Loading...
HomeMy WebLinkAboutContract 48512-FP2 FORTWORTH, � CITY rSECRETARY TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project NO: 100547 CXWY86lz Regarding contract for PRIMROSE CROSSING-PHASE ID-DRAINAGE 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: $98,391.10 Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $98,391.10 Total Cost Work Completed: $98,391.10 4k'�'w %ul � I Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. Ci y Manage Depart ent of TPW Const. Services Date CPN# &I D Project Manager. Risk Management S. Gatewood OFFICIAL RECORD — —A Comments: D.O.E. Brotherton CITY SECRETARY Water v Gutzier ��.-t�(.� _ JO �.I Janie Morales/Scanned ❑ �'W4RTHy TX SEP2 20 IThe Proceeding p plc have been contacted concerning the request ��✓ for final payment&have released this project For such payment. �] � � etemnee Conducted By Etta Bacy "`" " FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRIMROSE CROSSING PHASE 1D Contract Limits Project Type DRAINAGE City Project Numbers 100547 DOE Number 0547 Estimate Number 1 Payment Number 1 For Period Ending 9/7/2017 CD City Secretary Contract Number 1100547 Contract Time 160:D Contract Date 1/3/2017 Days Charged to Date 226 Project Manager NA Contract is 100.00 Complete Contractor D T UTILITY CONTRACTORS,INC. 2614 CAUSBIE RD WEATHERFORD, TX 76087 Inspectors RODGERS / FLUTE i I I I Thursday,September 7,2017 Page 1 of 4 �� r City Project Numbers 100547 DOE Number 0547 Contract Name PRIMROSE CROSSING PHASE 1D Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 9/7/2017 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 4'DROP INLET 1 EA $250.00 $250.00 1 $250.00 2 LARGE STONE RIPRAY DRY 20 SY $140.00 $2,800.00 20 $2,800.00 3 TRENCH SAFETY 784 LF $1.00 $784.00 784 $784.00 4 21"RCP CLASS III 56 LF $54.40 $3,046.40 56 $3,046.40 5 24"RCP CLASS III 297 LF $61.40 $18,235.80 297 $18,235.80 6 30"RCP CLASS III 387 LF $82.70 $32,004.90 387 $32,004.90 7 36"RCP CLASS 1I1 44 LF $140.00 $6,160.00 44 $6,160.00 8 4"STORM JUNCION BOX 3 EA $3,900.00 $11,700.00 3 $11,700.00 9 10'CURB INLET 5 EA $4,100.00 $20,500.00 5 $20,500.00 10 CONNECT TO EXISTING 24"RCP 1 EA $10.00 $10.00 1 $10.00 11 36"CH-FW-0 3:1 HEADWALL 1 EA $2,900.00 $2,900.00 1 $2,900.00 Sub-Total of Previous Unit $98,391.10 $98,391.10 Thursday,September 7,2017 Page 2 of 4 City Project Numbers 100547 DOE Number 0547 Contract Name PRIMROSE CROSSING PHASE 1D Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE For Period Ending 9/7/2017 Project Funding Contract Information Summary Original Contract Amount $98,391.10 Chane Orders Total Contract Price $98,391.10 Date / 7 Total Cost of Work Completed $98,391.10 ntra o P Less %Retained $0.00 Net Earned $98,391.10 Earned This Period $98,391.10 Inspection Supervisor Retainage This Period $0.00 Its " Qom^ Date ` / Less Liquidated Damages Proj ct Manager Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Asst 'rector/TPW-Infrastructure Design andConstructio Less Penalty $0.00 � J Date ICC-71211 Less Previous Payment $0.00 Director/ ontracting De artment Plus Material on Hand Less 15% $0.00 Balance Due This Payment $98,391.10 Thursday,September 7,2017 Page 3 of 4 City Project Numbers 100547 DOE Number 0547 Contract Name PRIMROSE CROSSING PHASE 1 D Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE For Period Ending 9/7/2017 Project Funding Project Manager NA City Secretary Contract Number 1100547 Inspectors RODGERS / FLUTE Contract Date 1/3/2017 Contractor D T UTILITY CONTRACTORS,INC. Contract Time 160 CD 2614 CAUSBIE RD Days Charged to Date 226 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 $98,391.10 Less %Retained $0.00 Net Earned $98,391.10 Earned This Period $98,391.10 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 $98,391.10 Thursday,September 7,2017 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 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; Primrose Crossing Phase 1D (City Project No. 100547), City of Fort Worth, Tarrant County, Texas. ByL Lori Tollett, Vice President of D.T. Utility Contractors, Inc. Subscribed and sworn before me on this date 8th of September, 2017. N ry Public State of Texas, , ..spRY°p�H, IANYA DAVIS County of Parker z �� ���` STATE Public 4�1ATE OF TEXAS !C)00576914-4 My Cc)it?M.Exp.09-28-2017 OWNER ❑ CONSENT OF SURETY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ElSURETY ❑ Conforms with the American Institute of Architects G707 form OTHER ❑ Bond No: PB11509800979 TO OWNER: ARCHITECT'S PROJECT NO.: (Name and address) Wilbow-Llano Springs Development Corporation 4131 N. Central Expressway, Suite 990, CONTRACT FOR: Underground Utilities Dallas, TX 75204 PROJECT: CONTRACT DATED: 12/22/2016 (Name and address) Primrose Crossing - Phase 1 D Water, Sanitary Sewer, Street, Storm Drain and Lighting Improvements 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) Wilbow-Llano Springs Development Corporation 4131 N. Central Expressway, Suite 990, Dallas, TX 75204 OWNER