HomeMy WebLinkAboutContract 46950-FP1 Department of TP &W Const.Services
CPN# ill' Dat
Project anag r X-
Risk Management anady CITY ySECRETAR
1`J
D.O.E. Brotherton WORTH,rtonCONTRACT NO.
CFA Westerman/Scanned
Esteban Perez/Scanned �L
The Proceeding people have been Contacted
concerning the request for final payment& have ATION AND PUBLIC WORKS
released this project for such payment. �F PROJECT COMPLETION
Developer Projects
Clearance Conducted B
y �� ,� (� � S C Q. � (� J�7
City Project Ns: 02440
t l C7 C,S'.4 vlP�sL�
Regarding contract 117379 for BEECHWOOD CREEKS PHASE 4 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 Price: $785,175.90 !
Amount of Approved Change Orders: Ns
Revised Contract Amount:
Total Cost Work Completed: $785,175.90 �—
Recomme d d for Acceptance Date
Asst. Dire o , TPW - Infrastructure Design and Construction
111-211:7-
A epted / f Date
Director, TRANSPORTAT ON & PUBLIC WORKS
Asst. City Manager Date
i
Comments:
EMA1LE.D OFFICIAL RECORD
CITY SECRETARY
JAN 17 2017 FT.WORTHTX
Initial: __
Rev.9/22/16
FORT VSO RT H
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name PAVING,DRAINAGE,W&SS FOR BEECHWOOD CREEKS PHASE 4
Contract Limits
Project Type PAVING&STORM DRAIN
City Project Numbers 02440
DOE Number 7379
Estimate Number I Payment Number I For Period Ending 10/5/2016
WD
City Secretary Contract Number 117379 Contract Time 8WD
Contract Date Days Charged to Date 261
Project Manager Ehia Contract is 100.00 Complete
Contractor RKM UTILITY SERVICES,INC.
1604 BLUEBANK ROAD
DALLAS, TX 75229-3102
Inspectors RODGERS / SALAZAR
Wednesday,October 5,2016 Page 1 of 4
City Project Numbers 02440 DOE Number 7379
Contract Name PAVING,DRAINAGE,W&SS FOR BEECHWOOD CREEKS PHASE 4 Estimate Number 1
Contract Limits Payment Number I
Project Type PAVING&STORM DRAIN For Period Ending 10/5/2016
Project Funding
STORM DRAIN FACILITIES
ItemDescription of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 10'CURB INLET 6 EA $3,000.00 $18,000.00 6 $18,000.00
2 15'CURB INLET 4 EA $3,575.00 $14,300.00 4 $14,300.00
3 21"RCP CLASS III 197 LF $47.00 $9,259.00 197 $9,259.00
4 24"RCP CLASS III 69 LF $55.00 $3,795.00 69 $3,795.00
5 27"RCP CLASS I1I 284 LF $61.00 $17,324.00 284 $17,324.00
6 33"RCP CLASS III 390 LF $82.00 $31,980.00 390 $31,980.00
7 4X3 BOX CULVERT 284 LF $216.00 $61,344.00 284 $61,344.00
8 4'STORM JUNCTION BOX I EA $2,775.00 $2,775.00 1 $2,775.00
9 5'STORM JUNCITON BOX 1 EA $3,800.00 $3,800.00 1 $3,800.00
10 HEADWALL BOX CULVERT 4 CY $625.00 $2,500.00 4 $2,500.00
11 TWISTED GABION MATTRESSES 26.3 CY $375.00 $9,862.50 26.3 $9,862.50
12 TRENCH SAFETY 1224 LF $0.10 $122.40 1224 $122.40
Sub-Total of Previous Unit $175,061.90 $175,061.90
PAVING FACILITIES
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 6"CONC PVMT 15662 SY $31.50 $493,353.00 15662 $493,353.00
2 6"LIME TREATMENT 16745 SY $3.00 $50,235.00 16745 $50,235.00
3 HYDRATED LIME 268 TN $175.00 $46,900.00 268 $46,900.00
4 BARRIER FREE RAMP TYPE R-I 13 EA $1,250.00 $16,250.00 13 $16,250.00
5 4'CONC SIDEWALK 144 SF $7.00 $1,008.00 144 $1,008.00
6 REMOVE CONC CURB&GUTTER 115 LF $10.00 $1,150.00 115 $1,150.00
7 CONNECT TO EXISTING CONCRETE HEADER 116 LF $10.50 $1,218.00 116 $1,218.00
Sub-Total of Previous Unit $610,114.00 $610,114.00
Wednesday,October 5,2016 Page 2 of 4
City Project Numbers 02440 DOE Number 7379
Contract Name PAVING,DRAINAGE,W&SS FOR BEECHWOOD CREEKS PHASE 4 Estimate Number I
Conti-act Limits Payment Number I
Project Type STORM DRAIN&PAVING For Period Ending 10/5/2016
Project Funding
Contract Information Summary
Original Contract Amount $785,175.90
Chane Orders
Total Conti-act Price $785,175.90
baxDate w r t(4 Total Cost of Work Completed $785,175.90
Cont Less %Retained $0.00
1 Net Earned $785,175.90
Date 4, Earned This Period $785,175.90
Inspection S e
etainage This Period $0.00
O
Date Less Liquidated Damages
Project Manager
tl,x
/( I Days @ /Day $0.00
Date 1 I►1 LessPavement Deficiency $0.00
As t.Dj ct /TPW-Infrastructure Design and Construction Less Penalty $0.00
