HomeMy WebLinkAboutContract 48031-FP2 FORTWORTH.
....f CITY SECY
CONTRACRETT NO.AR6,-�i-r- a
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
(Developer Projects)
-71,z7' ?
27 /? e;*oje d : 100229
31
Regarding contract for PRESISIO WEST PHASE 7- STREET LIGHT IMPROVEMENT as required by the
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through
M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the
recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project
as,complete.
Original Contract Price: $90,743.12 t
Amount of Approved Change Orders: Ns 1
Revised Contract Amount: $90,743.12
Total Cost Work Completed: $90,743.12 /
i
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
I�Zi'Vl�l
RecoFnMended for Acceptancb Dat
Asst Director, TPW - Infrastructure Design and Construction
( W. L) !2N /1" :24
Accepted YDate
4W'• Director,
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
IJ,4 7
Asst. City Manager Department of TPW Const. Services Date
CPN#,),�- Da
Project Manag r�
Risk Management S. Canady
Comments: D.O.E. Brotherton _
Water V. Gutzier JUL 2 7 2017
Cyt,�iforales/Scanned ❑
Initials
TO Proceeding eople have been Contacted concerning the request
for final payment&have released this project for such payment.
Rev.9/22/16 C:learnnre Cnnducted By Etta Bacv
FORT WO RT H
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS
Contract Limits
Project Type STREET LIGHTING IMPROVEMENTS
City Project Numbers 100229
DOE Number 0229
Estimate Number I Payment Number 1 For Period Ending
7/11!2017
CD
City Secretary Contract Number 21229 Contract Time 3(rD
Contract Date 8/8/2016 Days Charged to Date 280
Contract is 100.00 Complete
Project Manager NA
Contractor INDEPENDENT UTILITY CONSTRUCTION
5109 SUN VALLEY DRIVE
FORT WORTH, TX 76119
Inspectors RODGERS / RICE
Page 1 of 4
Wednesday,July 12,2017
DOE Number 0229
City Project Numbers 100229
Estimate Number 1
Contract Name PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS
Payment Number 1
Contract Limits 7/11/2017
Project Type STREET LIGHTING IMPROVEMENTS
For Period Ending
Project Funding
UNIT V:STREET LIGHTING IMPROVEMENTS
Estimated Unit Unit Cost Estimated Completed Completed
Item Description of Items Total Quanity Total
No. Quanity — -- —
— - —
1 2"CONDT PVC SCH 80 2331 LF $6.85 $15,967.35 2331 $15,967.
35
2 RDWY ILLUM ASSMBLY TY D-25-6 16 EA $1,618.00 $25,888.00 16 $25,888.00
16 EA $1,021.00 $16,336.00 16 $16,336.00
3 RDWY ILLUM FOUNDATION TY 4
2.19 $5,104.89 2331 $5,104.89
4 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 2331 LF $
5 ATBO-20B LED-E70-NW 16 EA $480.00 $7,680.00 16 $7,680.00
6 AT132-6013 LED E10-138W TYPE 2-NW 5 EA $793.00 $3,965.00 5 $3,965.00
(EXISTING POLES)
7 PAD MOUNTED TRANSFORMER
4 EA 4
8 2"CONDT PVC SCH 80 322 LF $6.85 $2,205.70 322 $2,205.70
9 RDWY ILLUM ASSMBLY TY D-40 9T 2 EA $4,345.00 $8,690.00 2 $8,690.00
10 RDWY ILLUM FOUNDATION TY 5 2 EA $1,227.00 $2,454.00 2 $2,454.00
11 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 322 LF $2.69 $866.18 322 $866.18
12 AT132-6013 LED E10-138W TYPE 2-NW 2 EA $793.00 $1,586.00 2 $1,586.00
Sub-Total of Previous Unit $90,743.12 $90,743.12
Page 2 of 4
Wednesday,July 12,2017
DOE Number 0229
City Project Numbers 100229
Contract Name
PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS Estimate Number I
Payment Number I
Contract Limits 7/11/2017
Project Type STREET LIGHTING IMPROVEMENTS
For Period Ending
Project Funding
Contract Information Summary
Original Contract Amount $90,743.12
Chance Orders
