HomeMy WebLinkAboutContract 47744-FP1 i
FORT WORTHO CITY 85CR ARrlr"O�
CONTRACT NO. / �N
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
(Developer Projects)
!'rA 36WIled 4/30/jr/ City Project Ns: 02683
Regarding contract 02683 for PRIMROSE CROSSING-W RISINGER RD 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.
60riginal Contract Price: $117,876.50
Amount of Approved Change Orders: NQ
Revised Contract Amount:
Total Cost Work Completed: $117,876.50
C- _ z,7
11-1
Recomm nded for Acceptance Date
Asst. Director, TPW - Infrastructure Design and Construction
�(' t._), (J k-/z`7//7
Accepted 0 1 Date
Director, TRANSPORTATION & PUBLIC WORKS
Asst. City Manager Depart o W Const. Services Date
CPN# ,D e
Projec Manager ./
Risk Management S. Canady
Comments: D.O.E. Brotherton
Water V. Gutzier 14 /
CFA Janie Morales/Scanned or OFFICIAL RECORD
The Proceeding people have been Contacted concerning the request CITY SECR7.,
RY
for final payment&have released this project for such payment. W: �'
Rev.9/22/16 Clearance Conducted By Etta Bacy
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name PRIMROSE CROSSING-W.RISINGER RD
Contract Limits
Project Type STREET LIGHT
City Project Numbers 02683
DOE Number 7541
Estimate Number I Payment Number I For Period Ending 5/2/2017
CD
City Secretary Contract Number 217541 Contract Time 16CD
Contract Date Days Charged to Date 281
Conti-act is 100.00 Complete
Project Manager Ehia
Contractor INDEPENDENT UTILITY CONSTRUCTION
5109 SUN VALLEY DRIVE
FORT WORTH, TX 76119
Inspectors DICKINSON / CROWLEY
Wednesday,June 21,2017 Page 1 of 4
City Project Numbers 02683 DOE Number 7541
Contract Name PRIMROSE CROSSING-W.RISINGER RD Estimate Number I
Contract Limits Payment Number I
Project Type STREET LIGHT For Period Ending 5/2/2017
Project Funding
STREET LIGHT
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 2"CONDT PVC SCH 80 3690 LF $7.69 $28,376.10 3690 $28,376.10
2 GROUND BOX TYPE B W/APRON 4 EA $737.00 $2,948.00 4 $2,948.00
3 LED LIGHTING FIXTURE 21 EA $764.00 $16,044.00 21 $16,044.00
4 RDWY ILLUM FOUNDATION 21 EA $1,073.00 $22,533.00 21 $22,533.00
5 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 3690 LF $3.00 $11,070.00 3690 $11,070.00
6 RDWY ILLUM ASSEMBLY 21 EA $1,383.00 $29,043.00 21 $29,043.00
7 4"CONDT PVC SCH 80 480 LF $16.38 $7,862.40 480 $7,862.40
Sub-Total of Previous Unit $117,876.50 $117,876.50
Tuesday,May 2,2017 Page 2 of 4
City Project Numbers 02683 DOE Number 7541
Contract Name PRIMROSE CROSSING-W.RISINGER RD Estimate Number I
Contract Limits Payment Number I
Project Type STREET LIGHT For Period Ending 5/2/2017
Project Funding
Contract Information Summary
Original Contract Amount $117,876.50
Chante Orders
Ora nIr -
Q Total Contract Price $117,876.50
Da (�r / Total Cost of Work Completed $117,876.50
Inspection Supe �;iC-
Less %Retained $0.00
/ � I7Net Earned $117,876.50
Date( / Earned This Period $117,876.50
oject Man ger
Retainage This Period $0.00
Abw Date&-Z 1�/—11 Less Liquidated Damages
Director/Contracting Department Days @ /Day $0.00
LessPavement Deficiency $0.00
T/ / Less Penalty $0.00
Less Previous Payment $0.00
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $117,876.50
Tuesday,May 2,2017 Page 3 of 4
City Project Numbers 02683 DOE Number 7541
Contract Name PRIMROSE CROSSING-W.RISINGER RD Estimate Number I
Contract Limits Payment Number 1
Project Type STREET LIGHT For Period Ending 5/2/2017
Project Funding
Project Manager Ehia City Secretary Contract Number 217541
Inspectors DICKINSON / CROWLEY Contract Date
Contractor INDEPENDENT UTILITY CONSTRUCTION Contract Time 160 CD
5109 SUN VALLEY DRIVE Days Charged to Date 281 CD
FORT WORTH, TX 76119 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 $117,876.50
Less %Retained $0.00
Net Earned $117,876.50
Earned This Period $117,876.50
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 $117,876.50
Tuesday,May 2,2017 Page 4 of 4
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, on this day personally appeared RICHARD
WOLFE, Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC., known
to me to be a credible person, and after being duly sworn by me, upon his oath deposed
and said;
"That all persons, firms, associations, corporations, or other organizations
furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of Fort Worth has
been paid in full;
That there are no claims pending for personal injury and/or property damages;
On Contract described as: Primrose Crossing W.Risinger Road- City Project No.
