Loading...
HomeMy WebLinkAboutContract 49175-FP2 L; �Jj Department of TPW Const. Services CPN# UCS Date It �� MAR 3 0 2018 � -� v Project Manager�J 1�,� —2i —( 0 wo HeRisk Management S. Gatewood — (p— ..3 ���REI'ARY N fRACT NO. D.O.E. Brotherton Water V. Gutzier CFA Janie Mg es/Scanned❑ .TION AND PUBLIC WORKS ,PROJECT COMPLETION 5"6The Proceeding('59'7 people have been Contacted concerning the request leveloper Projects) 1 for final payment&have released this project for such payment. City Project Ns: 100881 Clearance Conducted By Etta Bacy e-4# '/9/75' Regarding contract for THE GROVE-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 the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $151,181.40 Amount of Approved Change Orders: $7,150.00 Ns 1 Revised Contract Amount: $158,331.40 Total Cost Work Completed: $158,331.40 4 VV,--Tti Recommends Acceptance Date Asst. Directo , - Development Services we Accepted Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date OFFICIAL RECORD Comments: CITY SECRETARY FT.WORTH,TX Rev.9/22/16 ljjiMAR 3 0 2018 r=?u 10o Ci � 81 Project Numbers 100881 L �� ' City � DOE Number 8810 Contract Name THE GROVE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/15/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors RODGERS / SUTTERFIELD Contract Date 6/20/2017 Contractor DFW SERVICES,LLC Contract Time 120 CD 5848 HWY 78,STE 118 Days Charged to Date 199 CD SACHSE, TX 75048 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 $158,331.40 Less %Retained $0.00 Net Earned $158,331.40 Earned This Period $158,331.40 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 $158,331.40 Wednesday,February 28,2018 Page 5 of 5 FORT ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE GROVE Contract Limits Project Type WATER&SEWER City Project Numbers 100881 DOE Number 8810 Estimate Number 1 Payment Number 1 For Period Ending 2/15/2018 CD City Secretary Contract Number Contract Time 121ED Contract Date 6/20/2017 Days Charged to Date 199 Project Manager NA Contract is 100.00 Complete Contractor DFW SERVICES,LLC 5848 HWY 78,STE 118 SACHSE, TX 75048 Inspectors RODGERS / SUTTERFIELD Wednesday,February 28,2018 Page 1 of 5 City Project Numbers 100881 DOE Number 8810 Contract Name THE GROVE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/15/2018 Project Funding UNIT I:WATER IlvIPROVENIENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------- --------------------- 1 8"WATER PIPE 900 LF $23.00 $20,700.00 900 $20,700.00 2 SALVAGE 3/4"WATER METER 10 EA $500.00 $5,000.00 10 $5,000.00 3 10'WIDE ASPHALT PVMT REPAIR, 170 LF $133.82 $22,749.40 170 $22,749.40 RESIDENTIAL 4 TRENCH SAFETY 900 LF $0.89 $801.00 900 $801.00 5 DUCTILE IRON WATER FITTING W/RESTRAINT 1.8 TN $2,000.00 $3,600.00 1.8 $3,600.00 6 FIRE HYDRANT 1 EA $3,450.00 $3,450.00 1 $3,450.00 7 CONNECTION TO EXISTING 4"-12"WATER 4 EA $2,500.00 $10,000.00 4 $10,000.00 MAIN 8 1"WATER SERVICE METER RECONNECTION 2 EA $800.00 $1,600.00 2 $1,600.00 9 1"WATER SERVICE 16 EA $800.00 $12,800.00 16 $12,800.00 10 6"GATE VALVE 1 EA $1,200.00 $1,200.00 1 $1,200.00 11 8"GATE VAVLE 6 EA $1,350.00 $8,100.00 6 $8,100.00 12 REMOVE EXISTING WATER SERVICE(CO#1) 2 EA $250.00 $500.00 2 $500.00 3A 10'WIDE ASPHALT REPAIR RESIDENTIAL(CO 30 LF $180.00 $5,400.00 30 $5,400.00 #1) 4A 1"WATER SEVICE(CO#1) 1 EA $1,250.00 $1,250.00 1 $1,250.00 Sub-Total of Previous Unit $97,150.40 $97,150.40 UNIT 11:SANITARY SEWER IMPROVEMENT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------------------------- 1 8"SEWER PIPE 689 LF $28.00 $19,292.00 689 $19,292.00 2 8"SEWER PIPE CSS BACKFILL 40 LF $37.00 $1,480.00 40 $1,480.00 3 4"SEWER ABANDONMENT PLUG 10 EA $500.00 $5,000.00 10 $5,000.00 4 10'WIDE ASPHALT PVMT REPAIR, 50 LF $133.82 $6,691.00 50 $6,691.00 RESIDENTIAL 5 POST CCTV INSPECTION 729 LF $1.00 $729.00 729 $729.00 6 MANHOLE VACUUM TESTING 4 EA $175.00 $700.00 4 $700.00 7 TRENCH SAFETY 729 LF $1.00 $729.00 729 $729.00 8 CONCRETE COLLAR 2 EA $100.00 $200.00 2 $200.00 9 4'SEWER SERVICE 16 EA $860.00 $13,760.00 16 $13,760.00 10 4'MANHOLE 4 EA $3,100.00 $12,400.00 4 $12,400.00 Wednesday,February 28,2018 Page 2 of 5 City Project Numbers 100881 DOE Number 8810 Contract Name THE GROVE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/15/2018 Project Funding 11 4'EXTRA DEPTH MANHOLE 2 VF $100.00 $200.00 2 $200.00 ---------------------- -------------------- Sub-Total of Previous Unit $61,181.00 $61,181.00 -------------------------------------- Wednesday,February 28,2018 Page 3 of 5 City Project Numbers 100881 DOE Number 8810 Contract Name THE GROVE Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/15/2018 Project Funding Contract Information Summary Original Contract Amount $151,181.40 ChanIze Orders Change Order Number 1 $7,150.00 Total Contract Price $158,331.40 Date L/Z Total Cost of Work Completed $158,331.40 Contract e Less %Retained $0.00 Net Earned $158,331.40 spectiDate on up icor Earned This Period $158,331.40 Retainage This Period $0.00 Dat --30— ' Pro Manager Less Liquidated Damages Days @ /Day $0.00 Date rLessPavement Deficiency $0.00 Asst. re or/TPW-IInfrastructure Design and Construction Less Penalty $0.00 C �`' �" Date 30 �v Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $158,331.40 Wednesday,February 28,2018 Page 4 of 5 Q O c m K o m X � Z -n Cl) 0 00 m o x o r m D 0 m 0 < x m y a m a O m m m -zI m o r ^`1 0 ° 1 � O O cc) n C7 X > m N N 0 z -o v Q —1 0 D o y A Imo n C.) rn m D D .. 0 0 D o y Z Z D 2 rn -Ai D 0 0 m o ti 3.- > +n -I -t o Z Z M # o X m a-Z+ o m n 0 o D Z z -+ m a ca c cn w = > u u. �°, '° rn ay m o o * m V V a h h o �' N O O O .O}t CD C) o � � 00 D 0 o c c g o Q o 0 0 X b rn c m ti CD mco a 1 ID A � � N W D mn� w w a o -n� W o o m m :z cn o o :_ C m cc m m M - =r Fy CD OOD ODD - r c CD _0 no m a 0 m w En W X 00 co CD s r O O ~ O CD y cp o w a D o o A N o b CD CD m �7 3 O IIIIII 0 = CD o o CD O C— n N m m o o ai o p D n nt w b o o rn cl z n co m [ I I 1 1 I o NQ � o � y m Mm Illiil a o Z } m I I 1 1 I 1 n m D m � G) Z no a a sR a m O p C p !A C O m o 0 o m m m o r o � x to n 0 0 O O O O C7 y N � 0 0 ' m o D < a to m a 0 a _ rn ¢ ro N -n v 0 p X F 0 r r D ¢ { O C7 7 p m S U1 CJ Z R T O 47 3 3 a m c w o 0 >D m V 0 Z --I 3 W m f � © m ;a M Dc� y D �� O Cm7 � a,w C=> 0 O 3z m = m o�� NQ mm Cn m ir, m 3 G '� n O z h - m -� z � c Z) N m c X CD mz < n o m r z c z w -n -1 0 v ma ¢ m m 0 O 1ED < v mM =i < u mr CD rn Ln —LD -fO w G �t m O ? - 0 p w a 0 m CO. ,g CO) N {X C v rt rcmn mCDm -mss a 00 0 0 m.o , c M < cu �a _ 1° � o33ri4 iD ¢ X 4 ro r ;vD m m < +wvD, ays N m o m � O n CD ° w Q w cn'w Bz CD W < O 2 n p 0 >_ m M o M 0 CD 0 m z 3 a' Q 0 ro m — O Q m < _ 0 o a � pC7. p N z s 0 p _L? pGTv 0 d O C:) <:, � p0p = p n m 1? p w P i7q 000 O O p p p p N FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Grove PROJECT NUMBER: CPN 9 100881 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF North American/C900 8" PVC/slip joint 900 LF FIRE HYDRANTS: 1 ea. VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 1 " copper 16 ea. SEWER PIPE LAID SIZE TYPE OF PIPE LF North American/SDR 21 8" PVC/slip joint 689 LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 4" PVC/slip joint 16 ea. TRANSPORTATION AND PUBLIC WORKS � c The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 e (817)392-7941•Fax: (817)392-7845 1A Document G707 ' - 1994 Consent Of Surety to Final Payment PROJECT:(Name and address) ARCHITECT'S PROJECT NUMBER: OWNER: The Grove CONTRACT FOR:General