Date Less Previous Payment $0.00
Direct
f"
Contracting Depart► ent Plus Material on Hand Less 15% $0.00
J ties Balance Due This Payment $785,175.90
EyL.(1 L
'40
Wednesday,October 5,2016 Page 3 of 4
City Project Numbers 02440 DOE Number 7379
Contract Name PAVING,DRAINAGE,W&SS FOR BEECHWOOD CREEKS PHASE 4 Estimate Number I
Contract Limits Payment Number I
Project Type STORM DRAIN&PAVING For Period Ending 10/5/2016
Project Funding
Project Manager Ehia City Secretary Contract Number 117379
Inspectors RODGERS / SALAZAR Contract Date
Contractor RKM UTILITY SERVICES,INC. Contract Time 85 WD
1604 BLUEBANK ROAD Days Charged to Date 261 WD
DALLAS, TX 75229-3102 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 $785,175.90
Less %Retained $0.00
Net Earned $785,175.90
Earned This Period $785,175.90
Retainage This Period $0.00
Less Liquidated Damages
0 Days a $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 $785,175.90
Wednesday,October 5,2016 Page 4 of 4
FORTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:
NAME OF PROJECT: Beechwood Creeks Phase 4
PROJECT NO.: 02440 CONTRACTOR: RKM Utility Services, Inc.
DOE NO.: 7379
PERIOD FROM;09/28/15 TO: 09/29/16 FINAL INSPECTION DATE: 9/29/2016
WORK ORDER EFFECTIVE:9/28/2015 CONTRACT TIME: 85 WDA CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED CHARGED
CREDITED MONTH CREDITED
DURING DURING
1. 16.
2. 17.
3. 18.
I
4. 19.
i 5. 20.
i 6. 21.
j 7. 22.
8. 23.
9.
24.
10. 25.
I 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 107 261 368
PERIOD
PREVIOUS
PERIOD
TOTALS 107 261 368
TO DATE
*REMARKS:
CONTRA( OR DATE IN DATE
ENGINEERING DEPARTT\IENT
s' The Cit} of Fort Worth• 1000 Throckmorton Street•Fort Wordi,TXi 76012-6311
(817)392-7941 •Fax: (817)392-7845
CONSENT OF SURETY OWNER O
TO FINAL PAYMENT AP.MTFCT o
CONTRACTOR D
AIA Document G707 SURETY 1i7
Bond No. PB00317400171 OTHFR 0
TO ONVNER: ARCHITECT'S PROJECT NO.:
(Marne raid addrer)
D.R. Horton
6751 North Freeway CONTRACT FOR- Construction
Fort Worth,TX 76131
PROJECT: CONTRACT DATED:
(anise and addmcq
Beechwood Creeks Phase 4
In accordance with the provisions of the Contract between die Owner and the Contractor as indicated above,the
(/nsvrt rranrr and addrt�of SirrrhJ
Philadelphia Indemnity Insurance Company
One Bala Plaza, Suite 100
Bala Cynwyd, PA 19004-1403
, SURETY,
on bond of
(lmrrr pante and addrnxs of Confractur)
RKM Utility Services, Inc.
1805 Royal Lane Suite 107
Dallas,TX 75229
CONTRACTOR,
hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shalt not relieve the Surety of
any of its obligations to
fl avert nanteand adrlren ofOawar)
D.R. Horton
6751 North Freeway
Fort Worth,TX 76131
OWNER,
as set forth in said Surety's bond.
IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: September 9, 2016
(l+tsun 1»a tilltr((tlx month followed hr IGe nra+Teric dare and near.!
Philadelphia Indem surance f o pany
(Sitmv)
By:
(SXq+ratutroJ rlboNzrA+rpnsenlulil
lew-
Attest' Tabitha Starkey Attorney-in-Fact
(Sea))' Kristi Lovett
(Pr initrl+run+e and!illi)
G707--1994
1636
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Edward G.Britt,Jr.,David G.Miclette,David T.Miclette,
Barry K.McCord,Robert C.Davis,Kristi Lovett,Ashley Britt,Joni Bowen,Heather Noles,Brett A.Tisdale,Tabitha Starkey and Rita G.Gulizo of Bowen,
Miclette&Britt Insurance Agency,LLC of Houston,Texas,its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds,undertakings,
recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an
amount not to exceed$25,000,000.00
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I'day of July,2011,
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company to:(1) Appoint Attorney(s)in Fact and authorize the Attomey(s) in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile,and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with the respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND
ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10"'DAY OF JUNE 2013.