Total Contract Price $90,743.12
Date Total Cost of Work Completed $90,743.12
Less %Retained $0.00
Coi tractor $90,743.12
Net Earned
al3ateGEarned This Period $90,743.12
Inspection Supero or
���✓ Retainage This Period $0.00
� Date Less Liquidated Damages
r ect Manag Days @ /Day $0.00
Date
Zv I� LessPavement Deficiency $0.00
st. 'rector/TPW-Infrastruc ore Design an Const uction
Less Penalty $0.00
`� Less Previous Payment $0.00
0 ., Date / $0.00
Direct Contracting Departmei Plus Material on Hand Less 15%
Balance Due This Payment $90,743.12
Page 3 of 4
Wednesday,July 12,2017
City Project Numbers
100229 DOE Number 0229
Contract Name PRESIDIO WEST PHASE IV STREET LIGHT IMPROVEMENTS Estimate Number 1
Payment Number I
Contract Limits
Project Type STREET LIGHTING IMPROVEMENTS For Period Ending 7/11/2017
Project Funding
Project Manager NA City Secretary Contract Number 21229
/
Inspectors
RODGERS RICE Contract Date 8/8/2016
Contractor INDEPENDENT UTILITY CONSTRUCTION
Contract Time 30 CD
5109 SUN VALLEY DRIVE Days Charged to Date 280 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 $90,743.12
Less %Retained $0.00
Net Earned $90,743.12
Earned This Period $90,743.12
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 $90,743.12
Page 4 of 4
Wednesday,July 12,2017
5109 Sun Valley Drive
I + Fort Worth,Texas 76119
I 817-478-4444
www.iuctx.com
July 12th,2017
Project Name: Presidio West Phase 7
City Project Number: 100229
Please accept this letter as our formal acknowledgement to the City of Fort Worth that
Independent Utility Construction, Inc., the Street Light Contractor for Presidio West Phase 7, has
not been assessed any liquidated damages under its contract with First Texas Homes, Inc.
If you need any further information in regards to this matter, feel free to contact me.
Sincerely,
r
Clifton M. Wolfe
Vice President
5109 Sun Valley Drive
Fort Worth,Texas 76119
817-478-4444
www.iuctx.com
July 12'h,2017
City of Fort Worth
CFA Administration
1000 Throckmorton St.
Fort Worth,TX 76102
Project Name: Presidio West Phase 7
City Project No.: 100229
The purpose of this letter is to acknowledge that Independent Utility Construction, Inc. (the
"Contractor") has been paid in full by First Texas Homes, Inc. (the "Developer") for the public
improvements constructed to serve Presidio West Phase 7 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.
Sincerely,
Clifton M.'Wolfe
Vice President
Ii
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
OTHER
(SIMILAR TO AIA DOCUMENT G707)
Bond No. 4598216
PROJECT: Presidio West Phase VII, City Project No. 100229
(name,address)Fort Worth, Texas
TO (Owner)
ARCHITECT'S PROJECT NO:
City of Fort Worth CONTRACT FOR: Above Project
1000 Throckmorton Street
Fort Worth, Texas 76102
CONTRACT DATE:
CONTRACTOR independent Utility Construction, ii1c.
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 Throclanorton Street OWNER,
Fort Worth, Texas 76102
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF,
The Surety Company has hereunto set its hand this 12th day of July 2017
WESTFI LD INS NCE COMPANY
Surety Co p'
By
Signatur epresentative
Attest:
(Seal): Kyle W Sweeney 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 BEARINU I HIS SAMt
POWER#AND ISSUED PRIOR TO 04/20/11, 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
Corporate a�asuH�Nh�� �10NA(� ,hsu ,,, WESTFIELD INSURANCE COMPANY
Seals jr��,.•••••••.,�•�o't ,;`fie..• •.!YSG,; :• ... .R(,j;' WESTFIELD NATIONAL INSURANCE COMPANY
Affixed �v.��yy �w ; �, Q.
