Loading...
HomeMy WebLinkAboutContract 45627-FP3 Depart nt f TP&W Const.Services DOE# Dat Project anager I I Risk Management J_age � �T WO RT D.O.E. Brotherton �S cmr :CWt' � _ 3 CFA Westerman/Scanne CONTRACT N0. The Proceeding people have teen Co clad concern ng the request for final payment 6 have released this project for such payment ►TION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy l PROJECT COMPLETION S �-SIO D.O.E.Xv: 7076 Regarding contract 117076 for THE BAR C RANCH,PH 4A 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: $219,310.00 Amount of Approved Change Orders: ($149,580.00) NO 2 Revised Contract Amount: $69,730.00 Total Cost Work Completed: $69,730.00 Less Deductions: Liquidated Damages: Days iQ$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $69,730.00 Less Previous Payments: $0.00 Final Payment Due $69,730.00 "00 _ -4=z�!-/s Recommended for Acceptance Date Asst. Dir or, TPW - Infrastructure Design and Construction Lf Accepted11A) _ Date Director, TRANSPORTATION & PUBLIC�WRKS T I`//a City Manager Date Comments: C205-541200-207760213083 N RECORDRETARYTH, TX FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE BAR C RANCH,PHASE 4A Contract Limits Project Type STORM DRAIN Chy Project Numbers 02130 DOE Number 7076 Estimate Number I Payment Number 1 For Period Ending 4n12015 W City Secretary Contract Number 117076 Contract Time 50V Contract Date Days Charged to Date 46 Project Manager Jaafari Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION,INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors LAYER/ DOVERS Tuesday,April 07,2015 Page 1 of City Project Numbers 02130 DOE Number 7076 Contract Name THE BAR C RANCH,PHASE 4A Estimate Number 1 Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 4/7/2015 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 20'CURB INLET ^ 2 EA $4,000.00 $8,000.00 2 $8,000.00 2 18"THICK RIP RAP CO#2 460 SY $60.00 $27,600.00 460 $27,600.00 3 TYPE CH-PW-O HEADWALL 42"RCP I EA $2,500.00 $2,500.00 1 $2,500.00 4 5'X5'STORM MANHOLE 2 EA $2,500.00 $5,000.00 2 $5,000.00 5 42"RCP 196 LF $75.00 $14,700.00 196 $14,700.00 6 36"RCP 69 LF $65.00 $4,485.00 69 $4,485.00 7 30"RCP 87 LF $55.00 $4,785.00 87 $4,785.00 8 24"RCP 48 LF $45.00 $2,160.00 48 $2,160.00 9 CONNECT TO EXISTING STORM DRAIN 1 EA $500.00 $500.00 1 $500.00 Sub-Total of Previous Unit $69,730.00 $69,730.00 Tuesday,April 07,2015 Page 2 of 4 City Project Numbers 02130 DOE Number 7076 Contract Name THE BAR C RANCH,PHASE 4A Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 4x12015 Project Funding Contract Information Summary Original Contract Amount $219,310.00 C6ant=_e Orders Change Order Number 2 ($149,580.00) Total Contract Price $69,730.00 Date �" �`J' Total Cost of Work Completed $69,730.00 ontra Less %Retained $0.00 / Net Earned $69,730.00 �� Inspection Su rvis Date Earned This Period $69,730.00 Retainage This Period $0.00 hots.. a Oa M Date Project Mana Leas Liquidated Damages Days® /Day $0.00 Dat "Z LessPavement Deficiency $0.00 Director/T,PW}-Infrastructure Design and Construction Less Penalty $0.00 'Ll�6 w- ateLess Previous Payment $0.00 DirectorContracting Dcpartment ��"� Plus Material on Hand Less 15% $0.00 Balance Due This Payment $69,730.00 Tuesday,April 07,2015 Page 3 of 4 City Project Numbers 02130 DOE Number 7076 Contract Name THE BAR C RANCH,PHASE 4A Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 4/7/2015 Project Funding Project Manager Jaafari City Secretary Contract Number 117076 Inspectors LAYER / DOVERS Contract Date Contractor BURNSCO CONSTRUCTION,INC. Contract Time 50 W 6331 SOUTHWEST BLVD Days Charged to Date 46 W FORT WORTH, TX 76132 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 $69,730.00 Less %Retained $0.00 Net Earned $69,730.00 Earned This Period $69,730.00 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 $69,730.00 Tuesday,April 07,2015 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT N0.:I NAME OF PROJECT: Bar C Rauch Phase 4-A PROJECT NO.: 