"�INIT�•
1J2�• 'm:
(Seal)
Robert D.O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 10ih day of June 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he
is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the
Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed.
COM2F PEW(S(LVANIA
NO"SNI
Kht"A.Kenlesla,lktxy tWNc
rmYtrk rb TMA M>•tY 1' Y
n/Qxrvrlcdm E"Mc l8 2016
rv,eunwsnv..w�oa�narcrnoTWms Notary Public:
residing at: Bala Cynwyd PA
(Notary Seal)
My commission expires: December 18,2016
1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution ofthe Board of
Directors and this Power of Attorney issued pursuant thereto on this 10i0 day of June 2013 true and correct and are still in full force and effect.I do further certify that
Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of
PHILADELPHIA INDEMNITY INSURANCE COMPANY, p� I^
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this�dv' Y ay of SeP ' ?01 W
0-,
7 q 1 Edward_1YSayago,Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
All Bills Paid Affidavit
STATE OF TEXAS
COUNTY OF DALLAS
Before me, the undersigned authority, on this day personally appeared ,� `,f ftLA
known to me to be a credible person and officer of RKM Utility Services a Texas corporation (hereinafter called
"Contractor"),and who, being duly sworn,upon his oath declares and acknowledges as follows:
1. I am the duly authorized agent for the said Contractor,which has authorized me to make this affidavit, and
all of the recitations herein are true and correct.
2. Pursuant to an agreement dated 7UM'r__ 2015 between RKM Utility Services, Inc. and V-)2 .
(LtU� (the"Owner"), Contractor has supplied materials and performed labor in
connection with the construction of improvements upon certain real property owned by the Owner in
`` { County, Texas. Said improvements are more particularly described as Ci tSt✓ VVI i,n 63
Q(N t N( , located in \, vel , Texas.
3. Contractor has actual knowledge that all bills owed by Contractor to others for materials supplied or labor
performed in connection with the Improvements have been fully paid and satisfied except for contractual
retainage as set out below. Contractor does further warrant that should any claim or lien be filed for material
supplied or labor performed per virtue of Contractor's participation in the construction of said Improvement,
Contractor will immediately furnish a bond pursuant to Texas Property Code, sections 53.236 through
53.238, for release of each such lien, and obtain settlement of any such liens and furnish Owner written full
release of such liens. Should Contractor be unable to obtain such release, Contractor agrees to fully
indemnify and hold harmless the Owner for any and all costs they may incur by reason of such liens.
EXECUTED this 30T" day of GS-P E-eA l5t-(z- , 2016.
RK Services, Inc.
By:
Name: ft70 P I p-cp
Title:
SUBSCRIBED AND SWORN TO BEFORE ME by the said I C'
This the �;a"�" day of ! C&pfy-MQi<_2� , Zoi to ,to Certify which witness my hand and
seal of office.
CANDICE HORTON Notary Public in and fort e
Notary Public,State of Texas State of Texas
My Commission Expires
March 29, 2017
FORTWORTH REV.8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
D CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
RKM Utility Services Inc. Beechwood Creeks Phase 4
Inspector City Project Number
Edwin R.Rodriguez,Sr. 2440
Cmsbnrclion Components Project Manager
❑ Water❑ waste watFrO storm DrainageE Pavement Fred Ehia,PE
Initial Contract Amount Project Dculty
$785,175.90 0 simple OQ Routine 0 Complex
Final Contract Amount Date
$785,175.90 10/7/2016
ID PERFORMANCE EVALUATION
0-Inadequate 1-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 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 4 20 20
10 Citizen's Complaint Resolution 5 Y 4 20 20
11 Property Restoration 5 N
12 After Hours Response 5 N
13 Project Completion 5 N
TOTAL ELEMENT SCORE(A) 373
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 373
IID CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 388
Rating(ITS/MS] *100%) 373 / 388 = 96%
Performance Category Excellent
<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)
Inspector Signature Contractor 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
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 10/10/2016
Name of Contractor Project Name
RK1MI Utility Services, Inc. Beechwood Creeks Phase 4
DOE Inspector Project Manager
Edwin Rodriguez Fred Ehia,PE
DOE Number Project Difficvht, Type of Cono-act
7379 1 Q Simple Q Routine Q Complex [] water❑ waste water[2] Storm Drainage(2] Pavement
Initial Contract Amount Final Contract Amount
$785,175.90 $785,175.90
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 1 Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector 2 Clarity& Sufficiency of Details
3 Accuracy of Measured Quantities 3 Applicability of Specifications
4 Display Of Professionalism LA 14 Accuracy of Plan Quantities
5 Citizen Complaint Resolution t} 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 Communication
2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS& SIGNATURES
COMMENTS �t 1 rs fit VrC fJ CA06 UDOfeaJ:11\(E
Signature Contractor 1
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311
(817)392-7941 •Fax: (817)392-7845
i