HomeMy WebLinkAboutContract 46625-FP2 Depart of P&W Const.Services
DOE - Dat
Project Manager 1A, DT D
Risk Managemen Canady I�1 Wo IST H
D.O.E. Brotherton �Z<f � CITY SECRET t4/ „� �Z
ry
CFA Westerman/Scanned CONTRACT N0. / ll�
The Proceeding people have been Contacted concerning the request for final
payment 3 have released this project for such payment. 'ATION AND PUBLIC WORKS
Clearance Conducted By Sharneka Kennedy ►F PROJECT COMPLETION
D.O.E.Ns: 7401
e5f q&6,26
Regarding contract U7401 for CHISHOLM TRAIL MOB-PAVING&DRAINAGE 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 recommendadon of the Assistant Director of the
Transportation&Public Works Department has accepted the project as complete.
Original Contract Prices: $101,377.50
Amount of Approved Change Orders: No
Revised Contract Amount:
Total Cost Work Completed: $101,377.50
Less Deductions:
Liquidated Damages: Days @$210.001 Day
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed: $101,377.50
Less Previous Payments: $61,908.75
Final Payment Due $39,468.75
RecommEnd for Acceptance Date
Asst. irector, TPW - Infrastructure Design and Construction
til 6,J _3LA
ACCepteCl ��2 /� Dafe
Direct TRANSPORTATION PUBLIC WORKS
Asst. City Manager Date
Comments: C205-541200-206760251983
EMAZ. E.D OFFICIAL RECORD
CITY SECRETARY
MAR 2 2016 FT. WORTH,TX
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name CHISHOLM TRAIL MOB
Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION
Project Type PAVING&DRAINAGE
City Project Numbers 02519
DOE Number 7401
Estimate Number 2 Payment Number 2 For Period Ending 2/25/2016
W
City Secretary Contract Number 117401 Contract Time 6QV
Contract Date Days Charged to Date 226
Project Manager Ehia Contract is 100.00 Complete
Contractor WILDSTONE CONSTRUCTION
P O BOX 164429
FORT WORTH, TX 76161
Inspectors LAYER / ODEN
Thursday,February 25,2016 Page I of 4
City Project Numbers 02519 DOE Number 7401
Contract Name CHISHOLM TRAIL MOB Estimate Number 2
Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION Payment Number 2
Project Type PAVING&DRAINAGE For Period Ending 2/15/2016
Project Funding
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
----------- ---- ^— --------. ------
1 SITE CLEARING 1 LS $1,500.00 $1,500.00 1 $1,500.00
2 UNCLASSIFIED EXCAVATION BY PLAN 500 CY $3.00 $1,500.00 500 $1,500.00
3 HYDRATED LIME 4.5 TN $125.00 $562.50 4.5 $562.50
4 6'LIME TREATMENT 260 SY $85.00 522,100.00 260 $22,100.00
5 6"CONC PVMT 240 SY $35.00 58,400.00 240 58,400.00
6 4"CONC SIDEWALK 1920 SY $4.00 $7,680.00 1920 $7,680.00
7 BARRIER FREE RAMP 5 EA $500.00 $2,500.00 5 52,500.00
8 REMOVE CHAIN LINK FENCE 650 LF $35.00 $22,750.00 650 522,750.00
9 TRAFFIC CONTROL 1 MO $2,500.00 $2,500.00 1 $2,500.00
10 REMOVE CONC CURB 240 LF $15.00 $3,600.00 240 $3,600.00
11 6"CONC CURB 75 LF 545.00 $3,375.00 75 $3,375.00
——————————————————————————————————————
Sub-Total of Previous Unit $76,467.50 $76,467.50
ST LIGHT
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
I RDWY ILLUM ASSMBLY 3 FA $1,750.00 $5,250.00 3 $5,250.00
2 RDWY ILLUM FOUNDATION 3 EA $1,260.00 $3,780.00 3 $3,780.00
3 2'SCH 80 PVC 1240 LF $9.00 $11,160.00 1240 $11,160.00
4 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 470 LF $2.00 $940.00 470 $940.00
