HomeMy WebLinkAboutContract 48875-FP1 (2) Department of TPW Const. Services
CPN#JUJL5b, Date - �« WORTH
IY SECRETARY
Project Manager RT o GO&RACTNO. _EV I
Risk Management S. Gatewood 2 "!�'
D.O.E. Brotherton
Water V. Gutzier 2-
CFA
CFA Janie Morales/Scanned ❑ :TATION AND PUBLIC WORKS
r 191 DF PROJECT COMPLETION
The Proceeding people have been Contacted concerning the request 5(�` (� /� �ZD
(�`� 1 160(A
for final payment&have released this project for such payment. (Developer Projects)
Clearance Conducted B Etta Bac City Project Ns: 100656
_
i Regarding contract 100656 for EL PASO ST 10" WATERLINE as required by the WATER DEPARTMENT as
approved by City Council on N.A throu _.v1$ director of the WATER DEPARTMENT upon the
recommendation of the Assis 't 'trt-Di.t r f ?,,I-rh, tion&Public Works Department has acceptcd the project
as complete. i
APR 0 9 2018 1
Original Contract Price: $291,650.00
Amount of Approved Change Orders: Ns
Revised Contract Amount:
Total Cost Work Completed: $291,650.00
Recommfor cceptance Date
Asst. Dir .-- Development Services
el
41111d
Accepted Date
Asst. Director, WATER DEPARTMENT
Asst. City Manager Date
y61 8 970 rJ '
r
ents: r
LT
OFFICIAL RECORD
°�' ��@��o& CITY SECRETARY
FT.WORTH,TX
Rev.9/2'V
if►-� 1�
APR 09 2018 ?
5q(v o) o0(pszo
City Project Numbers 100656 4'.� -.-
DOE Number 0656
Contract Name EL PASO ST 10"WATERLINE Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER For Period Ending 2/19/2018
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors DICKINSON / HORTON Contract Date
Contractor BANDERA UTILITY CONTRACTORS,INC Contract Time 120 CD
416 INTERCHANGE ST. Days Charged to Date 298 CD
MCKINNEY, TX 75071 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 $291,650.00
Less %Retained $0.00
Net Earned $291,650.00
Earned This Period $291,650.00
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 $0.00
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $291,650.00
Monday,February 19,2018 Page 4 of 4
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name EL PASO ST 10"WATERLINE
Contract Limits
Project Type WATER
City Project Numbers 100656
DOE Number 0656
Estimate Number 1 Payment Number 1 For Period Ending 2/19/2018
CD
City Secretary Contract Number Contract Time 120;D
Contract Date Days Charged to Date 298
Project Manager NA Contract is 100.00 Complete
Contractor BANDERA UTILITY CONTRACTORS,INC
416 INTERCHANGE ST.
MCKINNEY, TX 75071
Inspectors DICKINSON / HORTON
Monday,February 19,2018 Page 1 of 4
City Project Numbers 100656 DOE Number 0656
Contract Name EL PASO ST 10"WATERLINE Estimate Number 1
Contract Limits Payment Number I
Project Type WATER For Period Ending 2/19/2018
Project Funding
WATER
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No.