Construction ARCHITECT:❑ TO OWNER: ame and address CONTRACTOR: ❑ � 1 CONTRACT DATED:06!20/2017 City of Fort Worth SURETY:❑ 200 Texas St OTHER:❑ Fort Worth,TX 76102 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Insurors Indemnity Company 225 S.5th Street Waco,TX 76701 on bond of SURETY, (Insert name and address of Contractor) DFW Services,LLC 6309 Industrial Drive Sanchse,TX 75048 ,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) City of Fort Worth 200 Texas St Fort Worth,TX 76102 as set forth in said Surety's bond. OWNER' IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date:January 25,2018 (Insert in writing the month followed by the numeric date and year.) Insurors Indemnity Company (Surety) (Signature t�p6rized representative) Attest: Mary Ellen Moore,Attorney in Fact (Seal): (Printed name and title) AIA Document G707TM—1994.Copyright©1982 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA®Document,or any portion of it, may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by 7 AIA software at 16:13:53 on 01/25/2018 under Order No.4482013139 which expires on 05/30/2018,and is not for resale. User Notes: (3B9ADA34) I is U E til Y+1 POWER OF ATTORNEY of INSURORS INDEMNITY COMPANY Waco, Texas KNOW ALL PERSONS BY THESE PRESENTS: Number: CNB-24648-00 That INSURORS INDEMNITY COMPANY, Waco, Texas, organized and existing under the laws of the State of Texas, and authorized and licensed to do business in the State of Texas and the United States of America, does hereby make, constitute and appoint Mary Ellen Moore of the City of Corpus Christi,State of TX as Attorney in Fact, with full power and authority hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed, all of the following classes of document, to-wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity: Indemnity in all cases where indemnity may be lawfully given and with full power and authority to execute consents and waivers to modify or change or extend any bond or document executed for this Company. INSURORS INDEMNITY COMPANY Attest: i By. Tani-my Tieperm ;i, Secretary' Dave E.Talbert, President State of Texas County of McLennan On the 110' day of November, 2014, before me a Notary Public in the State of Texas, personally appeared Dave E. Talbert and Tammy Tieperman,who being by me duly swom,acknowledged that they executed the above Power of Attorney in their capacities as President, and Corporate Secretary, respectively, of Insurors Indemnity Company, and acknowledged said Power of Attorney to be the voluntary act and deed of the to rpany. Shmi �_ Ila howy Pua k.state*T— My comm.em.srz,r2® otary Public,State of Texas No"torz3'5sa-� Insurors Indemnity Company certifies that this Power of Attorney is granted under and by authority of the following resolutions of the Company adopted by the Board of Directors on November 11, 2014: RESOLVED,that all bonds, undertakings, contracts or other obligations may be executed in the name of the Company by persons appointed as Attorney in Fact pursuant to a Power of Attorney issued in accordance with these Resolutions. Said Power of Attorney shall be executed in the name and on behalf of the Company either by the Chairman and CEO or the President, under their respective designation. The signature of such officer and the seal of the Company may be affixed by facsimile to any Power of Attorney, and, unless subsequently revoked and subject to any limitation set forth therein, any such Power of Attorney or certificate bearing such facsimile signature and seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signature and seat shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorneys in Fact shall have the power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and any such instrument executed by such Attorneys in Fact shall be binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary or Assistant Secretary of the Company. 