Public I, Jeffrey Goldberg the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 4th day of May 20 18 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company& North American Specialty Insurance Company&Vice President&Assistant Secretary of Westport insurance Corporation 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 Ben Austin, V.P. of Operations Of Muckleroy & Falls, 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; American Airlines Trinity Campus BY Name or Title Subscribed and sworn before me on this date Day of Month, Year. HM&MF,Ltd.,d/b/a MUCKLEROY&FALLS,a Texas Limited Partnership by Muckleroy&Falls Construction Co.,a Texas Corporation and General Partner Notary Public County, State 0." BETH AIKIN �cNotary Public, State of Texas 9r ec Comm. Expires 05-28-2022 ��'�i°i, `�� Notary ID 3494766