QTotal Quanity Total
-----------------------------------------
1 TRENCH SAFETY 910 LF $4.00 $3,640.00 910 $3,640.00
2 FIRE HYDRANT 2 EA $6,500.00 $13,000.00 2 $13,000.00
3 CONNECTION TO EXISTING 4"-12"WATER 6 EA $2,750.00 $16,500.00 6 $16,500.00
MAIN
4 1"WATER SERVICE 3 EA $4,200.00 $12,600.00 3 $12,600.00
5 1 1/2"WATER SERVICE 2 EA $4,500.00 $9,000.00 2 $9,000.00
6 2"WATER SERVICE 2 EA $4,800.00 $9,600.00 2 $9,600.00
7 8"GATE VALVE I EA $2,800.00 $2,800.00 1 $2,800.00
8 10"GATE VALVE 6 EA $3,050.00 $18,300.00 6 $18,300.00
9 10"PVC WATER PIPE 870 LF $78.00 $67,860.00 870 $67,860.00
10 10"DIP WATER 30 LF $95.00 $2,850.00 30 $2,850.00
11 5'WIDE ASPHALT PVMT REPAIR 760 LF $120.00 $91,200.00 760 $91,200.00
12 CONC PVMT REPAIR 80 SY $175.00 $14,000.00 80 $14,000.00
13 EXPLORATORY EXCAVATION OF EXISTING 6 EA $1,350.00 $8,100.00 6 $8,100.00
UTILITIES
14 TEMP WATER SERVICES 1 LS $13,500.00 $13,500.00 1 $13,500.00
15 TRAFFIC CONTROL 1 MO $8,700.00 $8,700.00 1 $8,700.00
----------------------------------------
Sub-Total of Previous Unit $291,650.00 $291,650.00
--------------------------------------
Monday,February 19,2018 Page 2 of 4
City Project Numbers 100656 DOE Number 0656
Contract Name EL PASO ST 10"WATERLINE Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER For Period Ending 2/19/2018
Project Funding
Contract Information Summary
Original Contract Amount $291,650.00
Chance Orders
Total Contract Price $291,650.00
A2A4VeUeO OfttLr Date yIIZ&cTotal Cost of Work Completed $291,650.00
tractor Less %Retained $0.00
�s/ Net Earned $291,650.00
W(Date SZ OJ
ection Supe'; Earned This Period $291,650.00
Retainage This Period $0.00
e Less Liquidated Damages
e t Manager
Days @ /Day $0.00
Date rLessPavement Deficiency $0.00
Asst. for/TPW Less Penalty $0.00
G��- Date ��' �� Less Previous Payment $0.00
Director/Contracting Department Plus Material on Hand Less 15% $0.00
Balance Due This Payment $291,650.00
Monday,February 19,2018 Page 3 of 4
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects, AIA Document G707
Bond No 4411428
PROJECT:
(name, address)EI Paso Street 10"Waterline
Fort Worth TX
TO (Owner)
ARCHITECT'S PROJECT NO:
CITY OF FORT WORTH CONTRACT FOR:
1000 Throckmorton Street EI Paso Street 10"Waterline
City Project#100656
Fort Worth Tx 76102 CONTRACT DATE:
CONTRACTOR: BANDERA UTILITY CONTRACTORS, 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)
SURETEC INSURANCE COMPANY
1330 Post Oak Blvd.
Houston TX 77056 , SURETY COMPANY
on bond of (here insert name and address of Contractor)
BANDERA UTILITY CONTRACTORS, INC.
416 Interchange Street
McKinney TX 75071 , CONTRACTOR,
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 (here insert name and address of Owner)
CITY OF FORT WORTH
1000 Throckmorton Street
Fort Worth TX 76102 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this 1 st day of March, 2018
SURETEC INSURANCE COMPANY
Sur ty Company
Attest:Bobbi Morales/� � ?� 4
(Seal): Signa re of Authorized Representative
Sophinie Hunter Attorney-in-Fact
Title
NOTE: Tnis form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
POA#.. 4221097
SureTec Insurance Company
LEMTED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Hams County, Texas, does by these presents
make,constitute and appoint
Don E.Cornell, Ricardo J. Reyna,V. DeLene Marshall,Sophinie Hunter, Robbi Morales,
Kelly A.Westbrook,Tina McEwan
its true and lawful Attorney-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 to include waivers to the
conditions of contracts and consents of surety for,providing the bond penalty does not exceed
Five Million and 00/100 Dollars($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the
premises. Said appointment shall continue in force until 12/31/2018 and is made under and.by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice-President,any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or'more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and
deliver,any and all bonds,recognizances,contracts,agreements or 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 binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved,that the signature of any authorized officer and 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 signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April,
1999)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 11th day of April ,A.D. 2017 .
, SURETEC E A-NY
SURA... Q
By:
aW ylt2z John Knox , resi nt
State of Texas ss:
County of Harris
m1e��i orad'"
On this 11th day of April A.D.2017 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that
he resides in Houston, Texas,that he is President of SURETEC INSURANCE COMPANY,the company described in and which executed the above
instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the
Board of Directors of said Company;and that he signed his name thereto by like order.
P&f XENIA CHAVEZ
SsiY PVe�4 II
_Notary Public,State of Texas
oF }` Comm.Expires 09-10-2020
n,,,w" Notary ID 129117659 X 1a avez,Notary Public
y commission expires September 10,2020
I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors,set
out in the Power of Attorney are in full force and effect. p
Given under my hand and the seal of said Company at Houston, Texas this (s� da of f C v�0 A.D.
