Loading...
HomeMy WebLinkAboutContract 47591-FP1 Departm of TP&W Const.Services DOE# Dat J ( CITY Projec anager T WO RT H o CONTRACT Y Risk Management anal Lit, b D.O.E. Brotherton CFA WestermanIScanned The Proceeding people have been Co nceming Jheru-est for final payment&have released this proJec or such payment T ION AND PUBLIC WORKS Clearance Conducted 13y Shameka Kennedy PROJECT COMPLETION / /VOz 5 35 r-r� Sc h 415 4 D.O.E.NO: 7420 Regarding contract 117420 for SEVENTEEN LADES PHASE 3-STORM DRAIN as required by the tslt q 759/ TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $712,747.65 Amount of Approved Change Orders: Ne I Revised Contract Amount: Total Cost Work Completed: $712,747.65 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $712,747.65 Less Previous Payments: $0.00 Final Payment Due $712,747.65 Recon ended for Acceptance Date Asst. Director,TPW - Infrastructure Design and Construction U &_J Accepted Date = Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ,Z7 Asst. City Manager Date Comments: FUND ACCT:C205-475220-2077602535 .EMAZZ... D OFFICIAL RECORD CITY SECRETARY APR 4 016 FT. WORTHS TX snit : FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SEVENTEEN I.AKES PHASE 3 Contract Limits Project Type STORM DRAIN City Project Numbers 02535 DOE Number 7420 Estimate Number I Payment Number I For Period Ending 3/15/2016 CD City Secretary Contract Number 117420 Contract Time 7CD Contract Date Days Charged to Date 324 Project Manager Lang Contract is 100.00 Complete Contractor KODIAK TRENCHING 7 BORING,LLC P O BOX 93929 SOUTHLAKE, TX 76092 Inspectors LAYER / TAEZAZ Wednesday,March 16,2016 Page I of �--F. City Project Numbers 02535 DOE Number 7420 Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 3/15/2016 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ^ J I 9X7 BOX CULVERT 110 LF $506.40 $55,704.00 110 $55,704.00 2 8X8 BOX CULVERT 168 LF $469.00 $78,792.00 168 $78,792.00 3 48"RCP 32 LF $143.35 $4,587.20 32 $4,587.20 4 36"RCP 860 LF $87.30 $75,078.00 860 $75,078.00 5 30"RCP 693 LF $64.90 $44,975.70 693 $44,975.70 6 27"RCP 306 LF $57.60 $17,625.60 306 $17,625.60 7 24"RCP 1962 LF $50.55 $99,179.10 1962 $99,179.10 8 21"RCP 204 LF $45.05 $9,190.20 204 $9,190.20 9 15'CURBINLET 3 EA $4,368.00 $13,104.00 3 $13,104.00 10 10'CURB INLET 26 EA $3,275.00 $85,150.00 26 $85,150.00 11 Y STORM JUNCTION BOX 2 EA $3,825.00 $7,650.00 2 $7,650.00 12 4'STORM JUNCTION BOX 7 EA $3,240.00 $22,680.00 7 $22,680.00 13 HEADWALL BOX CULVERT 71 CY $570.00 $40,470.00 71 $40,470.00 14 SET TYPE 1 FOR BOX CULVERTS 41 CY $536.00 $21,976.00 41 $21,976.00 15 36"SET 3 EA $3,035.00 $9,105.00 3 $9,105.00 16 27"SET I EA $2,261.00 $2,261.00 1 $2,261.00 17 24"SET 1 EA $1,965.00 $1,965.00 1 $1,965.00 18 CONCRETE RIPRAP 83 SY $100.00 $8,300.00 83 $8,300.00 19 MEDIUM STONE RIPRAP 1190 SY $80.00 $95,200.00 1190 $95,200.00 20 TRENCH SAFETY 4335 LF $0.20 $867.00 4335 $867.00 21 SWPPP>1 ACRE 1 LS $1.85 $1.85 1 $1.85 22 PEDESTRAIN RAIL 133 LF $142.00 $18,886.00 133 $18,886.00 Sub-Total of Previous Unit $712,747.65 $712,747.65 Wednesday,March 16,2016 Page 2 of 4 City Project Numbers 02535 DOE Number 7420 Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 3/15/2016 Project Funding Contract Information Summary Original Contract Amount $712,747.65 Change Orders Total Contract Price $712,747.65 Total Cost of Work Completed Date C1�11 � P $712,747.65 Contractor Leas %Retained $0.00 2&�� Date 3—Z Net Earned $712,747.65 Inspection Supervisor Earned This Period $712,747.65 Retainage This Period $0.00 G Date 3 pi rl Leu Liquidated Damages Project Manager Days® 1 Day $0.00 04 9ate LessPavement Deficiency 50.00 Ass rector PW``-Infrastructure Design and Const/ruction Less Penalty $0.00 ate `� ��� Leas Previous Payment $0.00 Director/ ontracting Departnint Plus Material on Hand Las 15% $0.00 Balance Due This Payment $712,747.65 Wednesday,March 16,2016 Page 3 of 4 City Project Numbers 02535 DOE Number 7420 Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 3115/2016 Project Funding Project Manager Long City Secretary Contract Number 117420 Inspectors LAYER / TAEZAZ Contract Date Contractor KODIAK