HomeMy WebLinkAboutContract 47301-FP2 Departmen f TP &W Const. Services
DOE#---A-IWDa —?.Z'{�. r`""TARY
Project Manage c, /��]
Risk Management C adv U WORTH, CONTRACTNO, "! ! 0 L
D.O.E. Brotherto
CFA Westerman/Scanned
The Proceeding people have been Cortiacted
concerning the request for final payment& have ATION AND PUBLIC WORKS
released this project for such payment. F PROJECT COMPLETION
Clearance Conducted By Shameka Kennedy D.O.E. Ne: 7488
C O zG 25
Regarding contract 217488 for CHISHOLM TRAIL RANCH PH 1 SEC las required by the G'-S y1730
TRANSPORTATION& PUBLIC WORKS as approved by City Council on N/A through TVI&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: $43,164.54
Amount of Approved Change Orders: N§
Revised Contract Amount:
Total Cost Work Completed: $43,164.54
Less Deductions:
Liquidated Damages: Days @$210.00/Day
Pavement Deficiencies: /I
Total Deduction Amount:
Total Cost Work Completed: $43,164.54 li�+�I
Less Previous Payments: $0.00
Final Pa ent Due $43,164.54
I Recomm nd d for Acceptance Date
Asst.. Dir ctor TPW - Infrastructure Design and Construction
/6
Accepted Date
® Director, TRANSPORTATION & UBLIC WORKS
Asst. C(Cy Manager Date
-
Comments: C205-54-1200-206760262583
Eil�l AIT'Hn
OCT 1 B ?_ 16 OFFICIAL RECORD
CITY SECRETARY
initials __
FT.VYORTHI T
FORTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER F
Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I
Project Type STREEET LIGHTING
City Project Numbers 02625
DOE Number 7488
Estimate Number I Payment Number I For Period Ending 8/4/2016
W
City Secretary Contract Number 217488 Contract Time 3W
Contract Date 10/30/2015 Days Charged to Date 218
Project Manager Saliu Contract is 100.00 Complete
Contractor INDEPENDENT UTILITY CONSTRUCTION
5109 SUN VALLEY DRIVE
FORT WORTH, TX 76119
Inspectors RODGERS / CROWLEY
Thursday,August 04,2016 Page I of 4
City Project Numbers 02625 DOE Number 7488
Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER Estimate Number I
Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I Payment Number I
Project Type STREEET LIGHTING For Period Ending 8/4/2016
Project Funding
STREET LIGATING FACILITIES
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------- ---
1 LED LIGHTING FIXTURES 12 EA $2,809.00 $33,708.00 12 $33,708.00
2 2"CONDUIT PVC SCH 40(T) 1191 LF $5.75 $6,848.25 1191 $6,848.25
3 NO 6 INSULATED ELEC CONDR 3573 LF $0.73 $2,608.29 3573 $2,608.29
---------------- -------------------- ----
Sub-Total of Previous Unit $43,164.54 $43,164.54
-------------- -------------------------
Thursday,August 04,2016 Page 2 of 4
City Project Numbers 02625 DOE Number 7488
Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER Estimate Number I
Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I Payment Number I
Project Type STREEET LIGHTING For Period Ending 8/4/2016
Project Funding
Contract Information Summary
Original Contract Amount $43,164.54
Chante Orders
Total Contract Price $43,164.54
Date Total Cost of Work Completed $43,164.54
Contractor Less %Retained $0.00
`
/�!/ Net Earned $43,164.54
ate
Inspect' i upervisor Earned This Period $43,164.54
,//,/`� Retainage This Period $0.00
�L
Date' / Less Liquidated Damages
Project V4,Nr
4 Days a /Day $0.00
A1___ Date ` LessPavement Deficiency $0.00
A s. irector P -Infrastructure Design and Construction Less Penalty $0.00
( Date CU 41
2 Less Previous Payment $0.00
Directo ont cting Department Plus Material on Hand Less 15% $0.00
Balance Due This Payment $43,164.54
Thursday,August 04,2016 Page 3 of 4
City Project Numbers 02625 DOE Number 7488
Contract Name PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER Estimate Number I
Contract Limits CHISHOLM TRAIL RANCH SECTION 1,PHASE I Payment Number I
Project Type STREEET LIGHTING For Period Ending 8/4/2016
Project Funding
Project Manager Saha City Secretary Contract Number 217488
Inspectors RODGERS / CROWLEY Contract Date 10/30/2015
Contractor INDEPENDENT UTILITY CONSTRUCTION Contract Time 30 W
5109 SUN VALLEY DRIVE Days Charged to Date 218 W
FORT WORTH, TX 76119 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 $43,164.54
Less %Retained $0.00
Net Earned $43,164.54
Earned This Period $43,164.54
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 $43,164.54
Thursday,August 04,2016 Page 4 of 4
FORTWORTH®
TRANSPORTATION AND PUBLIC WORKS