02683.
BY:
Richard Wo e, Vice President
Yf`-
SUBSCRIBED AND SWORN TO BEFORE ME on this day of
2017.
p���pYPv�ii CHRISTINA GARCIA
,2., ' _Notary Public,State of Texas
= : Comm.Expires 12-20-2020 Notary Public, State of Texas
OF t`6-►��$
�, .a Notary ID 130940785
5109 Sun Valley Drive
I Fort Worth,Texas 76119
817-478-4444
www.iuctx.com
June 9th, 2017
Project Name: Primrose Crossing W.Risinger Road
City Project Number: 02683
Please accept this letter as our formal acknowledgement to the City of Fort Worth that
Independent Utility Construction, Inc., the Street Light Contractor for Primrose Crossing W.
Risinger Road, has not been assessed any liquidated damages under its contract with MMCAD,
LLC.
If you need any further information in regards to this matter, feel free to contact me.
Sincerely,
Ric and r.
Vice President
5109 Sun Valley Drive
I Fort Worth,Texas 76119
817-478-4444
www.iuctx.com
June 91h,2017
City of Fort Worth
CFA Administration
1000 Throckmorton St.
Fort Worth,TX 76102
Project Name: Primrose Crossing W.Risinger Road
City Project No.: 02683
The purpose of this letter is to acknowledge that Independent utility Construction, Inc. (the
"Contractor") has been paid in full by MMCAD, LLC (the "Developer") for the public improvements
constructed to serve Primrose Crossing W. Risinger Road in Fort Worth,Texas. As a result,we hereby
waive, release and relinquish all rights to assert any claim or demand for lien in connection with this
project.
Please feel free to contact me with any questions you may have.
Sin rely,
Richard Wolfe
Vice President
CONSENT OF OWNER ❑
SURETY COMPANY CONTRACTOR ❑
TO FINAL PAYMENT STY ❑
OTHER
(SIMILAR TO AIA DOCUMENT G707)
Bond No. 7992081
PROTECT: Primrose Crossing - W. Risinger Road, City Project No. 02683
(name,address)Fort Worth, Texas
TO (Owner)
ARCHITECT'S PROJECT NO:
F—City of Fort Worth CONTRACT FOR: Above Project
1000 Throckmorton Street
Fort Worth, Texas 76102
CONTRACT DATE:
CONTRACTOR: Independent Utility Construction, Inc.
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 Company) Westfield Insurance Company
555 Republic Drive, Suite 450
Plano, Texas 75074 ,SURETY COMPANY,
on bond Of(here insert name and address of Contractor)
Independent Utility Construction, Inc.
5109 Sun Valley Drive ,CONTRACTOR,
Fort Worth, Texas 76119
hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the
Surety Company of any of its obligations to(here insert name and address of Owner)
City of Fort Worth
1000 Throckrnorton Street
Fort Worth, Texas 76102 'OWNER'
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
The Surety Company has hereunto set its hand this 9th day of June 2017
WESTFIELD INSURANCE COMPANY
Surety Company
,Cux�=� bl:UL
Signature of thorized Representative
Attest:
(Seal): Elizabeth Gray Attorney—in—Fact
Title
Note:This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING I HIS SAMt
POWER#AND ISSUED PRIOR TO 04/20111, FOR ANY PERSON OR PERSONS NAMED BELOW.
POWER NO. 4220052 06
General Westfield Insurance Co.
Power
of Attorney Westfield National Insurance Co.
Ohio Farmers Insurance Co.
CERTIFIED COPY Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W.SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY
of FORT WORTH and State of TX its true and lawful Attorney(s)-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- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent.as if such bonds were signed by the President,sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
'Be It Resolved,that the President,any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of 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 as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.'
