HomeMy WebLinkAboutContract 47191-FP1 Department of TP &W Const. Services
CPN# Date
Project Manager
Risk Management Cn
D.O.E. Brotherton RT WORTH
CFA Westerman/Scanned < < CITY SECRETARY1'1
ban P
Esteerez/Scanned CONTRACT NO, f I T 1
The Proceeding people
d t
concerning the request for fi al payment&shave
ATION AND PUBLIC released this project for such payment. F PROJECT COMPLETION
�S
Clearance Conducted By �� // �/�j //� D.O.E. Ns: 7524
Regarding contract 117524 for LCG CENTREPORT PHASE III 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: $4,500.00
Amount of Approved Change Orders: NQ
Revised Contract Amount:
Total Cost Worlc Completed: $4,500.00
Less Deductions:
Liquidated Damages: Days @$210.00/Day
I
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed: $4,500.00
Less Previous Payments: $0.00
Final Payment Due $4,500.00
Recommended for cceptance Date
Asst. Director, - Infrastructure Design and Construction
r
Ci - C '-) M/ z/��
Accepted-'*/ Date
Director, TFr NSPORTATION & PUB, IC WORKS
City Manager Dater
'I
1
OFFICIAL RECORD
JAN 7 201.7 CIT'YSECREYq,RY
Initial: Ft WORTH; TX
Project Name: LCG CENTREPORT PHASE III D.O.E. X2: 7524
Comments:
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name LCG CENTREPORT PHASE III
Contract Limits
Project Type STREET LIGHTING
City Project Numbers 02666
DOE Number 7524
Estimate Number I Payment Number 1 For Period Ending 9/2/2016
W
City Secretary Contract Number 117524 Contract Time 2W
Contract Date Days Charged to Date 213
Project Manager Jaafari Contract is 100.00 Complete
Contractor C&S UTILITY CONTRACTORS,INC.
6705 HIGHWAY 287
ARLINGTON, TX 76001
Inspectors GREGORY / MILLER,T
Friday,September 02,2016 Page 1 of 4
City Project Numbers 02666 DOE Number 7524
Contract Name LCG CENTREPORT PHASE III Estimate Number I
Contract Limits Payment Number 1
Project Type STREET LIGHTING For Period Ending 9/2/2016
Project Funding
STREET LIGHTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 REMOVE EXISTING LIGHT POLE AND POLE 1 EA $1,050.00 $1,050.00 1 $1,050.00
BASE
2 RELOCATE STREET LIGHT PER CITY I EA $500.00 $500.00 1 $500.00
STANDARDS
3 CONCRETE BASE PER CITY STANDARDS& I EA $1,450.00 $1,450.00 1 $1,450.00
SPECS
4 2"SCHEDULE 40 PVC CONDUIT&WIRE 25 LF $60.00 $1,500.00 25 $1,500.00
EXTENSIONS
Sub-Total of Previous Unit $4,500.00 $4,500.00
Friday,September 02,2016 Page 2 of 4
City Project Numbers 02666 DOE Number 7524
Contract Name LCG CENTREPORT PHASE III Estimate Number I
Contract Limits Payment Number I
Project Type STREET LIGHTING For Period Ending 9/2/2016
Project Funding
Contract Information Summary
Original Contract Amount $4,500.00
ChanEle Orders
Total Contract Price $4,500.00
/�--- Date Total Cost of Work Completed $4,500.00
-Corrttacto Less %Retained $0.00
Net Earned $4,500.00
Date
Inspection
Inspection Supervisor Earned This Period $4,500.00
EL�
Date q( �
/ 7 Retainage This Period $0.00 f
Less Liquidated Damages
Project Manager
Days @ /Day $0.00
(A Date r LessPavement Deficiency $0.00
A"=41W irect W-Infrastructure Design and Construction Less Penalty $0.00
I vJ Date 6; -; — Less Previous Payment $0.00
Directo l(Contracting De Plus Plus Material on Hand Less 15% $0.00
�e- Balance Due This Payment $4,500.00
Friday,September 02,2016 Page 3 of 4
City Project Numbers 02666 DOE Number 7524
Contract Name LCG CENTREPORT PHASE III Estimate Number I
Contract Limits Payment Number I
Project Type STREET LIGHTING For Period Ending 9/2/2016
Project Funding
Project Manager Jaafari City Secretary Contract Number 117524
Inspectors GREGORY / MILLER,T Contract Date
Conti-actor C&S UTILITY CONTRACTORS,INC. Contract Time 20 W
6705 HIGHWAY 287 Days Charged to Date 213 W
ARLINGTON, T\ 76001 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 $4,500.00
Less %Retained $0.00
Net Earned $4,500.00
Earned This Period $4,500.00
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 $4,500.00
Friday,September 02,2016 Page 4 of 4
FORTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:I
NAME OF PROJECT: LCG Centerport Phase III
PROJECT NO.: 02666 CONTRACTOR: C&S Utility Contractors,Inc.
