Loading...
HomeMy WebLinkAboutContract 47322-FP1 .__r�_ . vvaaa.. va.a♦aa.a.� CPN S, Date Project Manager_-4"Z--- T WORTH Risk Management S. Canady O CITY SECRETARY 2 A.O.E. Brotherton _ CONTRACT NO. �� Water V. Gutzier CFA rales/Scanned / TION AND PUBLIC WORKS The Proceeding people have been Contacted concerning the request PROJECT COMPLETION t' (Q ! for final payment&have released this project for such payment. Developer Projects) D 0 E 74445— Ciy y S City, NQ: 02561 P Clearance Conducted By Etta Bacy � '#4r3zz Regarding contract U7445 for JENNINGS APARTMENTS as required by the WATER DEPARTMENT as 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 the Transportation&Public Works Department has accepted the project as complete. 5 In 71�F f I[ED I "J' b 9 ; C li MAY 2 15 2017 ti Original Contract Price: 5130,352.00 BY Amount of Approved Change Orders: Ns 1 `�► Revised Contract Amount: $130,352.00 Total Cost Work Completed: $130,352.00 , 0, �M-( -241 if Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction lie,�= , 7y Accepted Date Asst-lQirector, WATER DEPARTMENT LZ A st. t,ity Manager)--� � 61 Dat Comments: MAY 3 017 0FF1CI "CORD CITY 9geRVARY Initial: F't.WpitTM,'� •., Rev.9/22/16 V'�J `{l� IV: 7 for MAY 2, 5 2017 5 9 & 0) City Project Numbers 02561 DOE Number 7445 Contract Name JENNINGS APARTMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/30/2017 Project Funding Project Manager Sahu City Secretary Contract Number 117445 Inspectors RODGERS / MCKINNON Contract Date 8/17/2015 Contractor RAMPART CONSTRUCTION Contract Time 498 CD 4811 MERLOT AVE,STE 110 Days Charged to Date 344 CD GRAPEVINE, TX 76051 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 $130,352.00 Less %Retained $0.00 Net Earned $130,352.00 Earned This Period $130,352.00 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 50.00 Plus Material on Hand Less 5% $0.00 Balance Due This Payment $130,352.00 Tuesday,April 11,2017 Page 5 of 5 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name JENNINGS APARTMENTS Contract Limits Project Type WATER&SEWER City Project Numbers 02561 DOE Number 7445 Estimate Number 1 Payment Number 1 For Period Ending 4/30/2017 CD City Secretary Contract Number 117445 Contract Time 49ED Contract Date 8/17/2015 Days Charged to Date 344 Project Manager Sahu Contract is 100.00 Complete Contractor RAMPART CONSTRUCTION 4811 MERLOT AVE,STE 110 GRAPEVINE, TX 76051 Inspectors RODGERS / MCKINNON Tuesday,April 11,2017 Page 1 of 5 City Project Numbers 02561 DOE Number 7445 Contract Name JENNINGS APARTMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/30/2017 Project Funding UNIT I:WATER RvIPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. -- -- Quanity Total Quanity Total 1 REMOVE 6"WATER LINE 60 LF $10.00 $600.00 60 $600.00 2 REMOVE 8"WATER LINE 20 LF $10.00 $200.00 20 $200.00 3 REMOVE 6"WATER VALVE 2 EA $250.00 $500.00 2 $500.00 4 REMVOE 8"WATER VAVLE I EA $250.00 $250.00 1 $250.00 5 4"-12"WATER ABANDONMENT PLUG 2 EA $478.00 $956.00 2 $956.00 6 CONNECTION TO EXISTING 4"-12"WATER 5 EA $796.00 $3,980.00 5 $3,980.00 MAIN 7 2"WATER SERVICE 1 EA $2,000.00 $2,000.00 1 $2,000.00 8 6"WATER METER AND VAULT 1 EA $11,516.00 $11,516.00 1 $11,516.00 9 4"PVC WATER PIPE 20 LF $26.00 $520.00 20 $520.00 10 6"PVC WATER PIPE 70 LF $29.00 $2,030.00 70 $2,030.00 11 8"WATERLINE LOWERING 1 EA $2,905.00 $2,905.00 1 $2,905.00 12 FIRE HYDRANT 1 EA $3,300.00 $3,300.00 1 $3,300.00 13 DUCTILE IRON WATER FITTINGS 0.27 TN $47,925.93 $12,940.00 0.27 $12,940.00 W/RESTRAINT 14 TRENCH SAFETY 90 LF $0.50 $45.00 90 $45.00 15 5'WIDE ASPHALT PVMT REPAIR, 90 LF $185.00 $16,650.00 90 $16,650.00 RESIDENTIAL Sub-Total of Previous Unit $58,392.00 $58,392.00 UNIT H:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 8"SEWER LINE 150 LF $11.00 $1,650.00 150 $1,650.00 2 REMVOE 4'SEWER MANHOLE 1 EA $478.00 $478.00 1 $478.00 3 8"SEWER ABANDONMENT PLUG 1 EA $150.00 $150.00 1 $150.00 4 8"SEWER PIPE 215 LF $37.00 $7,955.00 215 $7,955.00 5 8"SEWER SERVICE 2 EA $250.00 $500.00 2 $500.00 6 8"2-WAY CLEANOUT 2 EA $661.00 $1,322.00 2 $1,322.00 7 4'MANHOLE 3 EA $2,400.00 $7,200.00 3 $7,200.00 8 CONCRETE ENCASE SEWER