0205-2077602130 CONTRACTOR: Burnsco DOE NO.: 7076 PERIOD FROM:08/13/14 TO: 12/18/14 FINAL INSPECTION DATE: 7-Apr WORK ORDER EFFECTIVE:$/42014 CONTRACT TIME: 50 • W10 tD 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 37 45 46 128 PERIOD PREVIOUS 0 0 0 0 PERIOD TOTALS 37 45 46 128 TO DATE *REMARKS: CON TO DATE INSPECTOR EATf ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012,6311 Q9 (817)392-7941 •Fix:(817)392-7845 IL Q o 0 Z O O U E�+r a r N o O } m rryi M O o O m > w w w 0 C14 31 1 l Q 111 _ W O M M N M n O j p�q N N yOj O ca N O U N w w W Z N rl- h r' _ O NZ f N o 7 N M M wF z - n a C7 °° °° U .o Z Z an n coi n w O Z C n n ti U Q m N N N U U w to N -wi O Q ZZ :. • $ o n 4) d b O W U d m a dof (0) e g e '�° 2 o °cd m M Y O r ryCY, w Eck w N N N w C N 0. CU p O w o2f m OD ❑ Rf ' e w N D. N 00 O Y.c Q rord� U Z m a p O O N I M O ti N 0 goy 0 o V - O (D ^ >N m tp 44 N j m U N N n d 0. > OC.) w w w F O W O 0 O LU z 0 U g LLI U U Q v w cti a 0 0 w F U U U u1 0 V ww Q w o ogQo� a s N Z 1- w OOG a z o 0 0 0. z awi a rw 1 I- U O n_ CL O I- 0 0 0CL E o (- U U U 0 0 0 ae w * W W W w z F rz w m Q z < LU w n- O 0 w z 0� OL.LO Q w Z � w w 0 � n. 000o � uw, n 0 0 0 a k\ §$ { ® f lu )� ( k° \ � A . k / k § }§ ILIL \ 2 \ / ( b8 9 - ip IL � IX / �� k LL �Q CL 0 $8 \ LLd ( 5a W \ §k % & t § « / 2 2 ( f §§ a § \$ k §2 D \ z k (n A §0 . o � �o k§ ) )¢ i 0 % R«2 \ ! g k§ LL % ` ` ) ca t/ § k * J [ to § /# 2K » \ k ) 5 2. 4, / § § E Lu ) 2 » \ k - 0 § ) AFFIDAVIT STATE OF TEYAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared John Burns, President Of Burnsco construction, Inc., 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; Bar C Ranch Phase 4A- Water, Sanitary Sewer and Storm Drain BY John Burns, President Subscribed and sworn before me on this date 20rd of March, 2015. � �� Q_ Nota Public OFFICIAL RECORD Tarrant County, Texas CITY SECRETARY FT.WORTH,TX MARY PANNELL O S Notary Public,State of Texas My Commission Expires 'iN„tOctober 19, 2018 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022048341 PROJECT: (name, address)The Bar C Ranch Phase 4A Fort Worth TX TO (Owner) FORESTAR(USA)) REAL ESTATE GROUP,INC.AND ARCHITECT'S PROJECT NO: CITY OF FORT VlORTH CONTRACT FOR: Building Two,Suite 500 The Bar C Ranch Phase 4A-Water,Sanitary Sewer and Drainage Improvements Austin TX 78746 —J CONTRACT DATE: 5/21/2014 CONTRACTOR:BURNSCO CONSTRUCTION, INC. 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) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of there insert name and address of Contractor) BURNSCO CONSTRUCTION, INC. 6331 Southwest Boulevard Benbrook TX 76132 , 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) FORESTAR (USA) REAL ESTATE GROUP, INC.AND CITY OF FORT WORTH Building Two,Suite 500 Austin TX 78746 OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 22rd day of January, 2015 LIBERTY MUTUAL INSURANCE COMPANY Su ety Comp ny Attest: rZ6-At (Seal): Signature of Aut rized Representative Lisa M. Bonnot Attorney-in-Fact Title NOTE; This form is to he used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DE.iTS AND CLAIMS, Current Edition ONE PAGE THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 68263_34_ American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the`Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E Cornell-Lisa M Bonnot Ricardo J Reyna Robbi Morales Soahinie Hunter V DeLene Marshall all of the city of Dallas state of Tx each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,sea!,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of January 2015 - American Fire and Casualty Company The Ohio Casualty Insurance Company N Libertv Mutual Insurance Company _ West merican Insurance Company N ,o � W By: ,Av e STATE OF PENNSYLVANIA ss David M.Care ;Assistant Secretary +7 COUNTY OF MONTGOMERY = O pt On this 5th day of January 2015, before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and U a> Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, W 0 