STATEMENT OF CONTRACT TIME
STATEMENT#
FINAL STATEMENT# 1 Pro# 2625
NAME OF PROJECT: Contractor Independent Utility
PEAR: 2016
PROJECT NO.: FINAL,INSPECTION DATE 7118120 16
2625 \YD CD
CONTRACT'FIINIE 180
PERIOD FROM: 7/16/2016 TO: 1 7131/20161— MID - Month 1 1! oPM l i v 1 (l'/N) N
�YORh ORDER EFFECTINE: 12/1412015 BEG In) n MID I n 121.1%
DAYS RE.,ISON FOR DAY OF MONTH DAYS REASON FOR
DAI'OF MONTH CHARGED DAYS CREDITED CHARGED DAYS CREDITED
1 16 Sat NIA
2 17 Sun NIA
3 18 Mon NIA
4 19 Tue NIA
5 20 Wed NIA
6 21 Thu NIA
7 22 Fri NIA
8 23 Sat NIA
9 24 Sun NIA
10 25 Mon NIA
11 26 Tue NIA
12 27 Wed NIA
13 28 Thu NIA
14 29 Fri NIA
15 30 Sat NIA
31 Sun NIA
NA Wkn&Hol, Wea Ulf Oth
Not Applicable SAT.SLTN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS
HOLIDAYS RELOCATE CHARGED
THIS PERIOD 0 0 0 0 0 0
PREYIOLtS PERIOD 0 218 218
TOTAL TO DATE 0 0 0 0 218 218
RENIARIiS:
Time Was Stopped 7/8/2016
Signahnr: Signatur
(Print Na-c) wa (Print N M ohn Crowle}
CONTRACTOR DATE 1� 6 INSPECTOR DATE -�.�
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, on this day personally appeared RICHARD
WOLFE, Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC., known
to me to be a credible person, and after being duly sworn by me, 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 Ranch Section 1 Phase 1 - City of Fort
Worth Project No. 02625
BY:
Richard Wolfe—,Vice P esident
SUBSCRIBED AND SWORN TO BEFORE ME on this day of
2016.
DANA P.JETTY
�.
-_; Notary Public,stare of Texas Notar Public, State of Te
My Commission Expires y
E'�' June 30. 2019
FORTWORTHREV:02/20/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name ofContractor Projecl Alame
I Chisholm Trail Ranch Sec 1 Ph 1
DOElnspector DOEManber
John Crowley Pro#2625
.1)CIL'J„spvv�nr Project Manager
❑ Water ❑ Waste Water ❑ Storm Drainage❑ Pavement Gopal Saliti
Initial Contract Amount Project Digicldty
$43,164.54 0 Simple Routine 0 Complex
Final ContractAinowit Date
$43,164.54 8/12/2016
M PERFORMANCE EVALUATION
0-Liadequate t-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(> ) 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 3 60 45
5 Work Performed 15 Y 4 60 60
6 Finished Product 15 Y 4 60 60
7 Job Site Safety 15 Y 4 60 60
8 Traffic Control Maintenance 15 Y 3 60 45
9 Daily Clean Up 5 Y 3 20 15
10 Citizen's Complaint Resolution 5 N
I I Property Restoration 5 N
12 After Hours Response 5 N
13 Project Connpletion 5 y 3 20 15
TOTAL ELEMENT SCORE(A) 341
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 341
III)CONTRACTOR'S RATING
Maxinutnn Score(MS)=448 or sunt of applicable element score ma,"nums which= 388
Rating;([TS/MS] n 100%) 341 / 388 = 88%
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 AIVARDED)
Signature DOE Inspector / Signature Contractor
Signature DOE Inspectors Supervisor
CONTRACTOR'S COMIMENTS
TRANSPORTATION AND PUBLIC WORKS
The Cit,of Fort Worth• 1000 Throckmorton Street•Fort\K/ortlt,TZ 76012-6311
(817)392-7941 • Fax: (817)392-7845
CONSENT OF OWNER ❑
SURETY COMPANY CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
OTHER
(SIMILAR TO AIA DOCUMENT G707)
Bond No. 4075956
PROJECT: CTR Section 1, Phase 1, City Project No. 02625
(name,address) Fort Worth, Texas
TO (Owner)
ARCHITECT'S PROJECT NO:
F—City of Fort Worth CONTRACT FOR: Above Project
1000 Throckmorton Street
Fort Worth, Texas 76102
CONTRACT DATE:
CONTRACTOR: Independent Utility 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) Ohio Farmers Insurance Company
555 Republic Drive, Suite 450
Plano, Texas 75074 SURETY COMPANY,
on bond of(here insert name and address of Contractor)
Independent Utility Construction, Inc.
5109 Sun Valley Drive ,CONTRACTOR,
Fort Worth,Texas 76119
hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the
Surety Company of any Of its obligations to(here insert name and address of Owner)
City of Fort Worth
1000 Throclmorton Street
Fort Worth, Texas 76102 'OWNER'
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
The Surety Company has hereunto set its hand this 18th day of July 2016
OHIO FA ERS INSURANCE COMPANY
Surety Co p
By
Signa,
de presentative
Attest:
(Seal): Kyle W. Sweeney Attorney—in—Fact
Title
Note:This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition
THiS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER##AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW.
