Loading...
HomeMy WebLinkAboutContract 47720-FP1 Depart nt of TP &W Const. Services CPN# Dat��!S-t r Project Manager Risk Nlanagement Cana n D.O.E. Brotherton TWORTH,L\ .'``iY SFCRETARY CFA Westerman/Scanned (ts >OWRACT NO. Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment& have rATION AND PUBLIC WORKS released this project for such payment. )F PROJECT COMPLETION `J� (Developer Projects) /LI� (� g� Clearance Conducted By City Project X 02627 CFR- �S' d5-9477z4? Regarding contract 117497 for MORNINGSTAR DEVELOPMENT SECTION 8 PHASE 1 as requited 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. Original Contract Price: $196,334.00 Amount of Approved Change Orders: N� Revised Contract Amount: Total Cost Work Completed: $196,334.00 k) ,4411�, /Z-a� ZRecomrndnded #or Acceptance Date Asst. irector, TPW - Infrastructure Design and Construction Acc / Date Asst. ire tor, TRANSPORTATION & PUBLIC WORKS , /,5/% Asst. City Manager Date k� J Comments: DEC X 9 2Q1� 0Fi, 9-Ag. hL4ia,i CITYECRE `, V a° g� FT WORTI.A17 a NW ► Rev.9/22/16 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MORNINGSTAR DEVELOPMENT Conti-act Limits SECTION 8 PHASE I Project Type STORM DRAIN City Project Numbers 02627 DOG Number 7497 Estimate Number 1 Payment Number I For Period Ending 12/12/2016 City Secretary Contract Number 117497 Contract Time Contract Date Days Charged to Date 278 Project Manager Buckley Conti-act is 100.00 Complete Contractor D T UTILITY CONTRACTORS,INC. 2614 CAUSBIE RD WEATHERFORD, TX 76087 Inspectors LAYER / HOUSTON Monday,December 12,2016 Page I of 4 i City Project Numbers 02627 DOE Number 7497 Contract Name MORNINGSTAR DEVELOPMENT Estimate Number I Conti-act Limits SECTION 8 PHASE I Payment Number I Project Type STORM DRAIN For Period Ending 12/12/2016 Project Funding STORM DRAIN i r Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------------------------- I ----- — ---- ----------------I TRENCH SAFETY 1192 LF $0.50 $596.00 1192 $596.00 2 48"RCP CLASS III 537 LF $135.00 $72,495.00 537 $72,495.00 i 3 42"RCP CLASS III 263 LF $115.00 $30,245.00 263 $30,245.00 4 30"RCP CLASS III 226 LF $68.00 $15,368.00 226 $15,368.00 5 24"RCP CLASS 111 62 LF $60.00 $3,720.00 62 $3,720.00 6 21"RCP CLASS III 104 LF $55.00 $5,720.00 104 $5,720.00 i 7 4'SQ Y-INLET 1 EA $3,300.00 $3,300.00 1 $3,300.00 8 4'STORM JUNCTION BOX 2 EA $4,000.00 $8,000.00 2 $8,000.00 9 Y STORM JUNCTION BOX 2 EA $4,900.00 $9,800.00 2 $9,800.00 i 10 20'CURB INLET 4 EA $6,100.00 $24,400.00 4 $24,400.00 11 48"PARALLEL HEADWALL 1 EA $5,800.00 $5,800.00 1 $5,800.00 1 12 30"PARALLEL HEADWALL 1 EA $3,800.00 $3,800.00 1 $3,800.00 13 MEDIUM STONE RIPRAP DRY —154 SY ——$85.00 $13,090.00 _ 154 $13,090.00 ---- ------- ----------------- -----------——— ——————— ——————— I Sub-Total of Previous Unit $196,334.00 $196,334.00 -------------------------------------- Monday, ---- Monday,December 12,2016 Page 2 of 4 City Project Numbers 02627 DOE Number 7497 Contract Name MORNINGSTAR DEVELOPMENT Estimate Number I Contract Limits SECTION 8 PHASE I Payment Number I Project Type STORM DRAIN For Period Ending 12/12/2016 Project Funding Contract Information Summary Original Contract Amount $196,334.00 Chanhe Orders Total Contract Price $196,334.00 v Date -2—����/ Total Cost of Work Completed $196,334.00 Contr r //))JI Less %Retained $0.00 Date Net Earned $196,334.00 Earned This Period $196,334.00 Inspe tin u rvi I� Retainage This Period $0.00 Date Less Liquidated Damages Project Man er._ �l Days @ /Day $0.00 ate /L LessPavement Deficiency $0.00 A�sst irector/T W frastructure Design anrd''Construction Less Penalty $0.00 \ Date 1`l I(6 Less Previous Payment $0.00 Direc j/ ontracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $196,334.00 Monday,December 12,2016 Page 3 of 4 City Project Numbers 02627 DOE Number 7497 -Contract Name MORNWGSTAR DEVELOPMENT Estimate Number I Contract Limits SECTION 8 PHASE I Payment Number 1 Project Type STORM DRAIN For Period Ending 12/12/2016 I Project Funding Project Manager Buckley City Secretary Contract Number 117497 Inspectors LAYER/ HOUSTON Contract Date Contractor D T UTILITY CONTRACTORS,INC. Contract Time 2614 CAUSBIE RD Days Charged to Date 278 WEATHERFORD, TX 76087 Contract is .000000 Complete (� CITY OF FORT WORTH SUMMARY OF CHARGES j i Line Fund Account Center AmountGross Retainage Net Funded_ --——— i i i i Total Cost of Work Completed $196,334.00 Less %Retained $0.00 j Net Earned $196,334.00 I Earned This Period $196,334.