,:' OHIO FARMERS INSURANCE COMPANY
SEAL 9" , �rvltG�RIERE°ca
� -
'�; i•'•,,'�" s3�.
State of Ohio 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 ��••,,..•N�«.u,,,,
Seal
Affixed A, �„�/ F•S
•' ^l William J. Kahelin,A rney at Law, Notary Public
State of Ohio A d x'40 My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code)
County of Medina ss.: ,y
TFOFO '
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 12th day of
July A o. 201.7
oNA
M., =oro 'L SEAL 'cNA�1�F°E° 3 �f� I seer ,
2,. d: a e
• ,••M1., fl�� ;o ':11346 ;�?; Frank A. Carrino, Secretary
BPOAC2 (combined) (06-02)
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: Presidio West Phase 7 - CitvAProiect No. 100229
BY: #1i
Cl' on M. Wolfe, Vice President
SUBSCRIBED AND SWORN TO BEFORE ME on this I day of
Vv , 2017.
VIN CHRISTINA GARCIA Notary Public, State of Texas
Notary Public,State of Texas
Nv'.... iy�Z Comm, Expires 12-20-2020
�'��;0 ��°� Notary ID 130940785
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 7/12/2017
Name of Contractor Project Name
Independent Utility Construction,Inc. Presidio West Phase VII
DOE Inspector Project Manager
Tommy McKinnon Fred Ehia
DOE NumberProject Difficulty _ Type of Contract
N/A O Simple O Routine O Complex ❑ Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement
Initial Contract Amount Final Contract Amount
$90,743.12 $90,743.12
II)PERFORMANCE EVALUATION
0-Inadequate I -Deficient 2-Standard 3 -Good 4-Excellent
ELEMENT RATING ELEMENTRATING
(0-4) (0 4)
INSPECTION EVALUATION PLANS&SPECIFICATIONS of
1 Availability of Inspector 1 Accuracy Plans to Existing Conditions
T Knowledge of Inspector 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities 3 Applicability of Specifications
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 Change Order Processing Time 3 Communication
T Timliness of Contractor Payments 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
IIID COMMENTS&SIGNATURES
COMMENTS
Signature Contractor /w/
Signature DOE Inspector
Signature DOE Inspectors Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
t The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Thi 76012-6311 _
(817)392-7941 •Fax: (817)392-7845
FORTWORTHREV:8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Independent Utility Construction, Inc. Presidio West Phase VII
Inspector City Project Number
Tommy McKinnon 100229
Construction Components Project Manager
❑ Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Fred Ehia
Initial Contract Amount Project Difficulty
$90,743.12 0 Simple O Routine O Complex
Final Contract Amount Date
$90,743.12 12-Jul-17
I1)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE
I 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 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 N
9 Daily Clean Up 5 Y 4 20 20
10 Citizen's Complaint Resolution 5 N
11 Property Restoration 5 N
12 After Hours Response 5 N
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 308
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 308
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 308
Rating(ITS/MS] * 100%) 308 / 308 = 100%
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 Siture '.
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,Thi 76116• (817) 392-8306
FORTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Presidio West Phase VII
PROJECT NO.: 100229 CONTRACTOR: Independent Utility Const
DOE NO.. No DOE on this Project
PERIOD FROM:10/03/16 TO: 07/11/17 FINAL INSPECTION DATE: 11-Jul-17
WORK ORDER EFFECTIVE:_/�G/3T- CONTRACT TIME: _�^�[/U 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 DAYS TOTAL
& HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS
THIS 280
PERIOD
PREVIOUS
PERIOD
TOTALS 280
TO DATE
*REMARKS:
CON CT R DATE INSPECTOR DATE
LNGi NEERI`;G,iDEPART\>ENT
4 , The City of Fort Worth• 1000 T hrockmorton Street• Fort Worth,TZ -6311
(817) 392-7941 •Fax: (817)392- 7845