5 NO 2 INSULATED ELEC CONDR 20 LF $1.50 $30.00 20 $30.00
6 CONTACT ENCLOSURE,PAD MOUNT 1 EA $3,000.00 $3,000.00 1 $3,000.00
7 GROUND BOX,SMALL WAID APRON 2 FA $150.00 $300.00 2 $300.00
8 TYPE'DV GROUND BOX,LARGE WAID APRON 3 EA $150.00 5450.00 3 5450A0
Sub-Total of Previous Unit $24,910.00 S2A,910.00
--------------------------------------
Thursday,February 25,2016 Page 2 of 4
City Project Numbers 02519 DOE Number 7401
Contract Name CHISHOLM TRAIL MOB Estimate Number 2
Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION Payment Number 2
Project Type PAVING do DRAINAGE For Period Ending 2/252016
Project Funding
Contract Information Summary
Original Contract Amount $101,377.50 /
Chance Orders
Total Contract Price $101,377.50
ZVj A Date 3 2 Total Cost of Work Completed $101,377.50
Conr Less %Retained $0.00
Date /
�lZ I� Net Earned $101,377.50 /
-
Inspection 1-V' rl
Earned This Period $39,468.75
/1711,6
�/'� Retainage This Period $0.00
Date Less Liquidated Damages
Project Mansw Days Q 1 Day $0.00
Date t3-is-a:;r& LessPavement Deficiency sO•00
i or PW-Infrastructure Design and Construction Less Penalty $0.00
�1 to0,;l( Less Previous Payment $61,908.75
erector ontrecting Dep»rtmen Plus Material on Hand Less 15% $0.00
Balance Due This Payment $39.468.75
3'z f
Thursday,February 25,2016 Page 3 of 4
City Project Numbers 02519 DOE Number 7401
Contract Name CHISHOLM TRAIL MOB Estimate Number 2
Contract Limits LOTS 1-2,BLK 1,CHISHOLM TRL HOSPITAL ADDITION Payment Number 2
Project Type PAVING&DRAINAGE For Period Ending 225/2016
Project Funding
Project Manager Ehia City Secretary Contract Number 117401
Inspectors LAYER / ODEN Contract Date
Contractor WIIDSTONE CONSTRUCTION Contract Time 60 W
P O BOX 164429 Days Charged to Date 226 W
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 $101,377.50
Less %Retained $0.00
Net Earned $101,377.50
Earned This Period 539,468.75
Retainage This Period 50.00
Less Liquidated Damages
0 Days Q 50.00 /Day $0.00
LessPavement Deficiency $0.00
Less Penalty $0.00
Less Previous Payment $61,908.75
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $39,468.75
Thursday,February 25,2016 Page 4 of 4
FORTWORTHrev 03,05,0
rte. .....,
TRANSPORTATION&PUBLIC WORKS
FINAL STATEMENT OF CO TRACT TIME
F Ii IAL STATEMENT NO.:1
NAME OF PROJECT: Chisholm Trafl Hospital Addition
PROJECT NO.: 02519 CONTRACTOR: Vi ildstone Construction
DOE NO.: 7401
PERIOD FROM:05/04/15 TO: 02/18/16 FINAL INSPECTION DATE: 26-Feb-16
WORK ORDER EFFECTIVE:5/4/2015 CONTRACT TIME: 60 • CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED
G G CREDITED MONTH HARR GEG CREDITED
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
226
PERIOD
PREVIOUS
PERIOD 0
TOTALS
TO DATE 226
*REMARKS:
2 7t -/�
CONTRA R ' DATE INSPECTOR DATE
_AO!M ENGR4FFR TNG DEPARTMENT
The City of Fort Worth•1000 11rockmorton Street•Fort Worth,TX 76012-6311
(817)392-7941•Fm(817)392-7945
FORTWORTHREV:02/20/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Wildstone Construction Chisholm Trail Mob-Paving&Drainage
DOE Inspector DOE Number
Weyman Oden 7401
E Inspector Project Manager
❑ Water❑ Waste WaterO Storm Drainage Pavement Fred Ehia
Initial Contract Amount Project Dolculty
$101,337.50 0 Simple Routine 0 Complex
Final Contract Amount Dale
,$101,337.50 2/26/2016
