Loading...
HomeMy WebLinkAboutContract 43208-A1FP1 Depart e P&W Const. Services t i�' REGI -TA f ' DOE# Dat CWRACT NO. Project anager &-fte'1, , rQ Jt i.vLw C1 Risk Management J. Page I WORTH, �r� ` S D.O.E. Brotherton ( �3v CFA Westerman/Scanne — — The Proceeding people have been Corgcted—&ncernlnthe request for On payment&have released this protect for such payment ATION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION L5� 432D8—)' D.O.E. NQ: 6739 Regarding contract 116739 for CARMAX RIVER RANCH 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: $37,805.25 Amount of Approved Change Orders: NQ Revised Contract Amount: Total Cost Work Completed: $37,805.25 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $37,805.25 Less Previous Payments: $0.00 Final Payment Due $37,805.25 Recommende for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Director, PORTATION & P LIC WORKS City Manager Date Comments: C205-541200-203760180583 RECEIVED J U L 012015 OpFICIAL RECORD CITY SECRETARY FTi'.WORTH,TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CARMAX RIVER RANCH Contract Limits Project Type STORM DRAIN City Project Numbers 01805 DOE Number 6739 Estimate Number I Payment Number I For Period Ending 4/15/2015 CD City Secretary Contract Number 116739 Contract Time 6(rD Contract Date Days Charged to Date III Project Manager Ehia Contract is 100.00 Complete Contractor MAVERICK UTILITY CONSTRUCTION P.O.BOX 728 EULESS, TX 76039 Inspectors LAYER / ODEN Wednesday,April 15,2015 Page I of 4 City Project Numbers 01805 DOE Number 6739 Contract Name CARMAX RIVER RANCH Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 4/15/2015 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------- - - - — ------ ------------- ---- 1 72"CL IV RCP 45 LF $177.19 $7,973.55 45 $7,973.55 2 54"CL IV RCP 196 LF $107.35 $21,040.60 196 $21,040.60 3 8'DROP INLET l EA $4,596.90 $4,596.90 1 $4,596.90 4 REMOVE HEADWALL&CONNECT TO 2 EA $726.60 $1,453.20 2 $1,453.20 EXISTING PIPE 5 SEEDING&EROSION CONTROL I LS $2,500.00 $2,500.00 1 $2,500.00 6 TRENCH SAFETY 241 LF $1.00 $241.00 241 $241.00 Sub-Total of Previous Unit $37,805.25 $37,805.25 ------------------------------------- i Wednesday,April 15,2015 Page 2 of 4 1 City Project Numbers 01805 DOE Number 6739 Contract Name CARMAX RIVER RANCH Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 4/152015 Project Funding Contract Information Summary Original Contract Amount $37,805.25 Chance Orders Total Contract Price $37,805.25 Date (X Total Cost of Work Completed $37,80525 on t Less %Retained $0.00 f /` Net Earned $37,805.25 Date (p Earned This Period $37,805.25 Ir►spection u 4Retainage This Period $0.00 r Date / �'� Less Liquidated Damages Project Mana / Days @ /Day $0.00 Date — �3 LessPavement Deficiency $0.00 A DirectorgW-Infrastructure Design and Construction Less Penalty $0.00 Date J onA �� Less Previous Payment $0.00 Di r mracting Dep mens f,t` t� Plus Material on Hand Less 15% $0.00 +� Balance Due This Payment $37,805.25 I Wednesday,April 15,2015 Page 3 of 4 City Project Numbers 01805 .DOE Number 6739 Contract Name CARMAX RIVER RANCH Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 4/15/2015 Project Funding Project Manager Ehia City Secretary Contract Number 116739 Inspectors LAYER / ODEN Contract Date Contractor MAVERICK UTILITY CONSTRUCTION Contract Time 60 CD P.O.BOX 728 Days Charged to Date III CD EULESS, TX 76039 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 $37,805.25 Less %Retained $0.00 Net Earned $37,805.25 Earned This Period $37,805.25 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 $37,805.25 Wednesday,April 15,2015 Page 4 of 4 FORTWORTH rev 03'05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:l NAME OF PROJECT: Carmax River Ranch PROJECT NO.: C205-20376180583 CONTRACTOR: Maverick Utilities DOE NO.: 6739 PERIOD FROM;May 5,2014 TO: 09/11/14 FINAL INSPECTION DATE: i 1-Sep