TRENCHING 7 BORING,LLC Contract Time 75 CD P O BOX 93929 Days Charged to Date 324 CD SOITI7 LAKE, TX 76092 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded 1 Total Cost of Work Completed $712,747.65 Less %Retained $0.00 Net Earned $712,747.65 Earned This Period $712,747.65 Retainage This Period $0.00 r 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 $712,747.65 Wednesday,March 16,2016 Page 4 of 4 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Kodiak Trenching&Boring,LLC. Seventeen Lakes Phase III DOE Inspector DOE Number Tommy McKinnon 7420 CPN#02535 DOE Inspector Project Manager ❑Water ❑Waste Water 0 Storm Drainage ❑ Pavement Aaron Long Initial Contract Amount Project Difficulty $712,747.65 0 Simple O Routine 0 Complex Final Contract Amount Date $712,747.65 13/16/2016 Il)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 4 20 20 3 Plans on Site 5 Y 3 20 15 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 Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 l0 Citizen's Complaint Resolution 5 Y 4 1 20 1 20 11 Property Restoration 5 Y 3 20 1 15 12 After Hours Response 5 Y 4 20 1 20 13 Project Com letion 5 Y 3 20 1 15 TOTAL ELEMENT SCORE(A) 39b BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 396 III)CONTRACTOR'S RATING Maximum Score(MS)=448 Q sum of applicable element score maximums which= 449 Rating(ITS I MSI*100%) 3% / 446 = =% Performance Category Excellent <20%=1nadequate 20%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 Signature Contractor U U I (CA nal\�S Signature DOE Inspector'/ulp3ervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•100011rockmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •F2x:(817)392-7845 CONSENT OF SURETY OWNER TO FINAL PAYMENT ARCHITEc"r r� AIA/kxument G707 C ONTIOCTOR I J Sl 114I:1-1, L (Instn►ctions on inverse stele) Boad#1038" 01TI:R (-I TO OWNER: AR(:HtTT(-I-S PROWC7' NO.: /Mesa•ms4lrf.Bl:../ 17FW Limited Partnership 218 West Wall street CONTRACT FOR: Construction Grapevine,TX 76051 PROJF(,T: CONTRACT I)A•1'FI): Apdjl 13,2015 rA4/sa'dwl emArinmu Seventeen Laken,Phase 3,City Project Number 02535 Fort worth,TX In wmalarwe with dw pnwt*)m tithe CA)ntna't llrtlrrc•n 1 he r ht ner an/l the Cr lntrai a or as inl Iiuued al>,ve.rhe rt�tv:q rax/s•lurAlaf+fntie e7/VIMI r The Hanover Insurance Company 5910 N Central Expy,Suite 300 Dallas,TX 75206 til RF.'Il'. (Nl Kind of ll1/•,w want'ldaf llwim Ill l.ivm r&'AY'/ Kodiak Trenching&Boring,LLC P.O.Box 93929 Southlske,TX 76092 CONTRACTOR. hereby appn/lrs of the r►►wl ilaynlenl to the Contr ct(w.and agrees that final paynxnt to the Gooitrlt'tor shall not whcvc the Nuwty of any of its ohligalkm to rbra le IMrlrk'tl1/!/!M(T//ItKi y1 OYYh7) 17FW Limited Partnership 218 Weal Wall Street Grapevine,TX 76051 e)W'Vtat. as set fi ltth in saki Surety's lit"I IN M IVFSS Vf1irl(130F.the Surety has here unto set its hand on this date: March 15,2016 Illl�l'II IN M'/'i/%l,(1//fIf•NkNlllM1 fU�/1HY1fI hl'!/1t'//f/!/Al•!/�1/1111'IIINI IYYII I The Hanover Insurance Company (V"" '1 S 1.40KNN1/INt'l�!!H/l MK!$1Y/Ia'fNiMal/!Il%/1°1 Allltii: ,�i � •�� Ho�6(6' nor Lioda K.Bdwwds,Attarrty-in-Fact Il a1wal u,lun•and aN v CAUTION: You should sign an original AIA document that has this caution printed in red. An f original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Shf;let for.umitsd License for FloprpduEtion of this.d(;wW1. 0 AIADOCUEtfrO7a7•f:rt\ti'KI'(N'SI Kn)1*oPmu PAl11PY1•Prlllturihrh• .vt 191A•171E MIENH AN I,N}lill IF OF ARC11111:t:11%I'R\lilt 11)R►(A%I:NI h.Mt.NA.V I Iu;To`,.IA-it UA-1+2•WARNING:unlicensed ptloiocopying violates U.S.copy- G707-1994 right laws and will subject the viahlor to lapal prosecution. