Loading...
HomeMy WebLinkAboutContract 49236-FP1 Departm nt f TP onst. Services CPN# � j Dat ��� Project anage _ IT WORTH, Risk Management S. Cana CITY SECRETARY _ ' D.O.E. Brothe on CONTRACT N0. Water V. Gutzier CFA Ja ie>4o les/Scanned 13ATION AND PUBLIC WORKS F PROJECT COMPLETION The Proceeding people have been Contacted concerning the request for final payment&have released this project for such payment Developer Projects) ,y Etta Bac City Project No: 100325 Clearance Conducted B — - -- y _. C5*gfz3 Regarding contract 100325 for MORNINGSTAR SECTION 5,PHASE 2 as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as com late. L d1i �1� E2 Original Contract Price: ,'` g JUL 12 2017 $342379.70 Amount of Approved Change Orders: Ey Ns Revised Contract Amount: Total Cost Work Completed: $342,379.70 1<'/' 0, k:�q- -710E-1 L. 2-- - Recommended for Acceptance Ca e Asst. Director, TPW - Infrastructure Design and Construction J�4 a it V/IZ/o Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: EOFFICIALC®RD TARY Rev.9/22/16 TX w E a ��. JUL 12 2011 �S City Project Numbers 100325u.-- DOE Number 0325 Contract Name MORNINGSTAR SECTION 5,PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/17/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / HOUSTON Contract Date Contractor DT UTILITY CONTRACTORS,INC. Contract Time 60 CD 2614 CAUSBIE RD Days Charged to Date 251 CD WEATHERFORD, TX 76087 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 $342,379.70 Less %Retained $0.00 Net Earned $342,379.70 Earned This Period $342,379.70 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 $342,379.70 Wednesday,June 14,2017 Page 4 of 4 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MORNINGSTAR SECTION 5,PHASE 2 Contract Limits Project Type WATER&SEWER City Project Numbers 100325 DOE Number 0325 Estimate Number 1 Payment Number 1 For Period Ending 5/17/2017 CD City Secretary Contract Number Contract Time 6ED Contract Date Days Charged to Date 251 Project Manager NA Contract is 100.00 Complete Contractor D T UTILITY CONTRACTORS,INC. 2614 CAUSBIE RD WEATHERFORD, TX 76087 Inspectors LAYER / HOUSTON Wednesday,.Tune 14,2017 Page 1 of 4 City Project Numbers 100325 DOE Number 0325 Contract Name MORNINGSTAR SECTION 5,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/17/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"WATER PIPE 30 LF $26.00 $780.00 30 $780.00 2 8"WATER PIPE 1607 LF $29.50 $47,406.50 1607 $47.406.50 3 16"WATER PIPE 1404 LF $65.00 $91,260.00 1404 $91,260.00 4 6"GATE VALVE 1 EA $850.00 $850.00 1 $850.00 5 8"GATE VALVE 5 EA $950.00 $4,750.00 5 $4,750.00 6 16"GATE VALVE W/VAULT 2 EA $14,000.00 $28,000.00 2 $28,000.00 7 CONNECT TO EXISTING 4"-12"WATER MAIN 5 EA $800.00 $4,000.00 5 $4,000.00 8 FIRE HYDRANT I EA $3,400.00 $3,400.00 1 $3,400.00 9 DUCTILE IRON WATER FITTINGS 3 TN $5,400.00 $16,200.00 3 $16,200.00 10 TRENCH SAFETY 3041 LF $0.40 $1,216.40 3041 $1,216.40 11 1"WATER SERVICE 38 EA $780.00 $29,640.00 38 $29,640.00 12 2"COMBINATION AIR VALVE ASSEMBLY FOR 1 EA $7,800.00 $7,800.00 1 $7,800.00 WATER 13 6"BLOW OFF VALVE 1 EA $5,006.00 $5,006.00 1 $5,006.00 Sub-Total of Previous Unit $240,308.90 $240,308.90 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SEWER PIPE 1394 LF $34.00 $47,396.00 1394 $47,396.00 2 8"SEWER PIPE,CSC BACKFILL 20 LF $75.00 $1,500.00 20 $1,500.00 3 4'MANHOLE 8 EA $3,600.00 $28,800.00 8 $28,800.00 4 4'EXTRA DEPTH MANHOLE 10 VF $150.00 $1,500.00 10 $1,500.00 5 4"SEWER SERVICE,TWO WAY CLEANOUT 40 EA $385.00 $15,400.00 40 $15,400.00 6 POST CCTV INSPECTION 1414 LF $2.80 $3,959.20 1414 $3,959.20 7 MANHOLE VACUUM TESTING 8 EA $150.00 $1,200.00 8 $1,200.00 8 TRENCH SAFETY 1414 LF $0.40 $565.60 1414 $565.60 9 CONNECT TO EXISTING SANITARY SEWER 3 EA $500.00 $1,500.00 3 $1,500.00 MAIN 10 TRENCH WATER STOPS I EA $250.00 $250.00 1 $250.00 Sub-Total of Previous Unit $102,070.80 $102,070.80 Wednesday,June 14,2017 Page 2 of 4 City Project Numbers 100325 DOE Number 0325 Contract Name MORNINGSTAR SECTION 5,PHASE 2 Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/17/2017 Project Funding Contract Information Summary Original Contract Amount $342,379.70 Chan•ze Orders Total Contract Price $342,379.70 Date l6�/� Total Cost of Work Completed $342,379.70 Contr for Less %Retained $0.00 Date 4y--1;711,7 Net Earned $342,379.70 Jinspect' niso Earned This Period $342,379.70 /� Retainage This Period $0.00 Date / Less Liquidated Damages Days @ /Day $0.00 Date it I LessPavement Deficiency $0.00 Asst. �{ t Di,rector/T_rfrPW nstructure Design d Constru tion Less Penalty $0.00 CDate / � Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $342,379.70 Wednesday,June 14,2017 Page 3 of 4 FORTWORTH t , TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Morningstar Section 5 Phase 2 PROJECT NUMBER: 100325 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 6"inch PVC 30 LF 8"inch PVC 1607 LF 16" PVC 1404 LF FIRE HYDRANTS: 1 VALVES(16" OR LARGER) 2 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: NEW SERVICES: 38- 1"inch copper 300 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF 8"inch SDR-26 PVC 1394 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: NEW SERVICES: 40-4"inch SDR-26 PVC 600 LF