PIPE 3.5 CY $175.00 $612.50 3.5 $612.50 9 MANHOLE VACUUM TESTING 3 EA $150.00 $450.00 3 $450.00 Tuesday,April 11,2017 Page 2 of 5 City Project Numbers 02561 DOE Number 7445 Contract Name JENNINGS APARTMENTS Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 4/30/2017 Project Funding 10 TRENCH SAFETY 255 LF $0.50 $127.50 255 $127.50 11 POST-CCTV INSPECTION 215 LF $1.00 $215.00 215 $215.00 12 TRENCH WATER STOPS 2 EA $150.00 $300.00 2 $300.00 13 6'WIDE ASPHALT PVMT REPAIR, 255 LF $200.00 $51,000.00 255 $51,000.00 RESIDENTIAL Sub-Total of Previous Unit $71,960.00 $71,960.00 Tuesday,April 11,2017 Page 3 of 5 City Project Numbers 02561 DOE Number 7445 Contract Name JENNINGS APARTMENTS Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/30/2017 Project Funding Contract Information Summary Original Contract Amount $130,352.00 Chante Orders Total Contract Price $130,352.00 Date Total Cost of Work Completed $130,352.00 Con acto Less %Retained $0.00 /7 Net Earned $130,352.00 Insp ion Supervisor LU( � Earned This Period $130,352.00 Retainage This Period $0.00 ate Less Liquidated Damages 7 P ject Manama r Days @ /Day $0.00 "Date 1 LessPavement Deficiency $0.00 sst. ;irr/T�PW-Il�frastructure Design and onsAction Less Penalty $0.00 Date 5�7-r/�� Less Previous Payment $0.00 Director/Contracting Department T Plus Material on Hand Less 15% $0.00 Balance Due This Payment $130,352.00 Tuesday,April 11,2017 Page 4 of 5 CONSENT OF OWNER (� SURETY COMPANY ARCHITECT � TO FINAL PAYMENT CONTRACTOR � AIA DOCUMENT G707 SURETY OTHER PROJECT: Rivercrest Addition, 400 South Jennings Avenue TO (Owner) _ ARCHITECT'S PROJECT NO: 02561 City of Fort Worth CONTRACT FOR: CONTRACT DATE: 09/29/2015 Bond No.: 0661664 CONTRACTOR: Rampart Construction Company, LLC 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 as it appears in the bond). International Fidelity Insurance Company , SURETY COMPANY, One Newark Center, 20thFloor, Newark, NJ on bond Of(here insert name and address of Contractor as it appears in the bond), Rampart Construction Company, LLC CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to(here insert name and address of Owner) City of Fort Worth OWNER, as set forth in the said Surety's bond. IN WITNESS WHEREOF , the Surety has hereunto set its hand this 12`" day of May 2017 International Fidelity Insurance Company Surety Si nature of AutZx='� Representative Attest: Attorney-in-Fact (Seal): Title -- -------- — --- AIA DOCUMENT G707 a CONSENT OF SURETY TO FINAL PAYMENT.APRIL 1970 ONE PAGE EDITION•AIA CI•©1970•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.,NW,WASHINGTON,D.C.20006 Tet(973)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint r BRET TOMLINSON, SHERI R. ALLEN I I Argyle,TX. their true and lawful attorney(s)-in-fact to execute seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instruments) in pursuance of these presents,shall be as binding upon the said INTERNAL ulatio FIDELITY INSURANCE COMPANY and ALLEGHENY CASUAL Y COMPANY, as fully and amply, to ail intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power and ALLEGHENY of Attorney is executed,and may be revoked, pursuant to and by authority of the By-Lawof the s of INTERNATIONAL FIDELITY INSURANCE COMPANof INTERNATIONAL ANAL FIDELITY INSURANCEUOMPAPANYNY and t a meeting under and held on the 20rth�day of July,2010 andlution by the B aid ofyDi De Board of irectors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000: th "RESOLVED,that (1)the President,Vice President Executive Vice President or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of, ttomeys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances, contracts ofindemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians,agents for acceptance of process,and Attomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and (3)the signature or any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being,hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March,2012. if STATE OF NEW JERSEY Ca5U4try D County of Essex �SEAL = - �' � YZ 9 1936 ROBERT W.MINSTER " r Executive ice President/Chief Operating Officer +i51fl �ti�4 (International Fidelity Insurance Company) and President(Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set m hand affixed my Official Seal, at the City of Newark,New Jersey the day and year first above written. F ` 5 A NOTARY PUBLIC OF NEW JERSEY l'•,, CF }E¢.