Loading...
HomeMy WebLinkAboutContract 48821-FP1 Department of TP &W Cons 1.Services CPN# . ate Project Manager � ;T WO RT H O Risk Management Canad — D.O.E. Brotherton ✓ CFA Morales!Scanned —� Gutzler/Scanned — CITY SECRETARY4qi;Q The Proceeding people have been Contacted CONTRMCT N0. concerning the request for final payment&have TION AND PUBLIC WORKS released this project for such payment. "'PROJECT COMPLETION I _ 16 00 S ,,,�/� )eveloper Projects) Clearance Conducted By AWS6 Z gawk City Project Ns: 100015 Regarding contract 100015 for DEER MEADOW PHASE 3A as required by the WATER DEPARTMENT as approved by City Council on N/A throuu M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant n&Public Works Department has accepted the project as complete. ;` APR 16 2018 Original Contract Price: By $152,661.00 Amount of Approved Change Orders: Ns � Revised Contract Amount: Total Cost Work Completed: $152,661.00 J Recommrcr, r Acceptance Date Asst. DirW - Development Services Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date & 5678p Comments: OFFICIAL RECORD C0110 t1p,16 CITY SECRETARY FT.WORTNj TX Rev.9/22/16 Y aN� 11rr i APR 16 2018 5'9 v V I r 1 000 IV City Project Numbers 100015 DOE Number 0015 Contract Name DEER MEADOW PH 3A Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/15/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / SMITH Contract Date Contractor D T UTILITY CONTRACTORS,INC. Contract Time 180 CD 2614 CAUSBIE RD Days Charged to Date 323 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 $152,661.00 Less %Retained $0.00 Net Earned $152,661.00 Earned This Period $152,661.00 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 $152,661.00 Thursday,March 15,2018 Page 4 of 4 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name DEER MEADOW PH 3A Contract Limits Project Type WATER&SEWER City Project Numbers 100015 DOE Number 0015 Estimate Number 1 Payment Number 1 For Period Ending 3/15/2018 CD City Secretary Contract Number Contract Time ISGD Contract Date Days Charged to Date 323 Project Manager NA Contract is 100.00 Complete Contractor D T UTILITY CONTRACTORS,INC. 2614 CAUSBIE RD WEATHERFORD, TX 76087 Inspectors LAYER / SMITH Thursday,March 15,2018 Page 1 of 4 City Project Numbers 100015 DOE Number 0015 Contract Name DEER MEADOW PH 3A Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/15/2018 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------------------------- 1 ------------- ---- - --------- 1 8"WATER MAIN 1134 LF $30.00 $34,020.00 1134 $34,020.00 2 STD FIRE HYDRANT ASSEMBLY 1 EA $3,600.00 $3,600.00 1 $3,600.00 3 1"COPPER WATER SERVICES 24 EA $750.00 $18,000.00 24 $18,000.00 4 WATER METER BOX 24 EA $110.00 $2,640.00 24 $2,640.00 5 8"GATE VALVE&BOX 3 EA $975.00 $2,925.00 3 $2,925.00 6 6"GATE VALVE&BOX 1 EA $850.00 $850.00 1 $850.00 7 CONNECT TO 8"EXISTING WATER 2 EA $500.00 $1,000.00 2 $1,000.00 8 WATER LINE PRESSURE TEST 1134 LF $2.00 $2,268.00 1134 $2,268.00 9 DUCTILE IRON FITTINGS 0.25 TN $6,000.00 $1,500.00 0.25 $1,500.00 10 WATER LINE STERILIZATION 1134 LF $1.00 $1,134.00 1134 $1,134.00 11 TRENCH SAFETY 1134 LF $1.00 $1,134.00 1134 $1,134.00 ---------------------------------------- Sub-Total of Previous Unit $69,071.00 $69,071.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SEWER MAIN 1120 LF $35.00 $39,200.00 1120 $39,200.00 2 4'DIAMETER MANHOLE 6 EA $3,100.00 $18,600.00 6 $18,600.00 3 4"SANITARY SEWER SERVICE SDR-26 24 EA $375.00 $9,000.00 24 $9,000.00 4 POST CCTV INSPECTION 1120 LF $3.50 $3,920.00 1120 $3,920.00 5 VACUUM TESTING 6 EA $150.00 $900.00 6 $900.00 6 CONCRETE ENCASEMENT 70 LF $130.00 $9,100.00 70 $9,100.00 7 CONCRETE COLLAR 2 EA $500.00 $1,000.00 2 $1,000.00 8 CONNECT EXIST 1 EA $500.00 $500.00 1 $500.00 9 TRENCH SAFETY 1120 LF $1.00 $1,120.00 1120 $1,120.00 10 8"SEWER PLUG 1 EA $50.00 $50.00 1 $50.00 11 TRENCH WATER STOP 1 EA $200.00 $200.00 1 $200.00 Sub-Total of Previous Unit $83,590.00 $83,590.00 --------------------------------------- Thursday,March 15,2018 Page 2 of 4 City Project Numbers 100015 DOE Number 0015 Contract Name DEER MEADOW PH 3A Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/15/2018 Project Funding Contract Information Summary Original Contract Amount $152,661.00 Change Orders Total Contract Price $152,661.00 Date 47 Total Cost of Work Completed $152,661.00 ontractor Less %Retained $0.00 i Net Earned $152,661.00 Date �-/cam Inspection pervisor Earned This Period $152,661.00 Retainage This Period $0.00 / 46/ mate '0f )� � Less Liquidated Damages t anager i-sDays @ /Day $0.00 Date ����� LessPavement Deficiency $0.00 Asst. e to3, PWLess Penalty $0.00 ` Date 11-d Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $152,661.00 Thursday,March 15,2018 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Deer Meadow Phase 3A PROJECT NO.: 100015 CONTRACTOR: D.T. Construction DOE NO. N/A PERIOD FROM 04/10/17 TO: 02/19/18 FINAL INSPECTION DATE: 15-Mar-18 WORK ORDER EFFECTIVE 4/10/2017 CONTRACT TIME 180 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. S. 