TRANSPORTATION AND PUBLIC WORKS �^ The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 CONSENT OF SURETY OWNER ❑ ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ Conforms with the American Institute of Architects G707form SURETY ❑OTHER ❑ Bond No: PB11509800887 TO OWNER: ARCHITECT'S PROJECT NO.: (Name and address) FG Aledo Development, LLC 3045 Lackland Boulevard CONTRACT FOR: Water, Sewer and Storm Drain Fort Worth, TX 76116 PROJECT: CONTRACT DATED: (Name and address) Morningstar- Section 5, Phase 2 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 SURETY on bond of (Insert name and address of Contractor) D. T. UTILITY CONTRACTORS, INC. 2614 Causbie Road Weatherford, TX 76087 CONTRACTOR hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) FG Aledo Development, LLC 3045 Lackland Boulevard Fort Worth, TX 76116 OWNER as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: June 13, 2017 (Insert in writing the month followed by the numeric date and year.) Philadelphia Indemnity Insurance Company (Surety) S c./ (Signature of authorized representative) Attest: Fred A. Thetford, III, Attorney-in-fact (Seal): (Printed name and title) 4313 PHILADELPHIA INDEMNITY INSURANCE COMPANY Bond filo. PB11509800887 One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Jared Young,Fred A.Thetford,Jr.,Tobin Tucker,Tom Young and Fred A.Thetford,III of Contract Bond Agency,LLC., its true and lawful Attomey-in-fact with full authority to execute on 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 the Company thereby,in an amount not to exceed 525.000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14"of November,2016, RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attomey(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 signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified 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 TESTIMONY WHEREOF,PHILADELPIIA INDEMNITY INSURANCE COMPANY HAS CAUSED TI-IIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER,2016. 7 ', r (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14`h 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 lie is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. CONNONWEA TH QP,PEHNSYLVANEA NOt"14,;, teri Nora Moward,Notary'g- lower Merlon Twp., ontmery County I'my comhlusl on;Es__ �an.d,2018 �1 1 r .snnerwanna:..:u Notary Public: residing at: Bala Cvwwd.PA (Notary Seal) My commission expires: January 8,2018 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14d'day of November,2016 are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 13th day of June 20_17 ,4" Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY 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 Lori Tollett, Vice President Of D.T. 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; Morningstar Section 5 Phase 2 (City Project No. 100325), City of Fort Worth, Tarrant County, Texas. BY/;� Lori Tollett, Vice President of D.T. Utility Contractors, Inc. Subscribed and sworn before me on this date 9th of June, 2017. Not ry Public State of Texas, County of Parker _ TANYA DAVIS Notary Pub!!c =; ;* STATE OF TEXAS 3 ti'v• *P� ID#00576914-4 r.' My Comm.Ex .09-2&2017 FoRTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 6/13/2017 Name of Contractor Project Name DT Utility Contractors,Inc Morningstar Section 5 Phase ) OE Inspector Project Manager Garey Houston Pat Buckley OE Number Froject Difficulty Type of Contract 100325 1(-Simple OO Routine O Complex R]Water R Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $342,379.70 $342,379.70 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector I Accuracy of Plans to Existing Conditions Ir 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 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 FoRTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name DT Utility Contractors,Inc Morningstar Section 5 Phase 2 DOE Inspector DOE Number Garey Houston 100325 DOE Inspector Project Manager Q Water D waste water D Storm Drainage ❑ Pavement Pat Buckley Initial Contract Amount Project Difficulty $342,379.70 O Simple Routine O Complex Date Final Contract Amount p $342,379.70 6/13/2017 In 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 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) CONTRACTOR'S RATING TOTAL SCORE(TS) 448 IIn Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 448 / 448 = 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) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor ��. CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS f` 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: Morningstar Section 5 Phase 2 PROJECT NO.: 100325 CONTRACTOR: DT Utility Contractors DOE NO. N/A PERIOD FROM 09/12/16 TO: 06/13/17 FINAL INSPECTION DATE: 13-Jun-17 WORK ORDER EFFECTIVE 9/12/2016 CONTRACT TIME 60 O WD OO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DURING CREDITED MONTH DUURRINGG 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 0 0 0 0 269 269 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS O DATE 0 0 0 0 1269 1269 T *REMARKS: 77 � -1 l 7 CONTRACTOR DATE INSPECT DATE ENGINEERING DEPARTMENT la The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845