as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: July 27, 2017 (Insert in writing the month followed by the numeric date and year.) Philadelphia Indemnity Insurance Company (Surety) AML (Signature ofbuthorizetTr F resentative) Attest: Tom Young Attornev-in-fact (Seal): (Printed name and title) 4263 PHILADELPHIA INDEMNITY INSURANCE COMPANY Bond No. PB 11509800979 One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE CONIPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint,fared Young,Fred A.Thetford,Jr.,Tobin Tucker,Tom Young and Fred A.Thetford,III of Contract Bond Agency, LLC., its true and lawful Attorney-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 141h 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 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 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,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER,2016. 1 92t (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 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. COMMONWEAL TN P PENNMV U NotaKat Seal Nora Nowuo,Notary Public lower N..Trp.,N0n[g0.mery County Hy Commisfbn Eapres Jrtn.6,1018 Nua rr.ns.v.u u��o.a a n o Notary Public: ���� ��0.r residing at: Bala CynMd.PA (Notary Seal) My commission expires: January 8 2013 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 10'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 27th day of July _20 17 1{)1 Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY FORTWORI), REV.X21221[)7 'n A1`1SPO- 1'A, O1,\3 Al JD PUBLIC WORKS CO1vvJT-RACTOR'S EVAL UATIOIv1 OF CITY I)PROJECT INFORMATION Date: 9/8/2017 Arame of Contractor Prolecl N"ame - DT Utili Contractors, Inc. Primrose CrossingPhase 1D DOE,lnspector ProjectAlmiager ,Michael Flute Kahl Jaafari DOE Number Project DiJjiculty Type of Contract CPN#100547 Simple t*Routine Q Complex ❑Water ❑Waste Water Q Storm Drainage ❑ Pavement Initial Contract Amount Fnval ContractAmount $537,542.90 $537,542.90 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 11 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector G� 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities .3 Applicability of Specifications 4 Dis la Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution t4 PROJECT MANAGER EVALUATION 6 Performance- Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availabi of Project Manager 1 . Change Order Processing Time 3 Communication _ 2 Timliness of Contractor Payments 4 Resolution of Utili Conflicts 3 BidO ep Hing to Pre-Con Meeting Timeframe III)COMMENTS& SIGNATURES COMMENTS Signature Contractor 1 Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'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 FORTWORTHREV:8/20/16 `nbu,i spouv -PION AA'\\JD PUBLIC WOMI S trnrg� A�Fln�/r,a s_i..^� F`g7 A x x T A rS-' S`:.i ,r��r, "'r, .7'�"'�A'r —, Jt LilAY'AJ'nn�Vu 91V�lf� n_rVl-A 'IJ tad� 1-V 'LPA' �1.,.�L-b'1'V m LA[Sn1..e Li CON 1i li3ACTOfl,,,?PROJ-E�C>I DATA Name.oj'Contractor Project Name DT Utility Contractors,Inc. Primrose Crossing Phase 1D Inspector Cit'Project Number Michael Flute 100547 Constniction Components Projecttlfanager [:]Water ❑Waste Water I✓ Storm Drainage ❑Pavement Kahl Jaafari Initial Contract.4moant Project DiOicnity $537,542.90 0 Simple 0Q Routine 0 Complex Final Contract.4monnt Date $537,542.90 9/8/2017 II)PERFORMANCE EVALUATION 0-Inadequate I-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 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supen'ision 15 Y 3 60 45 5 Work Performed 15 Y 4 �- 60_ _� 60 6 Finislied 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 Citizens Complaint Resolution 5 Y [ 4 20 20 11 Property Restoration 5 Y 4 I - 20 20 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 391 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 391 III)COI`11TRACTOWS RATIT,IO Maximum Score(MS)=448 or sum of applicable element score maximums which= 428 Rating([TS I MS]*100%) 391 ! 428 = 91% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Stand-ard 60/tc <80%=Good ��30%=Ewellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINT'S AWARDED) cl Inspector Signature f ontractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS T1UAiSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.• Fort Wortli,TZ 76116° (817) 392-8306 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: NAMEOF PROJECT: Proimrose Crossing Phase ID PROJECT NO.: 100547 CONTRACTOR: D.T.Utility Contractors,Inc. DOE NO.: NA PERIOD FROM:01/24/17 TO: 09/07/17 FINAL INSPECTION DATE: 7-Sep-17 WORK ORDER EFFECTIVE:1/24/2017 CONTRACT TIME: 160 0 WD • CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DCHARGG URIN CREDITED MONTH DCHARGGG 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 PREVIOUS 226 226 PERIOD TOTALS 226 226 TO DATE *REMARKS: CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTNIENT €` The City of Fort Worth•1000 Throckmorton Street• Fort Worth,TY 76012-6311 (817)392-7941 •Fax: (817)392-7845