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint Steven B.Siddons,Shirong Chen,Holly A.Gravenor,LOMe Stott and/or Linda K.Edwards of Frank Siddons Insurance Agency of Fort Worth,TX and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal,knowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following Fire be filled In,only within the area therein designated any and all bonds,recognizances,undertakings,contracts of Indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Ten Million and Noll 00($10,000,000)in any single Instance and said companies hereby ratify and confirm all and whatsoever said Attomey(s)40act may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect 'RESOLVED.That"President or any Vice President,in conjunction with any Vire President,be and they are hereby authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,tecogrdzan es, contracts of indemnity,waivers of citation and all other w(Rings obligatory in the nature thereof,with power to attach thereto the seal of time Company.Am ouch wrIti gs so executed by such Attomeys-in-fact shall be as binding upon the Company as it they had been duty executed and adumowledged by the regularly elected officers of the Company in their own proper persons.'(Adopted October 7.1081-The Hanover Insurance Company;Adopted AprA 14,1882- Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents, this 4th day of December 2014. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY ' CITIZENS SURANCE O��ERICA FS 1m �y 1904 W.AL1071Z Robert'Thomas.Vice PrLsident THE COMMONWEALTH OF MASSACHUSETTS ) ' COUNTY OF WORCESTER )33. joermtrom i P"ident On this 4th day of December 2014 before me came the above named Vice Presidents of The Hanover insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate-seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. 0'.;' Camnan•z+MolMtstadwfetl� tiNLommaani+?r�+SW.4r.lOrtl 15 Barbara A.Garlick,Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover insurance Company.Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Cftizens insurance Company of America. 'RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile" (Adopted October 7,1981-The Hanover insurance Company;Adopted April 14.1982-Massachusetts Bay insurance Company;Adopted September7,2001-Citizens Insurance Companyof America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this jthh_day of_%mJA 20—L— THE HANOVER INSURANCE COMPANY MA SA HUBETT IBAY I RA CE COMPANY CIT EN I SU CE OF AMERICA J. h f eta.VicePfesuent 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 Tim Crawford, COO Of Kodiak Trenching and Boring, 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; Installation of Water, Storm and Sewer . BY Tim Crawford, COO Subscribed and sworn before me on this date 25th of February, 2016. m =CushmanNotary Public County, State I j(ti�1 t_,,W FORTWORTHRE":02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 3/16/2016 Name of Contractor Project Name Kodiak Trenching&Boring,LLC. Seventeen Lakes Phase III DOE inspector Project Manager Tommy McKinnon Aaron Long DOE Number I Project D(greully Type of Contract 7420 PSknple O Routine O Complex 0 Water ❑Waste Water O Storm Drainage 0 Pavernent Initial Contract Amount Final Contract Amount $712,747.65 $712,747.65 Il)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 4 l Accuracy of Plans to Existing Conditions 4 2 Knowledge of Inspector 4 2 Clarity&Sufficiency of Details 4 3 Accuracy of Measured Quantities 4 3 Applicability of Specifications 4 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 4 t Change Order Processing Time 4 3 Communication 4 2 Timliness of Contractor Payments 4 4 Resolution of Utility Conflicts 4 3 Bid Opening to Pre-Con Meeting Timeframe 4 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor 2� � 4 Signature DOE Inspector r Signature DOE Inspector's Superviso '-- INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS QD The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941-Fax:(817)392-7845 FoRTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: SEVENTEEN LAKES PHASE III PROJECT NO.: 2535 CONTRACTOR: Kodiak Treachmg dt Boring DOE NO.: 7420 PERIOD FROM:04/27/15 TO: 03/15/16 FINAL INSPECTION DATE: I5-Mar-16 WORK ORDER EFFEC7IVE:4/272015 CONTRACT TIME: 75 O WD •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. Il. 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 324 PERIOD PREVIOUS PERIOD TOTALS 324 TO DATE *REMARKS: 1�+4A C C(nct eS0�/6 CONTRACTOR DATE INSPECTOR DATE ENGINEERINGEPART:�JENT The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941-Fax:(817)392-7845