1,Tammy Tieperman, Secretary of Insurors Indemnity Company, do hereby certify that the foregoing is a true excerpt from the Resolutions of the said Company as adopted by its Board of Directors on November 11, 2014, and that this Resolution is in full force and effect. I certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Witness Whereof, I have set my hand and the seal of INSURORS INDEMNITY COMPANY on this 25th day of January 2018 o TaihThly rieperrnb5ll, Secre ar t NOTE: IF YOU HAVE ANY QUESTION REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, PLEASE CALL 800 933 7444 OR WRITE TO US AT P.O. BOX 2683,WACO,TEXAS 76702-2683 OR EMAIL US AT CONFIRMA.TIONrU 1NSURORS.COM. AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Deidra Warren, President. Of DFW Services, LLC, 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; Water, Sewer, :Paving and Street Light Improvements to serve The Grove. BY l &A— Deidra Warren Subscribed and sworn before me on this date34P, Nota Public n .�•P� Notary 'O �c KATHERINE L CHANEY Dallas, Texas Notary ID # 129253671 My Commission Expires � �hx5 January 4, 2021 FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name DFW Services,LLC The Grove Inspector City Project Number Hershel Stanley Sutterfield 100881 Construction Components Project Manager ❑✓ Water ❑� Waste Water ❑Storm Drainage ❑Pavement Fred Ehia Initial Contract Amount Project Difficulty $151,181.40 Q Simple Q Routine Q Complex Final Contract Amount Date $158,331.40 2/18/2018 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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 3 60 45 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 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 356 BONUS POINTS(25 Maximum)(B) CONTRACTOR'S RATING TOTAL SCORE(T'S) 356 III) Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 356 / 448 = 79% Performance Category Good <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 Inspector's Supervisor Signature ;&-4c 1 CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306 FORT WORTH REV:02'22'07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 2/28/2018 Name of Contractor Project Name DFW Services,LLC The Grove DOE Inspector Project Manager Hershel Stanley Sutterfield Fred Ehia DOE Number Project Difficulty Type of Contract N/A CPN# 100881 10simple (* Routine 0 Complex El water B Waste water ❑Storm Drainage ❑ Pavement 1Initial ContractAmount Final ContractAmount $151,181.40 $158,331.40 Ii)PERFORMANCE EVALUATION 0-Inde uate 1 -Deficient 2- Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 1p 2 Clarity&Sufficiency of Details 3 Ammcy of Measured Quantities 3 Applicability of Specifications 3 4 Disphy DisplayOf Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Settin up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability ofProiect Manager 1 Change Order Processing Time 13 Communication 3 2 Timliness of Contractor Payrnents 14 Resolution of Utility Conflicts r 3 Bid Opening 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 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: The Grove PROJECT NO.: 100881 CONTRACTOR: DFW Services,LLC DOE NO.: PERIOD FROM:07/17/17 TO: 01/31/18 FINAL INSPECTION DATE: 31-Jan-18 WORK ORDER EFFECTIVE:7/17/2017 CONTRACT TIME: 120 0 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 199 199 PRE VIOUS PERIOD TOTALS TO DATE 199 199 *REMARKS: Z 2 � CONT CTOR DATE INI PEC DATE ENGINEERING DEPARTMENT a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TY 76012-6311 (817) 392-7941 •Fax: (817)392-7845