POWER NO. 4220052 06
General Westfield Insurance Co.
Power
of Attorney Westfield National insurance Co.
Ohio Farmers Insurance Co.
CERTIFIED COPY Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office In Westfield Center, Medina County,Ohio,do by these
presents make,constitute and appoint
CHARLES D.SWEENEY, MICHAEL A.SWEENEY,KYLE W.SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY
of FORT WORTH and State of TX its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instrumentsorcontracts of
suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Com pant es.thereby as fully and to the same extent as If such bonds were signed by the President,sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved,that the President,any Senior Executive, any Secretary or any Fidelity&Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such
Attorney-In-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting
held on February 8,2000).
-In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of
APRIL A.D.,2011
Corporate • ,`yy ,E"ti'•.� ,.•"�,pNA(� � WESTFIELD INSURANCE COMPANY
Seals tr ... .'ss °�P•• NsG•,; •+ •�,.f�= WESTFIELD NATIONAL INSURANCE COMPANY
Affixed .ru tp . is .�,�-� + �^ OHIO FARMERS INSURANCE COMPANY
f M= � =ro ��: SEAL .:v2- _ `6l1ARiERFp �'» ^
�__ �
N :m. co: rbc `
:.o1!348
`
''.,,, ..��'s :tel'•
.�9gMf14" 'ice/••••".. ..•`•i �'' -.. .•
State of Ohio """*" """" ` By-Richard L. Kinnaird,Jr., National Surety Leader and
County of Medina ss.: Senior Executive
On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known,who, being by me duly
sworn, did depose and say,that he resides-in Medina,Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above
instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed
by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order.
Notarial - "N,�.NIN1ut,,,4 a '
Seal ,.`µ1A L S w.
Affixed �CQ .......
William J: Kahelin,A rney at Law, Notary Public
State of Ohio =N o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code)
County of Medina ss.:
1,Frank A..Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby.certify that,fhe above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies,which is stilt in full force and effect;-and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto 4'et'my Ni-id and affixed the seals of said Companies at Westfield Center, Ohio, this 18th day.of
Jul +"`"A.D
Dt,,, 2016 ,,,;1.....,.,,,,,
''`_• �� LLQ. ', :.��:^ =�;GHAAIERfp'�� �i'' `
SUL :ro ="N SEAL im 3�a•.. :vc / .Secretary
�y .ac► ;yam.. .:o = 48:t Frank A. Carrino,-Secretary
BPOAC2 (combined) (06-02)
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me,the undersigned authority, on this day personally appeared RICHARD
WOLFE,Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC.,known
to me to be a credible person, and after being duly sworn by me, 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 Ranch Section 1 Phase 1 - City of Fort
Worth Project No. 02625
BY:
Richard Wolfe—,XVice P esident
SUBSCRIBED AND SWORN TO BEFORE ME on this day of
2016.
o1,K;POB,,, DANA P. JETTY
�.
:tee Notary Public,state of Texas Notar Public, State of Te s
My Commission Expires
y
�'O;�F�;•�+:�= June 30, 2019
i
July 15,2016
Attn:John Crowley
City of Ft.Worth-Construction Inspection Dept.
Re:Chisholm Trail Ranch Sect. 1, Ph. 1
Completion and Clarification of Liquidated Damages
Dear Mr.Crowley,
Please allow this letter to serve as formal notice that Walton Development the property owner and
Developer of the Chisholm Trail Ranch Section 1, Phase 1 project in Fort Worth,TX will not be charging
any liquidated damages in regards to the completion of any public improvements for the above
mentioned project. Walton acknowledges that the project was not completed in the originally
anticipated time frame however,Walton is comfortable with the acceptance of the project as is in the
time frame in which it was completed.
Thank you for your time and consideration with regard to this issue. Should you need anything further
from Walton Development, please do not hesitate to contact me directly.
Sincerely,
Kasey Hester
Construction Manager
Walton Development
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
1)PROJECT INFORMATION Date: 8/12/2016
Name of Contractor Project Name
Independent Utility Constriction,Inc. Chisholm Trail Secl Ph 1
DOEInspector ProjectUanager
John Crowley Gopal.Sahu
DOPiMunber ProjectlD ct/Ip TjpeofCon bncl
Pro#2625 O Simple Q Routine Q Complex ❑ Water ❑ Waste Water❑ Storm Drainage❑ Pavement
Initial Contract Amount Final ContiactAmount
$43,164.54 $43,164.54
In 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 1 Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector 4 2 Clarity&Suffliciency of Details
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
1 Change Order Processing Time 3 Conununication
2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor Ail
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort\X/orth•1000 Throckmorton Street• Fort Worth,Thi 76012-6311
(817)392-7941 • Fa..:(817)392-7845