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i E ";> IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O a Q 0 O L By: Teresa Pastella,Notary Public y C L = 3 � 0 �, o E +' O d m °c c This Power ofAttomey is made and execuiedpursuant to a ti by authority of the following By-laws and Authorizations ofAmencan Fire and Casualty Company,The Ohio Casualty Insurance m o m; Company,Liberty Mutual Insurance Company,and.West American Insurance Company which resolutions are now in full force and effect reading as follows: y ami• m ARTICLE IV—OFFICERS—Section 12.PowerofAftomey.Any officer or other official of the Corporation authorized forthat purpose in writing by the Chairman orthe President,and subject o = , to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, w O e acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective p 3 powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so aD o m executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >o the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. N c ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E°O > L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute, w M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and ether surety obligations. Such attomeys-in-fact subiect to the limitations set forth in their E_C? Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O o U r executed such instruments shall be as binding as if signed by the president and attested by the secretary. o Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Companys Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this aa c day of RAJ 20 ° B j Y- Gregory W.Davenport,Assistant Secretary LMS 12673 122013 15 of 500 FORTWORTH RE00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name Burnsco Bar C Ranch Phase 4-A DOE Inspector DOE Number Keith Dovers 7076 Ebupecwr Project Manager ❑ Water❑ Waste WaterO Storm Drainage❑ Pavement Khal Jaafari Initial ContractAmount Project D{f—Ity $219,310.00 0 Simple OQ Routine 0 Complex Final Contract Amount Date 1$219,310.00 4/8/2015 II)PERFORMANCE EVALUATION 0-Inadequate I-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 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site S!Ley 15 Y 3 60 45 8 Traffic Control Maintenance 15 N 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N I1 Property Restoration 5 Y 2 20 10 12 After Hours Response 5 N 1.3 Project Completion. 5 Y 3 20 l5 TOTAL ELEMENT SCORE(A) 261 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 251 III)CONTRACTOR'S RATING Maximum Score(MS)=448 Qr sum of applicable element score maximums which= 329 Rating(ITS/MSI"100%) 261 ! 328 - 89% Performance Category Oood <20%=Inadequate 20%to<40%-DeJi'clent 40%to<60%-Standard 60%to<80%=Good 2B0%=Fxcellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector / Signature Contractor Signature DOE Inspector's Supervisor CONTRACrOR'S COMMENTS 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 FORTWORTHRE02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 4/8/2015 Name of Contractor Project Name Burnsco Bar C Ranch Phase 4-A DOE InWdor Project Manager Keith Dovers Kahl Jaafari DOE Number lFroject Dj#kulty Type of Contract 7076 10 Simple p RoLrdne O Complex ❑ water❑ waste water0 Stam Drainages Pavement Initial Contract Amount Final Contract Amount $219,310.00 $69,730.00 ED 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 G/ 1 Accuracy of Plans to Existing Conditions / 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities G 3 Applicability of Specifications 4 Display Of Professionalism 4P 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution L/* 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 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe RI)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector ocl Signature DOE Inspector's Supervisor zo INSPECTOR'S COMMENTS TRANSPORTAMON AND PUBLIC WORKS The City of Fart Worth•1000 Tbsockmortoa Street-Fort Worth,TX 76012,6311 (817)392-7941•Fut::(817)392-7845