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days rr $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 f t Balance Due This Payment $196,334.00 [ f t F i Monday,December 12,2016 Page 4 of 4 t s i i WI]LBONNI December 13, 2016 i I Garey Houston City of Fort Worth 8851 Camp Bowie West Fort Worth,Texas 76116 1 Re: Morningstar—Section 8, Phase 1 Dear Garey, i This letter is to state that no Liquidated Damages will be assessed to any contractors on the above referenced project. i I Regards, Michael Ducote' Regional Development Manager 214-499-2275 Wilbow Corporation Fitzhugh Central Building 4131 N.Central Expressway Suite 'I Lockbox 13 Dallas, i' Telephone:972.479-0697 CONSENT OF SURETY COMPANY FOR: ❑Progress Pcryment(s) 0 E'lnal Pa ntent •Reclrtction N Retention ❑Release of Retention Date: December 15,2016 TO: Wiibow-Morningstar Development Corp. 4131 N.Central Expressway,Suite 990 Dallas,TX 75204 CONTRACTOR: D.T. Utility Contractors Inc. OBLIGEE: Wilbow-Morningstar Development Corp. PROJECT: Morningstar-Section 8, Phase 1,City of Fort Worth(FM 3325 and Old Weatherford Rd)Project 402627 CONTRACT AMOUNT: $949,490.50 CONTRACT DATE: 12/23/2015 BOND NUMBER: S001-2608 In accordance with the provisions of the Contract between Contractor and the Obligee as indicated below,(here insert nine and address of Surely Compaity) Allied World Specialty Insurance Company ,SURETY COMPANY. 30 S. 17th St Ste 1600 Philadelphia,PA 19103 on the bond of(here insert name and ackiress c f Contraelol) D.T. Utility Contractors Inc. ,CONTRACTOR, 2614 Causbie Road Weatherford,TX 76087 hereby approves of the payment to the Contractor,and agrees that payment to the Contractor shall not relieve the Surety Company of any of its obligations to the obligee as set forth in the said Surety Company's bond. Surety Company further agrees that the final penal amount of Surety Company's bond issued on behalf orContractor shall be$ $949,490.50 ,reflecting the final amount,adjusted for change orders of the Contract between Contractor and Obligee. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this 15th day of December , 2016 (Year). Allied World Specialty Insurance Company Surety Company Attest: Anita NtclCague,Attestee Signature � (Seal): David Mahler Name of Attomey-In-Fact arae ��.�,�� y,,, 1065 E.Hillsdale Blvd.,H230 Foster City,California 94404 www.dlrectsurety.com Allied World Specialty Insurance Company 30 S.17"St,Sulle160G Philadelphia,PA 19103 USA POWER OF ATTORNEY Issue Date,November 28,2016 No.28650-AS2343 Single Transaction Limit:$3,000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Specialty Insurance Company,a Delaware corporation(Hie"Company')does hereby appoint NAMEM: David Mahler David Druml FIRM: Druml Group Inc 1135 Farragut Boulevard Foster Ciry,CA 94404 Its true and lawful Attomey(s}in-Fact,Wth full authority to execute on its behalf bonds,underlakfngs,recognizances and other contracts of indemnity and writings obligatory in Hie nature thereof,issued in Hie course of its business,and to bind the Company thereby.This Power of Attorney shall remain in full force and effect for one year from the issued date above-referenced and shall expire on close of business of the first anniversary of such Issue Dale, IN WITNESS WHEREOF, ALLIED WORLD SPECIALTY INSURANCE COMPANY has caused these presents to be executed by Hie officer named below,who is duly authorized and empowered to execute on Hie Company's behalf. This 28th day of November,2016 ce%,w6om ?w_. ;_""�yMVAft." Irl.0" Sea=C l� pAa'Pa�r.� ^aw - — Name:Robert E.Staples Title:Senior Vice President-Surely State of Pennsylvania ) County of Philadelphia )ss. On Hlis 281h day of November,2016,before me came the above-named officer of ALUED WORLD SPECIALTY INSURANCE COMPANY,to me personaly known to ba i Ole individual and officer described herein, and acknowWsdged that he executed the foregoing instrument and affixed Hie seals of said corporation Hlereto by authority of his l office. Notary My Commission Expires:0810512018 CERTIFICATE Excerpt of RosolulJon adopled by Ole Board of Directors of Ole ALLIED WORLD SPECIALTY INSURANCE COMPANY(formerly knovm as Darwin Nalional Assurance Company),on December,2012: "RESOLVED,that the President,or any Vice President be,and hereby is,authorized to appoint Altomeys-in-Fact to represent and act for and on behalf of Ore Company to execute bonds,undetlakings,recognizances and olher contracts of indemnity and writings obtigaloiy In the nature thereof,and to aunch thereto the corporate seal of the Company,in Ilia transaction of ils surely business: 'RESOLVED,That Ilia signatures and atleslaDais of such officers and the seal of the Company may be affixed to any such Power of Attomay or to any cedlricale relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond,undetlaking,recognizance or other contract of indemnity or veiling obligatory in the nature thereof, 'RESOLVED,that Ole facsimile or mechanically reproduced signalure of the Secretary of the Company,whalller made heretofore or hereafter,wherever appearing upon a copy of any Powor of Allomey of the Company,will,signatures affixed as next above noted,shall be valid and binding upon Ore Company with the same force and effect as though manually affixed." 