Loading...
HomeMy WebLinkAboutContract 48512-FP4 Department of TPW Const.Services CPN# 41 D to Project Manager�. 1T WORTH® CITY SECRETARY l Risk Management S. Gatewood ✓ CONTRACT NO. T D.O.E. Brotherton l Water V. Gutzier CFA nie Morales/Scanned ❑ 'ATION AND PUBLIC WORKS ►F PROJECT COMPLETION 5-q The Proceeding people have been Contacted concerning the request Developer Projects) for final payment&have released this project for such payment City Project N2: 100547 Clearance Conducted Ey Etta Bacy Regarding contract for PRIMROSE CROSSING-PHASE 1D-WATER&SEWER 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 ssistant Director of the Transportation&Public Works Department has accepted the project 1 S i Or Original Contract Price: $439,151.80 Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $439,151.80 Total Cost Work Completed: $439,151.80 SWIV c-- i Recommen ed for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction L Iz Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date OFFICIAL RECORD Comments: CITY SECRETARY Ir FT.WORTH,TX SEP 2 5 2017 JA 416 � p Lrmk%_.9 LE-2U V e� SEP 21 2017 a sq �o 100 �y�_ �� City Project Numbers 100547 DOE Number 0547 Contract Name PRIMROSE CROSSING PHASE 1D Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER 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 CAUSSIE 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 $439,151.80 Less %Retained $0.00 Net Earned $439,151.80 Earned This Period $439,151.80 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 $439,151.80 Thursday,September 7,2017 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRIMROSE CROSSING PHASE 1 D Contract Limits Project Type WATER&SEWER 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 16ED 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 Thursday,September 7,2017 Page I of 4 Ole- I City Project Numbers 100547 DOE Number 0547 Contract Name PRIMROSE CROSSING PHASE 1D Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/7/2017 Project Funding UNIT I:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"WATER LOWERING 1 EA $5,500.00 $5,500.00 1 $5,500.00 2 TRENCH SAFETY FOR WATER 3207 LF $1.00 $3,207.00 3207 $3,207.00 3 DUTILE IRON WATER FITTINGS W/RES 1.14 TN $5,500.00 $6,270.00 1.14 $6,270.00 4 8"WATER PIPE 3207 LF $27.40 $87,871.80 3207 $87,871.80 5 FIRE HYDRANT 4 EA $3,500.00 $14,000.00 4 $14,000.00 6 CONNECTION TO EXISTING 4"-12"WATER 4 EA $50.00 $200.00 4 $200.00 MAIN 7 1"WATER SERVICE 128 EA $790.00 5101,120.00 128 $101,120.00 8 8"GATE VALVE 6 EA $1,150.00 $6,900.00 6 $6,900.00 Sub-Total of Previous Unit $225,068.80 $225,068.80 UNIT II:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 10"SEWER LINE 10 LF $5.00 $50.00 10 $50.00 2 POST-CCTV INSPECTION 3117 LF $2.75 $8,571.75 3117 $8,571.75 3 MANHOLE VACUUM TESTING 15 EA $150.00 $2,250.00 15 $2,250.00 4 TRENCH SAFETY 3117 LF $1.00 $3,117.00 3117 $3,117.00 5 TRENCH WATER STOPS 9 EA $250.00 $2,250.00 9 $2,250.00 6 CONCRETE ENCASEMENT FOR UTILITY PIPES 21 CY $125.00 $2,625.00 21 $2,625.00 7 4"SEWER SERVICE 115 EA $275.00 $31,625.00 115 $31,625.00 8 8"SEWER PIPE-SDR 26 3117 LF $29.25 $91,172.25 3117 $91,172.25 9 EPDXY MANHOLE LINER 45.26 VF $250.00 $11,315.00 45.26 $11,315.00 10 4'EXTRA DEPTH MANHOLE 33.38 VF $150.00 $5,007.00 33.38 $5,007.00 11 4'DROP MANHOLE 12 E $3,300.00 $39,600.00 12 $39,600.00 12 4'DROP MANHOLE 3 EA $5,500.00 $16,500.00 3 $16,500.00 Sub-Total of Previous Unit $214,083.00 $214,083.00 Thursday,September 7,2017 Page 2 of 4 City Project Numbers 100547 DOE Number 0547 Contract Name PRIMROSE CROSSING PHASE 1 D Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/7/2017 Project Funding Contract Information Summary Original Contract Amount $439,151.80 Chan6e Orders Total Contract Price $439,151.80 Date / Total Cost of Work Completed $439,151.80 C ntract`pr Less %Retained $0.00 i^ at (-7 Net Earned $439,151.80 Inspection Supervisor Earned This Period $439,151.80 / Retainage This Period $0.00 � L J Date Less Liquidated Damages Proje t Manager`," —kCDate LDays @ /Day $0.00 –4 essPavement Deficiency $0.00 Asst. irec r/�Z-t frastructutt esign and Cons ructin Less Penalty $0.00 C� Date 1/Z Vo Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $439,151.80 Thursday,September 7,2017 Page 3 of 4 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: P2`EAl PROJECT NUMBER: ( 3 L) " DOE NUMBER: WATER PIPE ID SIZE TYPX OF PIPE LF fr� FIRE HYDRANTS: VALVES(16" OR LARGER) �I PIPE ABANDONED SIZE TYPE OF PIPE F _ DENSITIES: NEW SERVICES: f C d p 1--)(g }-- f SEWER PIPE AID SIZE TYPE OF PIPE LF Ls ll $ y C. s' PIPE ABANDONED--, SIZE TYPE OF PIPE LF PVA DENSITIES: NEW SERVICES: p V C TRANSPORTATION AND PUBLIC WORKS ,� The City of Fort Worth•1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845 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. BY Lori Tollett,Vice President of D.T. Utility Contractors, Inc. Subscribed and sworn before me on this date 8th of September, 2017. N y Public State of Texas, TANYA DAVi$ County of Parker 'r% :� Notary Public 31P1 !