DOE NO.: 7524
PERIOD FROM 01/05/16 TO: 08/05/16 FINAL INSPECTION DATE: 5-Aug-16
WORK ORDER EFFECTIVE: CONTRACT TIME: Wo 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.
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
PERIOD
PREVIOUS
PERIOD
TOTALS 213
TO DATE
*REMARKS:
CONTRACTOR DATE SPECTOR DATE
ENGINEERING DEPARTMENT
The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845
FORTWORTHREV.8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
C&S Utility Contractors LCG Centerport Phase III
Inspector City Project Number
Thomas Miller 02666
Cmstruclion Components Project 1fanager
❑ water Waste Water❑ Storm Drainage❑ Pavement Khal Jaafari
Initial Contract Amount ProjectDculty
$4,500.00 O Simple 0 Routine Q Complex
Final Contract Amount Date
$4,500.00 9/7/2016
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 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 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 or sum of applicable element score maximums which= 448
Rating([TS/MS] * 100%) 336 / 448 = 75%
Performance Category Good
<20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
(Lighting)
Inspector Signature ��'_ ntractor Signature
Inspector's Supervisor Signature
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306
6350 Overton Ridge Blvd. Phone:817-989-7800
Fort Worth,TX 76132 Fax:817-989-7801
1L LodgeStar Investments , Ltd .
September 7, 2016
Thomas Miller
City of Fort Worth
Transportation and Public Works Department
Construction Inspector Infrastructure Design and Construction
8851 Camp Bowie West
Fort Worth,Tx 76116
RE: Centreport LCG Phase III Infrastructure I CFA Number:2015-092
Mr. Miller,
This letter is to inform the City of Fort Worth that Lodgestar Investments is waiving any
Contractor's Liquidated Damages on the CentrePort LCG Phase III Infrastructure project in
reference to the time it took to complete the job. This waiver is specially to cover the time
frame it took for the contractors to complete the job description they agreed upon. A list of
companies this waiver encompasses are listed below.
Bear Creek Site Utilities&Construction
4950 Hanson Drive
Irving, TX 75038
C &S Utility Contractors, Inc.
6705 Highway 287
Arlington,TX 76001
JLB Contracting, LLC
PO Box 24131
Fort Worth, TX 76124
Thank you,
Rakesh Patel
CEO
i
Fl
o", l
l
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 CSL 106 of
CSS A 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;
LCG Centerport Phase III
City Project No: 0266; CFA No: 2015-092
BY1
Title
25¢P)aD
Subscribed and sworn before me on this date,-1e of April, 2016.
KIMBERLY ANN BRYANT
Notary
o y Public,State or Texas J"-&djL)&
My Commission Expires Notary ublic
September 20, 2018 Tarrant County
6705 Highway 287 • Arlington, Texas 76001 • csutility.com
SURETEC INSURANCE COMPANY
9737 Great Hills Trail, Suite 320, Austin, Tx 78759
OWNER ❑
ARCHITECT ❑
CONSENT OF SURETY CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
OTHER ❑
BOND NO.: 4403278
TO OBLIGEE:
(Name and Address) CONTRACT FOR:
City of Fort Worth Removal&Relocate Light Pole,
1000 Throckmorton LCG Centreport Ph III Addition, Lot 1-7
Fort Worth,TX 76102
PROJECT: CONTRACT DATED:
(Name and Address) 10/2/15
City Project#02666-LCG Centreport Phase III
Street Light improvements-Ft Worth,TX 76155
PRINCIPAL: C&S Utility Contractors, Inc.