WORK ORDER EFFECTIVE:5/5/2014 CONTRACT TIME: 60 U Wl* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 1& 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 0 0 0 0 111 111 PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 111 111 TO DATE *REMARKS: �� 1 0 4.ti� C TRkC bATP INSPECTOR DATE _ ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Thi 76012 WFICIAL RECORD (817)392-7941 •Fax:(817)392-7845 CITY SECRETARY FT.WORTH,TX CONSENT OF SURETY OWNRR ❑ TO FINAL PAYMENT ARGnT13CT o AIA DoavnentG707 CONTRACTOR ❑ SURM Y �1 Bond No. 09058381 OTHF p TO OWNER: ARCHITSCrs PROJECT NO.: (Name.'a,dad&=) 01805 and DOE Bo.6739 City of Fort Worth,Texas 1000 Throckmorton St.,Fort Worth,TX 76102 CONI'RACTFOR: Community Facilities Contract PROJECT: CONTRACT DATED: (Na,neandad&aV September 23,2013 Project No.01805 and DOE Bo,6739, Community Facilities Contract, Fort Work,Texas In Rccordancewith the provisions ofthe Contract between the Ownerand the Contract(was indicated above,the pnurtrwneand add,Laof n*,) Fidelity and Deposit Company of Maryland 1400 American Lane,Tower I, 18th Floor, Schaumburg,IL 60196 - 1056 SUR M- 1 on bond of {Jncen name and addrw grCabrnour) Autobuilders General Contracting Services,Inc. 5715 Corporate Way,West Palm Beach,FL 33407 CONI'R&CMR, herebyapproves of the Bnal payment to the Contractor,and agrees that Mal payment to the Contractor shall not relieve the Surety of any of its obligadom to (lnmrt nanraand addrmQfOrrner) City of Fort Worth,Texas 1000 Throckmorton St.,Fort Worth,TX 76102 OWNER, as set both lin said Surety's band. INWInOS5 WHERROF,the Surety has hereunto set its hand on this date: April 20,2015 (hrsvey In u9iNr7grba rrranrbfoddau�ad7N+barnunaricdarrarrdrogr.l Fidelity and Deposit Company of Maryland ts�tr) By: (3lytuant arabo,yarrrrrpra�wrrarira) Anestr (S�cBrett Rosenhaus Attorney-in-Fact rtsty Qolihs mynradunureaudrJdo) Surety Phone No. (407)786-0070 0707-1994 ZURICH AMERICAN INSURANCE COMPANY COLONI.AL AA4IERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,die COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by JAMES M. CARROLL, Vice President, in pursumrca of authority granted by Article V,Section S,of the By-Laws of said Companies, which are set fords on die reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute,and appoint Brett ROSEN-HAUS,of Lake North,Florida, its true and lawful agent and Attorney-iii-Fact,to make,execute, seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings iu pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by die regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of die COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regirlar•Iy elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that die extract set forth on the reverse side hereof is a true copy of Article V,Section S,of die By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/lier navies and affixed dee Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY Or MARYLAND,this 7th day of August,A-D.2012. ATTEST: ZURICH Am.E.RICAN INSURANCE COMPANY COLONIAL.AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL �'� �r�—•_,�"ma 'd7j�.ly�lr3 Assistant Secremty I ice president Eric D.Barnes Jaines!IS Carroll State of Maryland City of Baltimore On this Ah day of August,A.D.2012,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,JAMES M. CARROLL,Vice President,and ERIC D.BARNES,Assistant Secretary,of die Cowpaiiies,to me personally known to be die individuals and officers described in and who executed die preceding inslrument,and acl•.no%%,Wged the execution of sante,and being by nie duly sworn,deposeth and saith,that he/she is thesaid officer of the Company aforesaid,and that die seals affixed to the pttceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed end subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,i have hereunto set my hand and atliccd my Official