B nt Be ,A_ssistant Se :ezary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST.
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a
complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin, Tx 78759
You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252-
3439.You may write the Texas Department of Insurance at
PO Box 149104
Austin,TX 78714-9104
Fax#: 512-490-1007
Web: http://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim,you should contact the
Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance.
-----------------------------------------------------------------------------------------------------------------------------
Texas Rider 06042014
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 M. Jeffrey Hicks,
President Of Bandera Utility Contractors, Inc., 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;
Alexan Summit Apartments (10" Wa r
BY 9�
e Hicks, President
Subscribed and sworn before me on this date 22nd of Feb,2018.
Jason W Lewis
Not,fty Public ; My C..M.ioa Expires
oaroano1e
County,Collin Texas ' s
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: El Paso St 10" Water line
PROJECT NUMBER: 100656
DOE NUMBER: n/a
WATER
PIPE LAID SIZE TYPE OF PIPE LF
10" PVC 870'
10" DIP 30'
FIRE HYDRANTS: 2 VALVES(16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
NONE
DENSITIES: Field Densities taken and all passed.
NEW SERVICES: 1" SERVICE 3
1 1/2" SERVICE 2
2" SERVICE 2
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
NEW SERVICES:
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX7 76012-6311
S
(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
Bandera Utility Contractors El Paso St 10"Waterline
Inspector City Project Number
James Ruiz 100656
Construction Components Project Manager
Q water ❑waste water ❑ Storm Drainage ❑ Pavement Gopal Sahu
Initial Contract Amount Project Difficulty
$291,650.00 Q Simple (0) Routine O Complex
Final Contract Amount Date
$291,650.00 2/22/2018
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 4 8 8
2 Public Notifications 5 Y 3 20 15
3 Plans on Site 5 Y 3 20 15
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 3 20 15
10 Citizen's Complaint Resolution 5 Y 4 20 20
11 Property Restoration 5 Y 4 20 20
12 After Hours Response 5 Y 3 20 15
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 413
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 413
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating([TS/MS] * 100%) 413 / 448 = 92%
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 f g,,r-43eo
Inspector's Supervisor Si a ILIA,
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TX 76116• (817) 392-8306
FORTWORTHREV:02'22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 12/22/2018
Name of Contractor Project Name
Bandera Utility Contarctor El Paso St 10'Waterline
DOE Inspector ;Project Manager
?James Ruiz Gopal Salm
DOE Number Project Difficulty
I� J ;Type of Contract
Q Simple * Routine O Complex water ❑wastewater ❑Storm Drainage ❑ Pavement
�Initial Contract Amount Final Contract Amount
1,$291,650.00 $291,650.00
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent
ELEMENT RATING 'ELEMENT
RATING
G �INSPECTION EVALUATION (0-4) PLANS&SPECIFICATIONS (0-4)
1 Availability of Inspector 11 Accuracy of Plans to Existing Conditions Y
�2 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 11 Knowledge And/Or Problem Resolution
ADMINISTRATION
j2 Availability of Project Manager
1 Change Order Processing Time '3 Communication
2 Timliness of Contractor Payments `4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor frd Arco 10 1q. 61(&C67
Signature DOE Inspector
Signature DOE Inspector's Supervisor 'y
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
s 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.:l
NAME OF PROJECT: El Paso St 10" Waterline
PROJECT NO.: 100656 CONTRACTOR: Bandera Utility Contratcors
DOE NO.: 656
PERIOD FROM;04/24/17 TO: 02/13/18 FINAL INSPECTION DATE: 13-Feb-18
WORK ORDER EFFECTIVE:4/24/2017 CONTRACT TIME: 120 • WD CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED CREDITED MONTH CHARGED
DURING DURING 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.
SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS
THIS
PERIOD 0 0 0 0 298 298
PREVIOUS 0 0
PERIOD 0 0 0 0
TOTALS 0 0
TO DATE 0 0 298 298
*REMARKS:
_7/Libvc[�['o �vi DI<Acc� y Z-Zo/!P• � Z�f�'ZO/
CONTRACTOR DATE PECTOR DATE
ENGINEERING D ARTTMENT
� � The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845