HomeMy WebLinkAboutContract 48217-FP2 FORT WCITY SECRETARY , y4
CONTRACT N0. `` cl)'7v+ 't
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
(Developer Projects)
�t t• City Project Na: 02628
Regarding contract for
IMPROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOCK 4-PAVING 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 Pricer $112,643.40
Amount of Approved Change Orders: Ne 1
Revised Contract Amount: $112,643.40
Total Cost Work Completed: �l
7
Recomma or Acceptance Date
Asst. Dir W - I Vp-acttxre�es+gri-acon�tton
'5
Accepted Date
4M Director,
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
Asst. City Manager `
Department o YPW Const. Services S
CPNI,,_,E,"— Dat
Project Manager Ll,
Risk Management S. Gatewood Z.p
Comments: D.O.E. Brotherton
Water V. Gutzierto IT� OFFICIAL RECORD
CFA Janie Morales/Scanned
NOV2017 2..2. /' 'TY SECRETARY
The proceeding#eopte have been Contacted concerning the request NORTH,T
n, for final payment&have released this pro,iect for such payment.
Rev.9 22' l ..._�. ,
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOCK 4
Contract Limits
Project Type PAVING IMPROVEMENTS
City Project Numbers 02628
DOE Number 7489
Estimate Number 1 Payment Number 1 For Period Ending 10/15/2017
CD
City Secretary Contract Number 117489 Contract Time 36(ED
i
Contract Date 10/3/2016 Days Charged to Date 330
Project Manager Sahu Contract is 100.00 Complete
Contractor REDDEN CONCRETE
P.O.BOX 68
MELISSA, TX 75454
Inspectors RODGERS / TAEZAZ
�I
�I
i
I�
�I
i+
Friday,October 20,2017 Page 1 of 4
City Project Numbers 02628 DOE Number 7489
Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOC Estimate Number 1
Contract Limits Payment Number I
Project Type PAVING IMPROVEMENTS For Period Ending 10/15/2017
Project Funding
UNIT IV:PAVING IMPROVEMENTS
ItemDescriptimn of Items Unit Unit Cost
Estimated Estimated Completed Completed
No. Quanity Total Quanity Total
1 4"SIDEWALK 25638 SF $4.30 $110,243.40 25638 $110,243.40
2 BARRIER FREE RAMP 6 EA $400.00 $2,400.00 6 $2,400.00
Sub-Total of Previous Unit $112,643.40 $112,643.40
Friday,October 20,2017 Page 2 of 4
City Project Numbers 02628 DOE Number 7489
Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOC Estimate Number I
Contract Limits Payment Number I
Project Type PAVING IMPROVEMENTS For Period Ending 10/15/2017
Project Funding
Contract Information Summary
Original Contract Amount $112,643.40
Chance Orders
Total Contract Price $112,643.40
I- ;;�Date Total Cost of Work Completed $112,643.40
Coy actor Less %Retained $0.00
d4Net Earned $112,643.40 ate v Y I Earned This Period $112,643.40
hispecti upervisor
Retainage This Period $0.00
e Less Liquidated Damages
ec anager
Days Day $0.00 II
Date 17 LessPavement Deficiency $0.00
Ass,. .e or/'fPW-I n;C� Less Penalty $0.00
y Less Previous Payment $0.00
L.J. ate Z�/
7
0
ii
Directo Contracting Deparh it Plus Material on Hand Less 15% $0.00
I
Balance Due This Payment $112,643.40
i
i
1
ILII
Friday,October 20,2017 Page 3 of 4
City Project Numbers 02628 DOE Number 7489
Contract Name IMOROVEMENT TO SERVE TANGER OUTLET CENTER LOT 1 BLOC Estimate Number I
Contract Limits Payment Number I
Project Type PAVING IMPROVEMENTS For Period Ending 10/15/2017
Project Funding
Project Manager Sahu City Secretary Contract Number 117489
Inspectors RODGERS / TAEZAZ Contract Date 10/3/2016
Contractor REDDEN CONCRETE Contract Time 360 CD
P.O.BOX 68 Days Charged to Date 330 CD
MELISSA, TX 75454 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 $112,643.40
Less %Retained $0.00
Net Earned $112,643.40
Earned This Period $112,643.40
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 $112,643.40
Friday,October 20,2017 Page 4 of 4
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 Ethan Redden,
President Of Redden Concrete, known to me to be a credible person, who
being by me duly sworn, upon his oath deposed and said;
That all persons, films, 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;
Turnkey Concrete
BY
Ethan Redden
Subscribed and sworn before me on this ate 26 of October, 2017.