At the request of the Obligee and the Principal indicated above,(Insert pante and address of Surety)
SureTec Insurance Company, 9737 Great Hills Trail, Suite 320,Austin, Tx 78759
,SURETY,
on bond of
(Insert name and address ofConh-actot) C&S Utility Contractors, Inc.
6705 Highway 287-Arlington,TX 76001
,CONTRACTOR,
and conditioned on the representation by Obligee that all Contract provisions relating to the payment of final
payment under the Contract have been satisfied by Principal as of the date of final payment,and that no claims
by Obligee or any third party are known or believed by Obligee or its representatives to exist as of the date of
final payment,representations as to the truth and accuracy of the foregoing conditions being deemed to have
been made by Obligee in connection with this request for Consent of Surety,hereby approves of the final
payment to the Principal,and agrees that final payment in accordance with the terms hereof shall not relieve the
Surety of its obligations to
(Insert name and address of Obligee) City of Fort Worth
1000 Throckmorton-Fort Worth,TX 76102
,OBLIGEE,
as set forth in said Surety's bond.
IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: March 22,2016
(Insert in writing the month followed by the numeric date and year.)
SUreT®c Insurance Comp y
(Surety '
(Signatu e of authorized pt esent tine)
Rebecca D. Rockett
Attest: ,Attorney-in-Fact
(Seal): (Printed nine and title)
SURETEC CONSENT TO FINAL PAYMENT REV. 1.1.2004
POA#: 4221716
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make,constitute and appoint
Christian Merritt, Rebecca Rockett
its true and lawful Attorney-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 instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
One Million and 00/100 Dollars ($1,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the
premises. Said appointment shall continue in force until 12/31/2016 and is made under and by authority of the following
resolutions of the Board of Directors of the Surf-;Tec_Insurance Company:
Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and
deliver,any and all bonds,recognizances, contracts,agreements or 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 binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and 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 signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'' of April,
1999)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 3rd day of February,A•D• 2015
`�K,110111141,1,q. SURETEC INSURANCE COMPANY
4�?� �XA q o By.
W w D= John ox Jr: resident
r
State of Texas ss: d
s '..
County of HarrisIIYI"n*j1`^ , s
On this 3rd day of February,A.D. 2015 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the
Board of Directors of said Company;and that be signed his name thereto by like order.
�twaus� JACQUELYN MALDONADO
Notary Public
State of Texas
My Comm.Exp.511812017 Jacq elyn Maldonado,Notary Public
My commission expires May 18,2017
I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Clay of A.D.
Given under my hand and the seal of said Company at Houston, Texas this (.r' ' , �
Bre t Beaty,Assistant Secretary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST.
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a
complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin, Tx 78759
You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252-
3439.You may write the Texas Department of Insurance at
PO Box 149104
Austin,TX 78714-9104
Fax#: 512-490-1007
Web:http://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim,you should contact the
Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance.
------------------------------------------------------------------------------------------------------------------------------
Texas Rider 06042014 1
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: ignI2516
Name of Contractor Project Name
C&S Utility Contractors,Inc. LCG Centerport Phase III
DOE Inspector Project Manager
Thomas Miller Khal Jaafari
DOE Number ProjectDculty Type of Contract
7524 1 O Simple QQ Routine Q Complex ❑ Water[I waste Water❑ Storm DrainageE] Pavement
Initial Contract Amount Final Contract Amount
$4,500.00 $4,500.00
M 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 Ll 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities 1/ 3 Applicability of Specifications +�
4 Display Of Professionalism 4 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 t{
ADMINISTRATION 2 Availability of Project Manager
1 Change Order Processing Time ti 3 Communication
2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS&SIGNATURES
COMMENTS (Lighting)
Signature Contractor
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
10 The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845