� S S.ATP©1-TEXAS 4�yF 0=1E►P 03FUo576914-4 Jmmt MyCorY'!*r,Exp.09-28-2077 CONSENT OF SURETY OWNER ❑ ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ 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 CONTRACT FOR: Underground Utilities 4131 N. Central Expressway, Suite 990, g 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 (Insertin writing the month followed by the numeric date and year.) Philadeliphia Indemnity Insurance Company (Surety) (Signature ofebuthorized r resentative) Attest: Tom Young. Attorney-in-fact (Seal): (Printed name and title) 4263 PHILADELP14IA INDEMNITY INSURANCE COMPANY Bond No. PB11509800979 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$25,000,000. 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'h 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 sea] 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. 9211 (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 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. COMMONWEALTH OPEN PNMY Notarial sui Nora Hord,Notary,Pv61tC lower Merton Twp.,Montgomery County My Commission Expires Jan. Notary Public: residing at: Bala QMMd,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 14`h day of November,2016 are trete 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 X27 Edward Sayago,Corporate Secretary - PHILADELPHIA INDEMNITY INSURANCE COMPANY FORTWORTHREV:02/22/07 -RANS -CRTATIOIRI I,INj3LT1- «,0-E,-'_KS CONTRACTOR'S ,VALUATION C-7- CITY _I)PROJECT INFORMATION Date: 9/8/2017 Name of Contractor Project Name DT Utility Contractors, Inc. Primrose Crossing Phase 1D DOEInspector Project Manager Michael Flute _ Kahl Jaafari DOE Number =P6ro�eSct Di culty Type of ContractCPN# 100547 ple Q Routine 0 Complex ❑ Water Q Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $537,542.90 1$537,542.90 L�P �P—PO--RYL >N" _,FSA.`UATON 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT G (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS I Availabili of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector q 2 Clarity& Sufficiency of Details 3 Accuracy of Measured Quantities q 3 Applicabili of Specifications 4 Piplay Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance- Setting u2 Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project fanager 1 Change Order Processin Time 3 Communication ,(,( h 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts j ra 3 Bid Ope ' to Pre-Con Meeting Timeframe L 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.8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name DT Utility Contractors,Inc. Primrose Crossing Phase 1D Inspector City Project Nwnber Michael Flute 100547 Construction Components Project Manager Q✓ Water Q Waste Water [:]Storm Drainage ❑Pavement Kahl Jaafari Initial Contract Amount Project Difficulty $537,542.90 Q Simple Q Routine Q Complex Final Contract Amount Date $537,542.90 9/8/2017 M 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 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Su envision 15 Y 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safey 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 Com laint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 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) III)CONTRACTOR'S RATITOTAL SCORE(TS) 391 N Maximum Score(MS)=448 or sum of applicable element score maximums which= 428 Ratinb(ITS/MS] *100%) 391 / 428 = 91% Performance Category Excellent <20%=bsadegztate 204%to<40%=Deficient 40%to<f0%=Standard 60%to<80%=Gadd >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature G2 p 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,T-'>,-,76116• (817)392-8306 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: NAME OF PROJECT: Proimrose Crossing Phase 1D 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 OWD *CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH DING CREDITED 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 PERIOD PREVIOUS PERIOD 226 226 TOTALS TO DATE 1226 J226 *REMARKS: CON-- CTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845