Notary Public
County, State
a
eo;'RY n:Nm'' DESIRA L. WINSLOW
Notary Public,State of Texas
'-,• My Commission Expires
July 30, 2019
AFFIDAVIT
STATE OF Texas
COUNTY OF Collin
Before me,the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Ethan Redden„
President Of Redden Concrete,known to me to be a credible person, who
being by me duly sworn,upon his oath deposed and said;
That all persons, films,associations, corporations, or other
organizations fiunishing 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;
Turnkey Concrete
BY . ,mac
Ethan Redden
Subscribed and sworn before me on this date 23 of October, 2017.
Notary Public
County, State
NDEBBIEA.HORTON
P�eG�NotaryPublic,StateotTexas
Comm Expires09-19 2020
'�,,;o�►;.�` Notary I D 7128896
CONSENT OF SURETY OWNER ❑
TO FINAL PAYMENT ARCHITECT ❑
CONTRACTOR ❑
AIA Doccanem G707 SURETY Ix
(Instructions on reverse side) Bond M PB03228301709 OTHER CJ
TO OWNER: ARCHITFCI"S PROJECT NO.: NIA
(Valli•and rrrldn'.Nl
City of Ft.Worth and
Tanger Development Company,LLC CONTRACTFOR: Paving Improvements to Serve
6750 Hillcrest Plaza Drive,Suite 325 Tanger Outlet Center
Dalas,TX 75230 Lot 1,Block 4-Project#02628
PROJECT: CONTRACT DATED: undated
(Name mul addre..al
Tanger Outlet Center
State Hwy 114&1-35
Fort Worth,TX 76177
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the
(lu.�'r1 nalltc and ndrlrta�rfSiurA'/
Philadelphia Indemnity Insurance Company
Three Bala Plaza East,Suite 400
Bala Cynwyd,PA 19004-1403
SURETY,
on bond of
Owen urnnr and nrkln o'of Cun/rai tor/
Redden Concrete,Inc.
PO Box 68
Melissa,TX 75454
CONTRACTOR,
hereby approves of the final payment to the Contractor,and agree,that final payment to the Contractor shall not relieve the Surety-of
any of its oblib--tions to
(Dear/urrnrc and addr ,:r fOtrueo
City of Ft.Worth and
Tanger Development Company,LLC
6750 Hillcrest Plaza Drive,Suite 325
Dalas,TX 75230
OWNER,
as set forth in slid Surctv's bond.
IN WITNFSS WHEREOF,the Surety has hereuntO set its hand on this date: October 26,2017
anon!lit a•rilllC:A,rorrinb dloualDrA,tnanentdatennitwar.1
Philadelphia Indemnity Insurance Company
(.Un '1
�`� ��GI.��. (.,Q77frlrrlY'r�[llrNXll7A4/lt�nt'.C'lll0r%I C•!
Attest:
(Seal): Sharon Grant-Witness Blaine Allen-Attorney in Fact _ —
U'iinn•d rtruuc ulrrl tirlcl
CAUTION: You should sign an original AIA document that has this caution priotod In red. An
I I original assures that changes will not be obscured as may occur when documents are reproducrti.
See Instruction Sheet for Limited License for Reproduction of this document.
AIA DOCUMENT G707-(:ONSF.YI'OF SI'RF.IY'PD FINAL.PAYMENT'-1994 F.DI11ON-'AtA
L VA)i-1111:NUIFRICAN INSn -IT.OF ARCHnF.CtS.I 773 Nf'1t'YORK AVFNI:F NW.W.SH-
14937
PHH.ADr.LPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19003.0950
Power of Attorney
KNOW ALL PERSONS BY THESE PitESENTS:that PHILADELPHIA INDEMNITY INSURANCE COMPANY(die Company),a corpomtion organized and
existing under the laws of the Conanonwealdt of Pennsylvania,does hereby constitute and appoint William D.Baldwin,Blaine Allen,Brent Baldwin,Brock
Baldwin,Michael B.hill,Monica Campos,Brady K.Cox,and/or Russ Frenzel of Baldwin-Cox Agency LLC,its true and lawful Attorney-in-fact with fill
authority to execute out its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof.issued in the course
of its business and to bind die Company thereby,in an amount not to exceed$25,000.000.
This Power of Altomcy is granted and is signed and sealed by facsimile under and by the authority of die following Resolution adopted by the Board of Directors of
Ill11LADELPHIA INDEMNITY INSURANCE COMPANY on die 14"of-Noventber,2016.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company: (1) Appoint Altomev(s) in Fact and authorize the Attorney(s) in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove. at any time, any such Attorney-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signtures of such officers and the seal of the Company may be affixed to any
such Power of Attomey or certificate relating Otcreto by lacsimide,and any such Power of
Attorney so executed and certifier)by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
IN TISTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND
ITS CORPORATE SEALTO BE AFFL\ED BY ITS AUTHORIZED OFFICE THIS 14T'DAY OF NOVEMBER,2016.