'RESOLVED,that any such Attorney-in•Fact delivering a secretarial ceriificalion that the foregoing resolutions still be in effect may insert in such cenifealion the dale thereof, said date to be not later Man lila date of delivery thereof by such Attorney-in-Fact." 1,Daniel Zhaikovky,Secretary of the ALLIED WORLD SPECIALTY INSURANCE COMPANY,do hereby certify Dial Ole foregd:ng excerpts of Resdukri edopled by Ole Board of Directors of this cogwrallon,and Ilia Paver of Attorney issued pursuant Ihete;o,are true and correct,and that both the Resd.ruDcn and DIG Mver of ADaney are In full face and effect INWiTNESSWHEREOF,Ihavehereuntosetmyhandandaffixedthefa&mi!esea]of1hecorpaaDon,this!•ir't dayof-, , ' cd 2LI 1 fl / i Daniel Zharkovky,AVP,Assistant General Counsel SUR 00007 00(11/2012) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Mateo ) On December 15,2016 before me, Soy Wong,Notary Public , Date Here Insert Name and Title of the Officer personally appeared David K.Mahler Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(fes),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS my hand and official seal. . A SOY WONG 4 Commission#2051554 Notary Public•California z Signature / San Mateo county Si ature of Notary Public PAy Comm.Expires Dec 12.20171 Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: D Corporate Officer — Title(s): D Corporate Officer—Title(s): D Partner— D Limited ❑General ❑Partner— ❑Limited D General D Individual D Attorney in Fact D Individual 0 Attorney in Fact Ei Trustee Ei Guardian or Conservator D Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association•www.Nat ionalNotary.org-1-800-US NOTARY(1-800-876-6827) Item#5907 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 Colton Tollett,Vice President Of D.T.Utility Contractors Inc.,known to me to he a credible person,who being by me duly sworn,upon his oath deposed and said; i That all persons,firms,associations,corporations,or other organizations furnishing labor and/or materials have been paid in full; 1 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; I On Contract described as; j I Morningstar Section 8 Phasel Fort Worth,Tarrant County,Texas BY Colton Tollett I Subscribed and sworn before me on this date 15 of December,2416. - I - j Notary Public Parker County,Texas o��;�P,,� T-ANY�I +, Notary Public STATE OF TEXAS aF;A M �#0 5788019 I i I I I I FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Nance of Contractor Project Name D.T.Utility Contractors Morningstar Section 8 Phase 1 Inspector City Project Number Garey Houston 02627 Construction Components Project Manager ❑Water ❑Waste Water D Storm Drainage ❑Pavement Pat Buckley Initial Contract Amount Project Difficulty $196,334.00 O Simple OO Routine O Complex Final Contract Amount Date $196,334.00 12/15/2016 In PERFORMANCE EVALUATION 0-Inadequate I-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 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating QTS/MS]* 100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Fxcellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS 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 REV:02/22/07 II FoRTWORTH TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 12/15/2016 Nante of Contractor Project Name DT Utility Contractors Morningstar Development Section 8 Phase 1 DOE bnspeclor Project Manager Garey Houston Pat Buckley DOE Number —FT ojec,D culty Type of Contract 7497 10 Simple OO Routine O Complex ❑Water ❑Waste Water 1]Storm Drainage ❑Pavement Initial Contract Antotmt Filial Contract Annount $196,334.00 $196,334.00 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELE14ENT 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 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 2 Timliness of Contractor Payments 14 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 a � i INSPECTOR'S COMMENTS m TRANSPORTATION AND PUBLIC WORKS I Er' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 e (817)392-7941 •Fax:(817)392-7845 i i I d FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Morningstar Section 8 Phase I PROJECT NO.: 02627 CONTRACTOR: D.T.Utility DOE NO. 7497 PERIOD FROM 03/07/16 TO: 12/15/16 FINAL INSPECTION DATE: 15-Dec-16 WORK ORDER EFFECTIVE 3/7/2016 CONTRACT TIME 75 O WD *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 0 0 0 0 278 278 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 278 278 TO DATE *REMARKS: 1-2l CONTRACTOR DATE INSPECT ' DATE ENGINEERING DEPARTMENT The City of Fort North•1000 Throckmorton Street•Fort Worth,TY 76012-6311 r° 1 (817)392-7941 •Fax:(817)392-7845