11)PERFORMANCE EVALUATION
0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE
1 Submission of Documents 2 Y 3 8 6
2 Public Notifications 5 Y 3 20 15
3 Plans on Site 5 Y 3 20 15
4 Field Supervision 15 Y 3 60 45
5 Work Performed 15 Y 3 60 1 45
6 Finished Product 15 Y 3 60 45
7 Job Site Safety 15 Y 3 60 45
8 Traffic Control Maintenance 15 Y 3 60 45
9 Daily Clean Up 5 Y 3 20 15
10 Citizen's Complaint Resolution 5 Y 3 20 15
11 Property Restoration 5 Y 3 20 15
12 After Hours Response 5 Y 3 20 15
13 Project Completion 5 Y 3 20 15
TOTAL ELEMENT SCORE(A) 336
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 336
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 2r sum of applicable element score maximums which= 448
Rating([TS/MS]•100%) 336 / 448 - 75%
Performance Category Good
<20%=Inadequate 20%to<40%=Wdent 40%to<60%=Standard 60%to<80%=Good 2_800=Excellent
1n+Mrtue.a Pivmntet- OFJK)N[ISpIJIlY1..$AWA�R—DED) ------ - _ -- - --
Signature DOE Inspector (/��.( V. ��ert� Signature Contractor
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
I The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311
(817)392-7941-Fax:(817)392-7845
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 John Kolb,
President Of Wildstone Construction, LLC,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;
Chisholm Trail MOB
BY
' ! John Kolb/President
Subscribed and sworn before me on thi/ate 24 of February,2016. — - -
APRIL D.SELESKA
Notary Public ` .t om;` Notary Public.Sicte o1 Texas
, bIy Cormnission Expires
Tarrant,Texas %„„? May 09.201&
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT Bond #8233-97-04
Project: Water,Sanitary Sewer,Paving and Street Light Improvements to serve
Chisholm Trail Mob (Lots 1-2,Block 1,Chisholm Trail Hospital Addition)
To(Owner):
City of Fort Worth,Texas
and Caste Development Group
1000 Throckmorton St. Contract For: See above
Ft Worth,TX 76102
Contract Date:
Contractor:
Wildstone Construction,LLC
In accordance with the provision of the Contract between the Owner and the Contractor as
defined above,the Federal Insurance Company
15 Mountain View Road
Warren,NJ 07059
,Surety Company,
on bond of Wildstone Construction,LLC
800 N Main Street
Keller,TX 76248
,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 the
City of Fort Worth,Texas and Caste Development Group
1000 Throckmorton St.
Ft Worth,TX 76102
,Owner
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
the Surety Company has hereunto set its hand this 1st day of March,2016.
Federal Insurance Company
Wit
Tracy Tu a Attorney-in-Fact
I
I
1CChubb POWER Federal Insurance Company Attn: Surety Department
OF V11,01ant Insurance Company 15 Mountain View Road
Surety ATTORNEY Padfic Indemnity Company Warren,NJ 07059
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and
appoint W.Lawrence Brown,Steven M.Tucker and Tracy Tucker of Fort Worth,Texas
each as UM(r true and W*M Attorney W Fact b execute under such designation in their names and to affix their corporate seals 10 and deliver for and on their behalf as surety
thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any
Instruments amending or altering the same,and consents to the modification or alteration of any Instrument referred to in said bonds or obligations.
In witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and
these presents and affixed their corporate seals on this 10 day of July,2014.
t
r
rds,Assistant Secretary .Norris,Jr.,Vice Pre$i
4muM► ��h �
�F
STATE OF NEW JERSEY
County of Somerset
on d* 1 Wh day or July, 2014 before me,a Notary Pudic of New Jersey,personally come David J.Edwards,to me krK;wn b be Asalstant Secretary of FEDERAL
INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the
said David J. Edwards, being by me duty swan, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE
COMPANY,and PACIFIC INDEMNITY COMPANY and knows pro corporate seats thereof,that the seals affixed to the foregoing Power of Attorney are such COM"14 pals
and were tMrsto aeba0 by sul holly of the By-Laws of said Companies;and Oral she signed said Power or Attomay as Assistant Secretary of sold Companies by We authority;
and that she Is acquainted with David B.Norris,Jr.,and knows him to be Vim President of said Companies;and tat the signature of David B.Norris,Jr.,subscribed to said
Povw ofAtIMM is In Oa genuine handwriting of David B.Noris.Jr.,and was thereto subscribed by aut hortly of said By-Laws and in deponents presence.
d
Notarial Seal
Z,O7AR je KATHERINE A ADELAAR
a►s-M NOTARY PUBLIC OF NEW JERSEY �._„
puBLit No.2316685 Notary Public
,y Commission Expires Juy 16.2019
JE CERTIFICATION
Extract from the By.Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY:
'AI powers of attorney for and on behalf of the Company may and shall be executed In the name and on beW of the Company,either by the Chairman or the
President or a Vice President or an Assistant Vice President,Jointly with Ona Secretary or an Assistant Secretary,under their respective designations.The
signskre o1 such afters may be engraved,printed or IRhographed.The signature of eoch of the following offl ars:Chairman,Prealdent,any Vice President,any
Assistant Vice President any Seat".any Assistant Secretary and the seat of the Company may be affixed by facsimile to any power or attorney or to any
certlOcate relsOng carob appolnfng Assistant Secretaries or Aawnsys-Yh-Fad for purposes only of exectA g and sRating bonds and undertakings and ether
writings obligatory in Oro nature Iherea and any such power of saw"or certificate bearing such facsimile sigratwe or facelmle seal shall be vald and binding
upon On Company and any such power so executed and eerOlad by such facalmfie signature and lacsimlle seal$half be valid and bhhdmg upon the Company
Mb respect to any bad at underpkkp to which R Is atteched'
1,Dovid J.EOessd.Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Corpanies)
do hereby cw*Ont
0) Oa bregorg extract of the By taws of the companies is true and o ea
(i1) the Companies are duly licensed and authorized to transact surely business In all 50 of the United Slates of America and the District of Columbia and are
w9w ad b/ feftea and Vigilant ane-Oeenseil-*ft 11:5.Vkfft hMndsr and fadva!•M
Sanaa,Guam,Puerto Rbc,and each of ft Provinces of Canada except Puha Edwsnd War4 and
(N) In foregoing Power of Attorney Is Rue,coned wW in full force and a fed
Given under my hand and sats of said Compania at Wham,w this 1 st day of March, 2016.
Dervid
J.Edwank AsdsWA 3eaelery
IN THE EVENT YOU WON TO NOTIFY US OF A CLAIM,VERFY TiE NJD ENTi 31Y OF TM BOND OR NOTIFY US OF ANY OTHER MATTER.PLEASE CONTACT UO AT AODRE88
LISTMAROMORIFY T e0J-sm Fax coos aims ►net SursbdkhLokooFn
Form 15.10-02258-U GEN CONSENT Ov.02-14)
FORTWORTH REV:02=07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
PROJECT INFORMATION Date: 2/26/2016
Name of Contractor Project Name
Wildstone Construction Chisholm Trail Mob-Paving&Drainage
DOE inspector Project Manager
Weyman Oden Fred Ehia
DOE Number Project Do'icnity Type of Contract
7401 0 Simple OQ Routine 0 Complex E] Water[:] Waste WaterO Stam Drainageo Pavement
Initial Contract Amount Final Contract Amount
$101,337.50 $101,337.50
II)PERFORMANCE EVALUATION
0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION IPLANS&SPECIFICATIONS
1 Availability of Inspector I 1 Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector 12 Clarity&Sufficiency of Details rj
3 Accuracy of Measured Quantities 3 Applicability of Specifications ?
4 Display Of Professionalism 4 Accuracy of Plan Quantities
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews Labs 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager 7
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 '-
III)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor
gna
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTAnON AND PUBLIC WORKS
/ The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
Q (817)392-7941 •Fac(817)392-7845