(Seal)
Robert D.O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 14"day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said
that he is die therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the se-al affixed to said instrument is
die Corporate seal of said Company;that die said Corporate Seal and his signature were duly affixed.
coNNoa wr TH r KNNmv
Neu,u�Seal
Non Nernd,
t!.!,4;,feP Trp.,Npra KW;JaperyIly
ChsfY
NY canwnim[ryne flp•!.]!t1 \/,
•"�``" '•`"� ' Notary Public: lk
residing at: Bala Cynwyd,PA
(Notary Seal)
My commission expires: January 3.2013
1,Edward Sayago,Corporate Secretary of PHILADE=LPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of
Directors and this Power of Attorney issued pursuant dicreto on this 14"day of November,2016 are true and correct and are still in till force and effect.I do thriller
certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the!fate of execution of the attached Power or Attomey the duly elected
President of PHILADELPHIA INDEMNITY INSURANCE COMPANY,
V
1n Testimonv\Thereof I havo stuL•scribed my nanhe and allixed the facsimile seal ofeach Company this )fay of O t _ 20L
Edward Sayago,Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
FORTWORTHREV:8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
1) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Redden Concrete Tanger Outlet Center
Inspector City Project Number
Jimmy Raines 02628
Construction Components Project Manager
❑Water ❑Waste Water ❑Storm Drainage 0 Pavement Gopal Sahu
Initial Contract Amount Project Difficulty
$112,643.40 O Simple OO Routine O Complex
Final Contract Amount Date
$112,643.40 10/23/2017
II)PERFORMANCE EVALUATION
0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/ RATING(0-4) MAX SCORE SCORE
1 Submission of Documents 2 Y 4 8 8
2 Public Notifications 5 Y 4 20 20
3 Plans on Site 5 Y 4 20 20
4 Field Supervision 15 Y 4 60 60
5 Work Performed 15 Y 4 60 60
6 Finished Product 15 Y 4 60 60
7 Job Site Safety 15 Y 4 60 60
8 Traffic Control Maintenance 15 Y 3 60 45
9 Daily Clean Up 5 Y 4 20 20
10 Citizen's Complaint Resolution 5 Y 4 20 20
11 Property Restoration 5 Y 3 20 15
12 After Hours Response 5 Y 4 20 20
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 428
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 428
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating([TS/MS1*100%) 428 / 448 = 96%
Performance Category Excellent
<20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent
Inspector's Comments(INCLUDING EXPLANATION OF$O 7TS AWARDED)
Inspector Signature Contractor Signature
Inspector's Supervisor-Signature
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116•(817)392-8306
FORTWORTH REV:02'22/07
TRANSPORTATION ANIS PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
1)PROJECT INFORMATION _ Date: 110/23/2017
Name of Contractor Project Name
Redden Concrete Tanger Outlet Center
DOE Inspector Project Manager
Jimmy Raines Gopal Sahu
DOE Number Project Difficulty Type of Contract
Na/CPN 02628 O Simple OO Routine O Complex ❑Water ❑Waste Water ❑ Storm Drainage 0 Pavement
Initial Contract Amount Final ContractAniount
$112,643.40 $112,643.40
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent
ELEMENT RATING ELEMENT RATING
4) i_—_ - 4)
INSPECTION EVALUATION IPLANS&SPECIFICATIONS
1 Availability of Inspector 3 ,1Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities 3 Applicability of Specifications 3
4 Display Of Professionalism J' 4 Accuracy of Plan Quantities 3
5 Citizen Complaint Resolution j PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager g
1 Change Order Processing Time 3 3 Communication 3
2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3
3 Bid Opening to Pre-Con Meeting Timeframe 3
III)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector
Signature DOE Inspector's Supervis r 01 _
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
FORTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Improvements To Serve Tanger Outlet Center
PROJECT NO.: 2628 CONTRACTOR: Redden Concrete
DOE NO.: NA
PERIOD FROM:11/28/16 TO: 10/23/17 FINAL INSPECTION DATE: 23-Oct-17
WORK ORDER EFFECTIVE:11/28/2016 CONTRACT TIME: 360 0 Wg* 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 330 330
PERIOD
PREVIOUS
PERIOD
TOTALS 330 330
TO DATE
*REMARKS:
CON ACT DATE INSPECTO DATE
ENGINEERING;DEPART\ T
The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311
(817) 392-7941 •Fax: (817) 392-7845