Loading...
HomeMy WebLinkAboutContract 47191-FP3 DN# Irty (� •oject Manager isk Management Ca ady -z' I RTl!RT 11 CIN SECRETARY�/,�l �'— .O.E. Brotherton 14* CpN'►'RACT Plp. FA Westerman/Scanned 2' 2_– t� steban Perez/Scanned he Proceeding people have been Contac ed :)ncerning the request for final payment& have ATION AND PUBLIC WORKS :leased this project for such payment. F PROJECT COMPLETION J 9 60 — C,0 X26&(! learance Conducted By P/tam w" D.O.E. Ns: 7524 – Ccv,t244'� Regarding contract 117524 for LCG CENTREPORT PHASE III as required by the WATER DEPARTMEtT as 7� approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of rans ortation&Public Works Department has accepted the project as complete. D (ems C E#V E Original Contract Prices: L� $50,711.60 JAN 12 2017 Amount of Approved Change Orders: Tjo By Revised Contract Amount: Total Cost Work Completed: $50,711.60 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $50,711.60 Less Previous Payments: $0.00 Final Payment Due $50,711.60 Recomme ded for Acceptance Date Asst. Direc r TPW - Infrastructure Design and Construction �4z. 2–/57- Accepted Date Director, WATER DEPARTMENT �� City Manager Date E16�IAILEI� _ JAN 1 917 OFFICIAL RECORD Initial: CITY SECRETARY FT.WORTH;TX Project Name: LCG CENTREPORT PHASE III D.O.E. Ns: 7524 Comments: I JAN 12 2017 � q�o► � co��(�� City Project Numbers 02666 DOE Number 7524 Contract Name LCG CENTREPORT PHASE III By Estimate Number I Contract Limits Payment Number 1 Project Type WATER&STORM DRAIN For Period Ending 9/2/2016 Project Funding Project Manager Jaafari City Secretary Contract Number 117524 Inspectors GREGORY / MILLER,T Contract Date 10/7/2015 Contractor BEAR CREEK CONSTRUCTION,LTD. Contract Time 12 W 4950 HANSON DR. Days Charged to Date 213 W IRVING, TX 75038 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 $50,711.60 Less %Retained $0.00 Net Earned $50,711.60 Earned This Period $50,711.60 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 S50,711.60 Tuesday,September 06,2016 Pale 4 of 4 0 Coro FART WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LCG CENTREPORT PHASE III Contract Limits Project Type WATER&STORM DRAIN City Project Numbers 02666 DOE Number 7524 Estimate Number 1 Payment Number I For Period Ending 9/2/2016 W City Secretary Contract Number 117524 Contract Time 1&V Contract Date 10/7/2015 Days Charged to Date 213 Project Manager Jaafari Contract is 100.00 Complete Contractor BEAR CREEK CONSTRUCTION,LTD. 4950 HANSON DR. IRVING, TX 75033 Inspectors GREGORY MILLER,T Tuesday,September 06,2016 Page 1 of 4 City Project Numbers 02666 DOE Number 7524 Contract Name LCG CENTREPORT PHASE III Estimate Number 1 Contract Limits Payment Number I Project Type WATER&STORM DRAIN For Period Ending 9/2/2016 Project Funding UNIT I:WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. — — Quanity Total Quanity Total 1 CONNECTION TO EXISTING 12"WATER MAIN I EA $2,600.00 $2,600.00 1 $2,600.00 2 8"GATE VALVE AND BOX 2 EA $1,100.00 $2,200.00 2 $2,200.00 3 6"GATE VALVE AND BOX 2 EA $1,000.00 $2,000.00 2 $2,000.00 4 8"WATER PIPE 930 LF $25.00 $23,250.00 930 $23,250.00 5 6"WATER PIPE 10 LF $19.00 $190.00 10 $190.00 6 FIRE HYDRANT(3'-6'DEPTH) 2 EA $2,500.00 $5,000.00 2 $5,000.00 7 DUCTILE IRON WATER FITTINGS 20 TN $225.00 $4,500.00 20 $4,500.00 W/RESTRAINT 8 CRUSHED LIMESTONE 100 CY $32.00 $3,200.00 100 $1200.00 9 TRENCH SAFETY 940 LF $2.39 $2,246.60 940 $2,246.60 Sub-Total of Previous Unit $45,186.60 $45,186.60 UNIT II:STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. _ _ Quanity Total Quanity Total CONNECT 18"RCP TO EXIST CONCRETE I EA $750.00 $750.00 1 $750.00 CURB INLET 2 18"CL III RCP 35 LF $65.00 $2,275.00 35 $2,275.00 3 CONVERT TOP OF EXIST CURB INLET TO 1 EA $2,500.00 $2,500.00 1 $2,500.00 JUCT BOX