•'` My Commission Expires April 16,2019 ybtCERTIFICATION 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this day of MARIA BRANCO,Assistant Secretary 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 Clay Thompson, Vice President Of Rampart Construction Company LLC, 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 finnishing 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; South Jennings Apartments Project Number( 02561) DOE Project Number(7445)/CFA Agreement BY T�ClayThompson VP Subscribed and sworn before me on this date 10 of May, 2017, Notary Public Tarrant County, Texas KARIE N. MAYBEN :Notary Public,state of Texas Comm.Expires 03-28-2020 Notary ID 10480712 MixTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Jennings Apartments PROJECT NUMBER: 2561 DOE NUMBER: 7445 WATER PIPE LAID SIZE TYPE OF PIPE LF 4" PVC 20 LF 6" PVC 70 LF FIRE HYDRANTS: 1 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 4" Cast 390 LF DENSITIES: NEW SERVICES: 2" 6" SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 215 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 8"X 2 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Rampart Jennings Apartments DOE Inspector DOE Number Tommy McKinnon 7445 DOE Inspector Project Manager 2 Water El Waste Water ❑ Storm Drainage ❑ Pavement Gopal Sahu Initial Contract Amount Project Difficulty $130,352.00 O Simple O Routine O Complex Final Contract Amount Date $130,352.00 14/11/2017 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 4 8 8 2 Public Notifications 5 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 2 60 30 7 .lob Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 2 60 30 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 268 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 268 I11)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating(ITS/MS] * 100%) 268 / 368 = 73% Performance Category Good <20%=Inadequate 20%to<4p%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE InspectorSignature Contracto Signature DOE Inspector' Supervisor CONTRACTOR'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 ORTWORT REV:02/22/07 f TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: "5/16/2017 Name of Contractor Project Name Rampart Jennings Apartments I DOE Inspector (Project Manager Tommy McKinnon 'Gopal Sahu DOE Number lProject D ffculty Type of Contract 7445 O Simple O Routine O Complex ❑ Water ❑ Waste Water El Storm Drainage ❑ Pavement 11nitial Contract Amount Final Contract Amount $71,960.00 $71,960.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT IRATING ELEMENTRATING (0-4) �0_4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 3 2 Knowledge of Inspector el 2 Clarity&Sufficiency of Details Z 3 Accuracy of Measured Quantities 3 Applicability of Specifications 3 4 Display Of Professionalism 4 Accuracy of Plan Quantities 2- 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION I2 Availability of Project Manager 1 Change Order Processing Time 3 Communication a 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts a 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS r aGi/Li zV OZ' 0,&T ��Qr�bfll� l()A��QC /`9�i8 �iQ C sLIO T Signature Contractor r Signature DOE Inspector — Signature DOE Inspector's Superviso INSPECTOR'S COMMENTS TR kNSPORT_-�TION_SND PUBLIC WORKS Es The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Jennings Apartments PROJECT NO.: 2561 CONTRACTOR: Rampart DOE NO.; 7445 PERIOD FROM;04/25/16 TO: 04/03/17 FINAL INSPECTION DATE: 10-Apr-17 WORK ORDER EFFECTIVE: CONTRACT TIME: O WD O 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 OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 344 344 PREVIOUS PERIOD TOTALS TO DATE 344 344 *REMARKS: CONTRACTOR DATE NSPECTOR. ATE ENGINEERING, EPARTMFNT < s' The Ciih of Fort Worth• 1�OU Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Feu:: (817) 392-7845