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