'Be it Further Resolved,that the signature of any such designated person and the 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 signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting
held on February 8,2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of
APRIL A.D.,2011
•�„y,.{IIWINI,I •,. •,.,,, �,,.H/If11,,,,
Corporate �, URA4ry,� ,.`�,pNAkZ 1ssap�� WESTFIELD INSURANCE COMPANY
Seals �t`Q f,.••-••••,�'�c s ,•``�?.••' •�;SG% `,�%'--• f a WESTFIELD NATIONAL INSURANCE COMPANY
Affixed v: .aa. OHIO FARMERS INSURANCE COMPANY
�o.SES a = ����IEI�E�
:�,
: 'b= `
V*'•.,�..se.
State of Ohio .,""".....'"" I""""'"�•�,•• Richard L. Kinnaird, Jr., National Surety Leader and
County of Medina ss.: Senior Executive
On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly
sworn, did depose and say,that he resides'in Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above
instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed
by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order.
Notarial
Seal A t_ S s
Affixed 11
'S
O.'�,.... �. 9
William J. Kahelin,A rney at Law, Notary Public
State of Ohio 'z,N d o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code)
County of Medina ss.:
..,a•`•
1, Frank A.Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 9th day of
June A.D.
2017 ,
\a �C •�? 4 'SIC a
�
4 N� S�"""'." 'a =.c~n? S✓C-L� :in_ ®� O�a 3 � � Secretary
•"=.�•� r�*��f o; = Frank A. Carrinc, Secretary
11411 41ftQ.
BPOAC2 (combined) (06-02)
FORTWORTHREV:02/20/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Kodiak Trenching and Boring,LLC Primrose Crossing-Risinger Rd
DOE Inspector DOE Number
John Crowley CPN#02683
DOE inspector Project Manager
❑ Water❑ Waste Water[:] Storm Drainage[:] Pavement Fred Ehia
Initial Contract Amount ProjectDifiJiculty
$117,876.50 O Simple Routine O Complex
Final Contract Amount Date
$117,876.50 6/9/2017
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 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 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 4 20 20
TOTAL ELEMENT SCORE(A) 371
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 371
IIID CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating(ITS/MS] x 100%) 371 / 448 = 83%
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)
Signature DOE Inspector Signature Contractor k'7`7
Signature DOE Inspector's SupervisorO�.
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
er The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
R
(817)392-7941 •Fax:(817)392-7845
I
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 6/9/2017
Name of Contractor Project Name
Kodiak Trenching and Boring,LLC Primrose Crossing-Risinger Rd
DOE Inspector Project Manager
John Crowley Fred Ehia
DOE Number Project Difficu1h, Tjpe of Contract
CPN#02683 O Simple QQ Routine O Complex ❑ Water[] WasteWater[—] Storm Drainage❑ Pavement
Initial Contract Amount Final Contract Amount
$117,876.50 $117,876.50
II)PERFORMANCE EVALUATION
0-Inadequate I -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 tE
4 Display Of Professionalism 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
ADMINISTRATION 2 Availability of Project Manager
1 Chane Order Processing Time 3 Communication
2 Timliness of Contractor Payments —4 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS&SIGNATURES
COMMENTS
'Signature Contractor
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,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845
FO RT WO RT H�.�
TRANSPORTATION AND PUBLIC WORKS
STATEMENT OF CONTRACT TIME
STATEMENT#
FINAL STATEMENT# Final CPN 2683
NAME OF PROJECT: Primrose Crossing-Risinger Road Contractor Kodiak
YEAR: 2017
PROJECT NO.:02683 FINAL INSPECTION DATE Z
WD CD
CONTRACT TIME 160 X
PERIOD FROM: 1 4/16/2017 TO: 1 4/30/2017 N11D - Month IDEVELOPMENA(V/N N
WORK ORDER EFFECTIVE: 6/27/2016 BEG !n n MID I n
DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR
CHARGED DAYS CREDITED CHARGED DAYS CREDITED
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
NA Wkn&Hol Wea Uti Oth
Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS
HOLIDAYS RELOCATE CHARGED
THIS PERIOD 0 0 0 0 0 0
PREVIOUS PERIOD 0 281 281
TOTAL TO DATE 0 0 0 0 281 281
REMARKS:
Project Time was stopped on 4/3/2017
Signature: Signature:
(Print Name) F s John Cro ey
CONTRACTOR DATE INSPECTOR DATE 1 4/29/2017