Sub-Total of Previous Unit $5,525.00 $5,525.00 Tuesday,September 06,2016 Page 2 of 4 City Project Numbers 02666 DOE Number 7524 Contract Name LCG CENTREPORT PHASE III Estimate Number 1 Contract Limits Payment Number I Project Type WATER&STORM DRAIN For Period Ending 9/2/2016 Project Funding Contract Information Summary Original Contract Amount $50,711.60 Change Orders Total Contract Price $50,711.60 Date Total Cost of Work Completed $50,711.60 C for Less %Retained $0.00 Net Earned $50,711.60 Date Inspection Supervisor Earned This Period $50,711.60 Retainage This Period $0.00 Date 11 ��1, Less Liquidated Damages Proje nager J / Days @ /Day $0.00 Date �` / LessPavement Deficiency $0.00 Asst.Dir cto/TT W--Infrastructure Design and Construction Less Penalty $0.00 N(/ Date ?'/ Less Previous Payment $0.00 / Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $50,711.60 Tuesday,September 06,2016 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:l NAME OF PROJECT: LCG Centerport Phase III PROJECT NO.: 02666 CONTRACTOR: Bear Creek Construction DOE NO.: 7524 PERIOD FROM 01/05/16 TO: 08/05/16 FINAL INSPECTION DATE: 5-Aum 16 WORK ORDER EFFECTIVE: CONTRACT TIME: QQ 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. S. 23. 9. 24. 10. 25. IL 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 TO DATE 1213) *REMARKS: CONTRACTOR DAT -INSPECT—OR DATE ENGINEERING DEPARTA/LENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: LCG Centerport Phase III PROJECT NUMBER: 02666 DOE NUMBER: 7524 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 930 6" PVC 10 FIRE HYDRANTS: 2 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF NA DENSITIES: Passed NEW SERVICES: NA SEWER PIPE LAID SIZE TYPE OF PIPE LF NA PIPE ABANDONED SIZE TYPE OF PIPE LF NA DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throchxnorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 6350 Overton Ridge Blvd. Phone:817-989-7800 Fort Worth,TX 76132 Fax:817-989-7801 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 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Bear Creek Construction LCG Centerport Phase III Inspector City Project Number Thomas Miller 02666 COnsi3-Z[Ct1on Components Project Manager Q Water❑ Waste WaterO Storm Drainage Pavement Khal Jaafari Initial Contract Amount Projecl Diculty $50,711.60 Q Simple QQ Routine Q Complex Final Contract Amount Date $50,711.60 9/7/2016 II)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 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) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 336 Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating( [TS/MS] x 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) Inspector Signature — tractor Signature 1/1' - IA;a Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TZ 76116• (817)392-8306 01171c1' CONSENT OF Architect SURETY CONI PALSY Contractor TO FINAL PAYMENT Surety AI.A DOC•[_IM iN7'G707 Other PROTECT. LCG Centreport Phase III mime,address) Bond#TXC606907 TO:(Owner) ARCHITECT'S PROJECT NO: City of Fort Worth 1000 Throckmorton Street CONTRACT FOR: Construction Fort Worth,TX 76102 CONTRACI' UA'IT: 10/7/2015 CONTRACTOR: Bear Creek Site Utilities& Construction, Ltd. dba Bear Creek Construction 4950 Hanson Drive Irving,TX 75038 _....... _.... _._._............... _.._...._......... .. _..............._ _. .......... ._. In accordance with the provisions of the Contract betNveen the Owner and the Contractor as indicated above,the Merchants Bonding Company(Mutual) 15950 North Dallas Parkway,Ste.400 Dallas,Texas 75248 ST.RETY COMPANY on hoed of(I)CI-C insert naane Arai address n1'("onvaetor) Bear Creek Site Utilities&Construction,Ltd.dba Bear Creek Construction 4950 Hanson Drive Irving,Texas 75038 CONTRAC'T'OR, 