Loading...
HomeMy WebLinkAboutContract 45430-FP2 �p2 Department o TP&W Const.Services QTY SECRETAG�NTRACf�®• (,L j �3� DO -7L Q Date Project Manager •�/J —4 Risk Management J. Page RT WORTH. r Aaw,,�z D.O.E. Brotherton � C r A CFA Kni httScanned 2 12 —cy The Proceeding people have n Contacted concerning the request for final payment&have released this project for such payment ffATION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy )F PROJECT COMPLETION D.O.E. N2: 7174 Regarding contract 117174 for WEST FORK RANCH PH5B-STORM DRAIN 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 Prices: $38,694.80 Amount of Approved Change Orders: Ne Revised Contract Amount: Total Cost Work Completed: $38,694.80 Less Deductions: Liquidated Damages: Days @$210.001 Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $38,694.80 Less Previous Payments: $0.00 Final Payment Due $38,6944..80 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted (� / Date Director, TRANSPORTATION & PUBLI WORKS City Manager Date Comments: C205-541200-202760221683 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WEST FORK RANCH PH5B Contract Limits Project Type STORM DRAIN City Project Numbers 02216 DOE Number 7174 Estimate Number I Payment Number I For Period Ending 10/23/2014 CD City Secretary Contract Number 117174 Contract Time 4CD Contract Date Days Charged to Date 107 Project Manager Buckley Contract is 000000 Complete Contractor KCK UTILITY CONSTRUCTION 103 N.ALLEN DRIVE ALLEN, TX 75013 Inspectors LAYER / DOVERS Wednesday,November 05,2014 Page I of 4 �I City Project Numbers 02216 DOE Number 7174 Contract Name WEST FORK RANCH PH513 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 10/23/2014 Project Funding STORM DRAIN Item Description of items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ————— - — --------------------------- 1 27"RCP 149 LF $59.00 $8,791.00 149 $8,791.00 2 24"RCP 136 LF $51.00 $6,936.00 136 $6,936.00 3 21"RCP 101 LF $47.00 $4,747.00 101 $4,747.00 4 27"HEADWALL I EA $1,925.00 $1,925.00 1 $1,925.00 5 !0'STD CURB INLET 5 EA $2,860.00 $14,300.00 5 $14,300.00 6 18"THICK ROCK RIP RAP I I SY $110.00 $1,210.00 11 $1,210.00 7 REMOVE PLUG AND CONNECT TO EX I EA $670.00 $670.00 1 $670.00 8 TRENCH SAFETY 386 LF $0.30 $115.80 386 $115.80 ------------------- Sub-Total of Previous Unit $38,694.80 $38,694.80 ---------------------------------------- - Wednesday,November 05,2014 Page 2 of 4 City Project Numbers 02216 DOE Number 7174 Contract Name WEST FORK RANCH PH513 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 10/23/2014 Project Funding Contract Information Summary Original Contract Amount $38,694.80 Chance Orders Total Contract Price $38,694.80 Total Cost of Work Completed $38,694.80 C r Less %Retained $0.00 Net Earned $38,694.80 Date J)4 pec on S e 'or Earned This Period $38,694.80 Retainage This Period $0.00 Date ()C)Ll Less Liquidated Damages roject M n o Days @ /Day $0.00 Date li ' S LessPavement Deficiency $0.00 Asst ' todl'PW-Infrastructure Design and Construction Less Penalty $0.00 7 14 (J 0 Date 7 Less Previous Payment $0.00 Director/ ontractingDepartn t It( Plus Material on Hand Less 15% $0.00 Balance Due This Payment $38,694.80 Wednesday,November 05,2014 Page 3 of 4 City Project Numbers 02216 DOE Number 7174 Contract Name WEST FORK RANCH PH5B Estimate Number I Contract Limits Payment Number I Project Type STORM DRAM For Period Ending 10/23/2014 Project Funding Project Manager Buckley City Secretary Contract Number 117174 Inspectors LAYER / DOVERS Contract Date Contractor KCK UTILITY CONSTRUCTION Contract Time 40 CD 103 N.ALLEN DRIVE Days Charged to Date 107 CD ALLEN, TX 75013 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 $38,694.80 Less %Retained $0.00 Net Earned $38,694.80 Earned This Period $38,694.80 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 Band Less 15% $0.00 Balance Due This Payment $38,694.80 Wednesday,November 05,2014 Page 4 of 4 FORTWORTH rev 03/0510-1 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: West Fork Ranch PH 513 PROJECT NO.: C205-202760221 CONTRACTOR: KCK DOE NO.: 7174 PERIOD FROM:04/24;14 TO: 08/08/14 FINAL INSPECTION DATE: 12-Nov WORK ORDER EFFECTIVE:4/14/2014 CONTRACT TIME: 40 O WC* 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 OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 107 107 PREVIOUS 0 0 PERIOD TOTALS TO DATE 107 107 *REMARKS: Q1l l 1-2- -1`1 A0Z CONjTZACTOR DATE INSPECTOR DA ENGINEERING DEPARTMENT 0 The Cite of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I PROJECT INFORMATION Date: 10/24/2014 Name of Contractor Project Name KCK West Fork Ranch PH513 DOE Inspector Project Manager Keith Dovers Patrick Buckle DOE Number Project Dculh, Type of Contract 7174 O Simple QQ Routine 0 Complex 0 Water❑ Waste WaterO Storm Drainage[] Pavement Initial Contract Amount Final Contract Amount $38,694.80 $38,694.80 11)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS I 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 Applicabilityof Specifications 4 Display Of Professionalism 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution 1PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager I Change Order Processing Time 3 Communication 2 Tim]iness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe lit)COMMENTS&SIGNATURES COMMENTS Signature Contractor 0 Signature DOE Inspector 1 ��-- Signature DOE Inspector's Supervisor LA INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS Q9 (817) City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 Q9 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV 02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name KCK West Fork Ranch PH5B DOE Inspector DOE Number Keith Dovers 7174 DOE Inspector Project Manager ❑ Water❑ waste Water❑ Storm Drainage[—] Pavement Patrick Buckle Initial Contract Amount Project Difficulty $38,694.80 10 simple Routine O Complex Final Contract Amount Date $38,694.80 10/24/2014 M PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 1 60 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 N I I Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 368 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 368 III)CONTRACTOR'S RATING Maximum Scare(MS)=448 gr sum of applicable element score maximums which= 368 Rating([TS/MSJ* 100%) 368 / 368 = 100% Performance Category Excellent <20%=Inadequate 10%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector F .