Scal the day and year first above written. i�J i'•\1 i i 'r ..,� �,-�ir..;-� `+Pun\'•C �li rF111111\`\ Constance A.Dunn,Notary Public My Commission Expires:July 1-1,2015 POA-F 031-0022R AFFIDAVIT STATE OF Florida COUNTY OF Palm Beach Before me, the undersigned authority,a notary public in the state and county aforesaid, on this day personally appeared Michelle Teachout, VP of Finance Of Autobuilders General Contracting Services,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; New CarMax Auto Facility BY Michelle Teachout Subscribed and sworn before me on this date 24'h of March,2015. OENISE LEWIS ' * MY cOMMISSION I EE 121676 EXPIRES;September 5,2015 11+�lr�FilOF° Bonded ThIL�"dget W1 SOW$ Notary Public Palm Beach, Florida FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Mame oJContractor Project Name Maverick Utilities Carmax River Ranch DOE Inspector DOE Number Weyman Oden 6739 DOE Inspector Project Manager ❑ Water❑ Waste Water[2] Storm Drainage❑ Pavement Fred Ehia Initial Contract Amount Project Diffilculty $37,805.25 O Simple QQ Routine Q Complex Final Contract Amount Date $37,805.25 4/13/2015 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 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 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 3 20 15 10 Citizen's Complaint Resolution 5 Y 1 3 20 15 Il Property Restoration 5 Y 4 20 1 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 433 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 433 III)CONTRACTOR'S RATING Maximum Score(MS)=448 92 sum of applicable element score maximums which= 448 Rating([TS/MS[* 100%) 433 / 448 = 97% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good ?M%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor/ Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS °r The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 CARMM' 12600 Tuckahoe Creek Parkway.Richmond,Virginia 23238 Phone(604)747-0422• FAX(804)747-5848 March 31, 2015 City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Attention: Mr. Weyman Oden Re: CarMax S.W. Fort Worth Store No. 7181, 4700 River Ranch Boulevard — Community Facilities Agreement No. 43208 dated May 14, 2012, as amended Dear Mr. Oden: am writing to inf5rm you that, with regard o the above-ref—erenc-ed pr6ject and Community Facilities Agreement, (i) no liquidated damages have been assessed and (ii) no charges are required in connection with the project extending beyond the contract time. Should you have any questions, please do not hesitate to call. Sincerely, in-,/ S1 Scott Sawyer Assistant Vice President CarMax Auto Superstores 804.747.0422 Enclosure cc: Gerry Ligon (by email, with enclosure) Randy Smith (by email, with enclosure) Tommy Miller(by email, with enclosure) THE AUTO SUPERSTORE FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 4/13/2015 Name of Contractor Project Name Maverick Utilities Carmax River Ranch DOE Inspector Project Manager Weyman Oden Fred Ehia DOE Number Projecl Diffiicully Type of Contract 6739 10 Simple Q Routine Q Complex ❑ Water[] Waste Water Storm Drainage[] Pavement Initial Contract Amount Final Contract Amount $37,805.25 $37,805.25 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 4 1 Accuracy of Plans to Existing Conditions 4 2 Knowledge of Inspector 4 2 Clarity&Sufficiency of Details 3 3 Accuracy of Measured Quantities 4 3 Applicability of Specifications 3 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 4 5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 4 1 Knowledge And/Or Problem Resolution 4 ADMINISTRATION 2 Availability of Project Manager 3 1 Change Order Processing Time 4 13 Communication 4 2 Timliness of Contractor Payments 4 --d4 Resolution of Utility Conflicts 4 3 Bid Opening to Pre-Con Meeting Timeframe 4 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor /CL"w 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