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(lierc insert;lame and address ofOwncr) City of Fort Worth 1000 Throckmorton Street ,OWNER, Fort Worth,Texas 76102 as set forth in the.said Snrcty Com'pany's bond. 1N lY:'1' I1 aSS WHEREOF, the Surety Company has hereunto set its hated this 31st day of March 2016 Surety Company Merchants Bonding Company(Mutual) Si^nactn�c ofAuthorized Represmiati`�e Attest' Debbie Smith-Attorney-In-Fact (Seal): .. _..._._ _.... ......._._ ....... Title NOTE:'nis form is to be used as a companion document to AIA DOCUMENT Ci 706,CONTRACTOR'S.AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,Current Edition :1IA L)OC:UMF.N'['(i7(17•C'C)NSLN'1'(:)]''SI.JI'LF.'i Y CUMP.ANY TO F NAI.PAYMENT•APRII. 1470 J.;I)[TION-AIAI:' PAU V1970-TI IF.AMERICAN 1NST]IUTE OF ARCHI L•C'TS. 173 NEW YORK.AVF..,NW,�VAS I I INGTON,D.C..20006 .M..ERCHANT�S� BONDING COMPANY-M POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Bea Williams; Dawn Davis; Debbie Smith; Dennis C Dowd; Donnie Doan; Kae Perdue; Kristi Meek; LaCrisha Wynne; Walter J De La Rosa their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: SEVENTEEN MILLION($17,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 30th day of October 2015 MERCHANTS BONDING COMPANY MUTUAL ¢"S1t71 4- ••���N......o•• MERCHANTS NATIONAL BONDING,(INC. ) _p_ -o- v 3� 2Gv3 .'. •a 1933 c; •yJ• ���• By STATE OF IOWA <t9�;��'�,ry COUNTY OF Dallas ss. President On this 30th day of October , 2015 ,before me appeared Larry Taylor,tome personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,PRIA4S WENDY WOODY o , Commission Number 784654 My Commission Expires wP June 20, 2017 NotaryPubI, ,. County, Iowa (Expiration of notary's commission does not invalidate this instrument) 1,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 31st day of March 2016 10 U,4 t '�.� .c• u l� SGS 02 Secretary'. ",c`�. •Q. 1933 c; � 2��, ,:• .tib. .c,,. POA 0014 (6/15) BEARl CREEIC \ CONSTRUCTION f J SITE UTILITIES & DEVELOPMENT AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Evan Feldman,Accountant of Bear Creek Construction, 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 BY Evan Feldman Subscribed and sworn before me on this date 30th of March, 2016. Notary Public DAVID r Dallas,Texas TAIION Notary Public,State of Texas My Commission Expires September 21, 2014 a o e 4950 Hanson Drive Irving,Texas 75038 a40 a p P 972.957.1700 F 972.957.1707 �'A State of Texas HUB#: 1752788768500 w NCTRCA Minority Certified Texas Fire Registration #:SCRU-1751788 Texas RME License#:RME-U-1745895 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 9/7/2016 Name of Contractor Project Name Bear Creek LCG Centerport Phase III DOE Inspector Project Manager Thomas Miller Khal Jaafari DOE Number Project D ffcu1l, Type of Contract 7524 Q Simple Q Routine Q Complex [2] waterer waste water0 Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $50,711.60 1$50,711.60 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 3 Accuracy of Measured Quantities 3 Applicability of Specifications 3 4 Display Of Professionalism 3 4 Accuracy of Plan Quantities NO 5 Citizen Complaint Resolution 3 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution N ADMINISTRATION 2 Availability of Project Manager N 1 Change Order Processing Time Y4 3 Communication N 2 Timliness of Contractor Payments /V 4 Resolution of Utility Conflicts N 3 Bid Opening to Pre-Con Meeting Timeframe N 4 III)COMMENTS&SIGNATURES COMMENTS 4ktnsr 4)*007;; ro ,�cr LsIB 76' T� (AA o,/ Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervis / INS P CTOR'SCOMMENTS 6Zj�, , �SS,�•� ld0 t�y� Ccs iSS��S Gv 'Z� i4�:acG� ���� s TRANSPORTATION AND PUBLIC WORI<,S The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Th 76012-6311 (817)392-7941 •Fax: (817) 392-7845