�— Signature Contractor Signature DOE Inspector's Supervisor la-7/1 CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS 0The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 0 (817)392-7941 •Fax:(817)392-7845 CONSENT OF OWNER SURETY COMPANY ARCHITECT TO FINAL PAYMENT CONTRACTOR SURETY AIA DOCUMENT G707 0'1'I IER Bond No. 2181381 PROJECT: Water,Sanitary Sewer,and Storm Drainage Improvements to serve West Fork Ranch (name,address) Phase 513,Ft.Worth TX TO(Owner) [ City of Fort Worth and ] ARCHITECT'S PROJECT NO: Pulte Homes of Texas LP 1234 Lakeshore Dr.,Ste 750A CONTRACT FOR: Construction Coppell,TX 75019 [ ] CONTRACT DATE: 3/3/2014 CONTRACTOR: KCK Utility Construction,Inc. 1024 So. Greenville,Suite 100 Allen, TX 75002 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 650 .Elm Street Manchester,NH 03101 , SURETY COMPANY, on bond of(here insert name and address of Contractor) KCK Utility Construction,Inc. 1024 So. Greenville,Suite 100 Allen,TX 75002 >CONTRACTOR, hereby approves of the final payment to the Contractors,and agrees that final payment to the Contractor shal I not relieve the Surety Company of any of its obligations to(here insert narne and address of Owner) City of Fort Worth and Pulte Homes of Texas,LP 1234 Lakeshore Dr.,Ste 750A Coppell,TX 75019 ,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 October 2014 North American Specialty Insurance Company Surety Company Signature of Authorized Representative Attest: (Seal): Andrea Rose Crawford Attorney-In-Fact Title NOTE, This form is to be uscd us a companion document to AIA DOCUMENT 0706,CONTRACTOR'S AFFIDAVIT Ol;PAYMENr OF DEB I'S AND CLAIMS, Current Edition AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL,PAYMENT APRIL 1970 EDITION AIA ONE PAGE 1970 THE AMERICAN TNsTITUTE OF ARC11TrECTS,1735 New York Ave.,NW,WAS[IINGTON,D.C. 20006 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALI,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 Manchester,New Hampshire,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 Schaumburg,011nois,each does hereby make,constitute and appoint: SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY,JULIE STORM,CFfERI LYNN IRBY,WILBERT RAYMOND WATSON, CAROLYN J.GOODENOUGH,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LEE MOON,ANDREA ROSE CRAWFORD, MARY JO ZAKRZEWSKI and TROY RUSSELL KEY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-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- FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,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 contacts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attomey 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." .atwnluufu awn' S3' rY£oaPoP 6te+t.P.A.dm.gsmt.,Vk.Fend.(ofWuhl.e-Toter..a..dt.mnoceCamp..y SIAL' V,fj rttl� �n Q 6Sema,Vt."deaf ffl"Ardui=9p.1.1ty 1—.. C.mp..y �g um B d D A Ly....VT-Pt Wit.f W.dtt. Innr..nce Ce¢y.ny &YumPnW—t.fNorrhA—A­3p.!&yInrur.eceC.e,pmy IN WITNESS WHEREOF,North American Speciatty lnsurance Company and Washington Intematfonal Inaiurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 12th day of December 2013 , North American Specialty Insurance Company Washington International Insurance Company State of 111 i no i s County of Cook ss' On this 12thday of December ,2013 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington Intemational Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers ofand acknowledged said instrument to be the voluntary act and deed of their respective companies. "OMCLAL9�4I" DONNA D.SKLEN,S _ Notary Nblfc,Staeof Illinois Donna D.Sklens,Notary Public MyCemmitsloo& - 14tICJ7AIJ 1, 2c_ffyr GQidb= the duly elected Assistant Sccretary of North American Specialty Insurance Company and Washington International Insurance Company,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 and Washington International Insurance Company,which is still in MI force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this-6ttj_day of October 2014 reRr,y Cordbory Via Pmsidau&Advaa&eu y of W.4i.gm Wwn+o,.a.l Inrutncs Coni;+y&Non%Am.r Sp.cialy tnwmm CwWuy tPulteGroup October 23,2014 Mr.Greg Littrell KCK Utility Construction 1024 Greenville Ave Allen,Texas 75002 Re: Contract for West Fork Ranch Phase 5B CoFW Project No.02216 CoFW File No.W-2297 CoFW DOE No.7174 Dear Greg Littrell: This letter will document that Pulte Homes of Texas,L.P.confirms that KCK Utility Construction, has completed the Work associated with the above-referenced contract in an appropriate time frame, subject to completion of any warranty or maintenance work as identified and required by the City of Fort Worth,and that no liquidated damages will be assessed by Pulte Homes in connection with the Work. Pulte Homes of TX, L.P. By:G Curt M.Millward Land Development Project Manager Cc: City of Fort Worth