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 PERIOD 0 0 0 0 323 323 PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 323 323 TO DATE *REMARKS CONTORT DATE INSPECTOR 6ATE ENGINEERING DEPARTMENT (D The City of Fort Words• 1000 Throckmorton Street•Fort Worth,TX-76012-6311 (817)392-7941 •Fat: (817) 392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Deer Meadows Phase 3A PROJECT NUMBER: 100015 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8"inch SDR-14 PVC 1134 LF FIRE HYDRANTS: 1 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: All Passed NEW SERVICES: 1" inch copper 540 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8"inch SDR-26 PVC 5816 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: All Passed NEW SERVICES: 4"inch SDR-26 PVC 3975 LF TRANSPORTATION AND PUBLIC WORKS Gni5u The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name D.T.Utility Contractors Deer Meadow Phase 3A Inspector City Project Number Kedric Smith 100015 Construction Components Project Manager M Water o Waste Water ❑ Storm Drainage ❑ Pavement Gopal Sahu Initial Contract Amount Project Difficulty $152,661.00 D Simple o Routine o Complex Final Contract Amount Date $152,661.00 3/14/2018 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 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 1 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 W 448 Rating([TS/MS] * 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) 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 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 3/14/2018 Name of Contractor Project Name D.T.Utility Contractors Deer Meadow Phase 3A DOE Inspector Project Manager Kedric Smith Gopal Sahu DOE Number Project Difficulty Type of Contract 100015 Simple (9 Routine O Complex o Water a Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $152,661.00 $152,661.00 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 1 Accuracy of Plans to Existing Conditions e/ 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities W 13 Applicability of Specifications L� 4 Display Of Professionalism 4 Accuracy of Plan Quantities Z 5 Citizen Complaint Resolution Ll PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution4-1 ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication L/ 2 Timliness of Contractor Payments 4 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 (a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 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; Deer Meadow Addition Phase 3A (City Project No. 100015), City of Fort Worth, Tarrant County, Texas. r BY � Lori Tollett, Vice President of D.T. Utility Contractors, Inc. Subscribed and sworn before me on this date 4th of April, 2018. Notary Public oiwyuu:o,n Tn A1Y D7 State of Texas, 3z�' P`e`y Rlotary Public County of Parker ' °y g .�c STATE OF TEXAS YTF OF tE,F� ID#576914-4 " „, M Comm.Exp.Sep.28,2021 CONSENT OF SURETY OWNER ❑ ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of Architects G707 form OTHER ❑ Bond No: PB11509800946 TO OWNER: ARCHITECT'S PROJECT NO.: 100015 (Name and address) City Of Fort Worth CONTRACT FOR: Water, Sanity Sewer, & Drainage 1000 Throckmorton Street Sanitary 9 Fort Worth, TX 76102 PROJECT: CONTRACT DATED: (Name and address) Water, Sanitary Sewer, and Drainage Improvements for Deer Meadow Phase 3A Project No. 100015 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) City Of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 OWNER as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: April 2, 2018 (Insert in writing the month followed by the numeric date and year.) Philadelphia Indemnity Insurance Company (Surety) A (Signa of authorized representative) Attest: Fred A. Thetford, Jr.. Attorney-in-fact (Seal): (Printed name and title) 5059 PHILADELPHIA INDEMNITY INSURANCE COMPANY Bond No: PB11509800946 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.,'robin Tucker,Tom Young and/or Fred A,Thetford, III of Contract Bond Agency,LLC.,its true and lawful Attomey-i n-fact with full authority to execute on its behalf bonds,undertakings, recogniizances 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$25,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14,'of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given, And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFLX'ED BY ITS AUTHORIZED OFFICE THIS 27"DAY OF OCTOBER,2017. (Seal) Robert D.O'Leary,Ir.,President&CEO Philadelphia Indemnity Insurance Company On this 27°i day of October,2017,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that lie is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Compairy;that the said Corporate Seal and his signature were duly affixed, 61t1.iQNWChLTi gF,gNMYYI2 NOThR'V.k 56A� Mn � YY hla.9enKnnpp KOW.YpWitc Notary Public: lowttgromm�Pay.L:nnlgmrnay Gouniy 'J AiYGumml%almrzl=tpltrts$ePl.c^$,J:12i �i�lk •� �r ire residing at: Bala Cynwyd,PA (Notary Seal) My commission expires: September 25,2021 1,Edward Sayago,Corporate Secretary of PHILADELPL-IIA 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 27°i day of October,20 t7 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 2nd day of April —10 18 Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY