Loading...
HomeMy WebLinkAboutContract 55553-FP1 City Secretary 55553 -FP1 Contract No. FORT WORTH, Date Received Feb 10,2022 NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: MORN INGSTAR-SECTION 5 PHASE 4 City Project No.: 103161 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $473,324.90 Amount of Approved Change Order(s): $63,473.25 Revised Contract Amount: $536,798.15 Total Cost of Work Complete: $536,798.15 C&6'ra 7-� Feb 9,2022 Colton To llett(Feb 9,2022 14:24 CST) Contractor Date Vice President Title DT Utility Contractors Inc Company Name Feb 10,2022 Project Inspector Date c�aP P.c' Feb 10,2022 P�rq'ect Ma�e���� Date We Scarlett Morales(Feb 10,2022 10:35 CST) Feb 10,2022 Da/la XA'A L Date Dana Burghdoff(Fe 10,2022 1 :4s CST) Feb 10,2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: MORN INGSTAR-SECTION 5 PHASE 4 City Project No.: 103161 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 185 WD Days Charged: 157 Work Start Date: 5/2/2021 Work Complete Date: 1/26/2022 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MORNINGSTAR-SECTION 5,PHASE 4 Contract Limits Project Type WATER&SEWER City Project Numbers 103161 DOE Number 3161 Estimate Number I Payment Number I For Period Ending 2/9/2022 WD City Secretary Contract Number Contract Time 99D Contract Date Days Charged to Date 157 Project Manager NA Contract is 100.00 Complete Contractor D T UTILITY CONTRACTORS,INC. 2614 CAUSBIE RD WEATHERFORD, TX 76087 Inspectors GLOVER / WATSON Wednesday,February 9,2022 Page 1 of 4 City Project Numbers 103161 DOE Number 3161 Contract Name MORNINGSTAR-SECTION 5,PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/9/2022 Project Funding WATER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 5 Connect.to Existing 4"-12"Water Main 3 EA $500.00 $1,500.00 3 $1,500.00 7 Ductile Iron Water Fittings 3 TN $6,000.00 $18,000.00 3 $18,000.00 8 Trench Safety 3412 LF $1.00 $3,412.00 3412 $3,412.00 IA 6"WATER PIPE CO#1 94 LF $33.00 $3,102.00 94 $3,102.00 2A 8"WATER PIPE CO#1 3318 LF $40.00 $132,720.00 3318 $132,720.00 3A 6"GATE VALVE CO#1 6 EA $950.00 $5,700.00 6 $5,700.00 4A 8"GATE VALVE CO#1 7 EA $1,100.00 $7,700.00 7 $7,700.00 6A FIRE HYDRANT CO#1 6 EA $3,675.00 $22,050.00 6 $22,050.00 9A 1"WATER SERVICE CO#1 88 EA $950.00 $83,600.00 88 $83,600.00 -------------------------------------- Sub-Total of Previous Unit $277,784.00 $277,784.00 SEWER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 5 4'Extra Depth Manhole 33 VF $150.00 $4,950.00 33 $4,950.00 7 Post-CCTV Inspection 3079 LF $3.10 $9,544.90 3079 $9,544.90 8 Manhole Vacuum Testing 10 EA $150.00 $1,500.00 10 $1,500.00 9 Epoxy Manhole Liner 25 VF $300.00 $7,500.00 25 $7,500.00 10 Trench Safety 3079 LF $1.00 $3,079.00 3079 $3,079.00 11 Connect to Existing Sanitary Sewer Main 1 EA $500.00 $500.00 1 $500.00 IA 8"SEWER PIPE CO#1 2895 LF $39.75 $115,076.25 2895 $115,076.25 2A 8"SEWER PIPE CSS BACKFILL CO#1 184 LF $88.50 $16,284.00 184 $16,284.00 3A 4'MANHOLE CO#1 9 EA $3,250.00 $29,250.00 9 $29,250.00 4A 4'DROP MANHOLE CO#1 1 EA $4,450.00 $4,450.00 1 $4,450.00 6A 4"SEWER SERVICE TWO WAY CO#1 88 EA $760.00 $66,880.00 88 $66,880.00 -------------------------------------- Sub-Total of Previous Unit $259,014.15 $259,014.15 -------------------------------------- Wednesday,February 9,2022 Page 2 of 4 City Project Numbers 103161 DOE Number 3161 Contract Name MORNINGSTAR-SECTION 5,PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/9/2022 Project Funding Contract Information Summary Original Contract Amount $473,324.90 Change Orders Change Order Number 1 $63,473.25 Total Contract Price $536,798.15 Total Cost of Work Completed $536,798.15 Less %Retained $0.00 Net Earned $536,798.15 Earned This Period $536,798.15 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $536,798.15 Wednesday,February 9,2022 Page 3 of 4 City Project Numbers 103161 DOE Number 3161 Contract Name MORNINGSTAR-SECTION 5,PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/9/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER / WATSON Contract Date Contractor D T UTILITY CONTRACTORS,INC. Contract Time 90 WD 2614 CAUSBIE RD Days Charged to Date 157 WD 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 $536,798.15 Less %Retained $0.00 Net Earned $536,798.15 Earned This Period $536,798.15 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 $536,798.15 Wednesday,February 9,2022 Page 4 of 4 FORTWORTH.. TRANSPORTATION AND PUBLIC WORKS February 9,2022 D.T. Utility Contractors Inc 2614 Causbie Rd Weatherford Texas 76087 RE: Acceptance Letter Project Name: MorningStar Project Type: Paving,Drainage,Sewer,Water and ST Lights City Project No.: 101161 To Whom It May Concern: On January 26, 2022 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on February 9, 2022. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on February 9, 2022, which is the date of the punch list completion and will extend of two (2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 716-2997. Sincerely, Patrick Buckley, Project Manager 4 Cc: Riley Roberson, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Victor Tornero, Program Manager Welch Engineering, Inc, Consultant D.T Utility, Contractor FG Aledo Development, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: MorningStar Section 5,Phase 4 PROJECT NUMBER: 103161 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF Water 611 PVC 94' Water 8" PVC 3318' FIRE HYDRANTS: 6 VALVES(16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF I DENSITIES: NEW SERVICES: 88-1" Copper 1780' SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8" PVC 2,895' Sewer pipe w/CSB 8" PVC 184' PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 88-4" PVC 1,780' TRANSPORTATION AND PUBLIC'WORKS 2 om ( § m a o a 0 ( / q ° / § 0 \ ( ; a 2 _ \ } \ j \ \ \ / E m § � q / 0 0 ) > ( \ \ \ \ w i 0C / k\ k w 2 2 � / } > \ \ \ 0 � o CD e ji & J ° E O S % � ) 0 / \ zz ® LLJ E m = G (L o ¥ _ _ » § < + / / u § w d = _ § $ \ ® ) § § \ W \ $ Lci \ S % Z i \ \ e � )I ( / [ $ @ £ q / m % e z >: ® j / ƒ CD / / \ w w / 77 � \ u ) ) i i # / / \ \ } k .. . } \ \ k \ � / \ e . k / \ \ } § R \ 2 i �k 11 cq k Na k / ( \ m § \ » G / w # # w \ \ § E § \ e e e ® © T ~ z � U 8 / \ u ± \ } ( 9 G SD S e LWwn / @ 00 » G ( j \ } \ L L / o \ n % o > > \ # a- # \ \ # j J \ ° } § / R ) z e \ 0 / \ 0 § i 5 / / e / E & / 7 ( z o 0 0 o D m E z = / § b S & w 0 0 0 0 0 0 0 0 0 0 0 0 00 lO 0 0 0 0 0 0 0 0 N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 FA O O O O o 0 0 0 0 0 0 0 o O N O O O O O o 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N V 0 0 0 O O o o O 04 N 0 w 900 0 00 0 0 1� (O o m M N o 0 o O O C O C o O O N U) Q M O W N 0 0 0 0 0 N 0 0 7 N ti W N O N O N o w N O O M fO O O O O O O O O O O N 4 f0 a- d: t,O � N O O 0o M M O O N O N N V N 00 O N O N O N Vi N a 0) N O N t• OV V F (V M W (V (0 N r f` W N a M (0 (0(0(O h m V'Q t`t0 ti N(O M V7 fV(O oo Oi w F`f0 N Cl) M Cl) a M co 0 fA O M b9 fR E9 N h O M O N N fA fA N 0 N M M N N M M (A m w N f9 f9 69 N 67 » » v� » w » » » in� (n » v, w �st (» � (» utvi v3v� vrr<s w 0 0 0 0 0 0 0 0 0 0 0 0 o N o 0 0 0 0 0 0 o O O O O O O o 0 0 0 0 0 0 0 0 0 W o 0 0 0 0 o O o 0 0 0 0 o t" o N O O O o 0 0 0 o O o 0 o 0 0 0 o O o o O O o V CO ai (M 0 0 0 0 0 0 0) 0 0 In 0 fV aD 0 0 0 0 0 0 M In � � t• N O C 0 0 0 0 0 0 0 0 N M M V' w N 0 0 w h O N Cl) Cl) co O O N O In N (O N W O 1- w 0 0 0 lt) O O o 0 0 N di m fR N 00 W O N (O 00 O f9 6% m fH O N N ai (D N b9 6% M M N f0 N W lO o N Fl Oo r F CL � � u> tn 626% � 60U) m � W, OD 00 - 69M � z F z w 2 W O w IL w z Q 0 z a U LU uU p C A pbt W W Q w �zn HH WofA Wo0.1 vv U U c c W o 0 0 0 H > > > > 00 f� LCi� r� n a'i� ia � v, v, y UUCUvv a a�� _ .. w a o � � m � d d ! a s a s q q p q.n A F F F F a d m R R a a s s x x R s 3 3 3 3 o 0 3 3 K U U �j U U g q C G W W W W � 3 _33C7C7C7C7 a> K o 0 o m a1 dQ !4 � W' P.' o 0 0 o N? W 3 W v7 V)� A` rn (n U U F C000v V 0000 �o �� a 1D 1D o0 00 10 10 W W w w �--� �--� Q 00 00 00 DD M N N d' a 7 d' N N M M M M Q N N M CI 'A � 10 N N N N Ul D\ I N N 8/1 h M M lc,-:, h 10 10 9 10 O O O O O O O O Nil O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 — N N 0 0 0 0 0 0 0 0 O O O O M M M M N N 0 0 0 0 0 0 O O O O M M M M O O N N J V M M - 0 0 0 0 0 0 0 0 0 0 v1 v( 'tQQ V 7 V V V d' V VMMMMMMM M M M M M M M M M f M M M M M M M M M M M M M M M M F F Z aaa .awwwwwww aaaawww aaaaaawwwwwwwwww N C N E 3 00 DD 01 p1 ti ,� W W 01 1100 N N N N N N !` .. N Q M M N N ~ OV N N N C d O U � t FW.. C Q ,A m 0) m C U U U m C 3 _o ZO am Y E W o >. w a) a w N � W m w d d d d d d d d d d Z d d d d d d d d F �--� � T 01 N N ^' I(Q N CV N N N N N N N N 0 M \ � � � 0 � S § E z o 4 } § c o & / z ® N q [ Lij z \ / \ \ CV)® o ƒ p 6 K § 2 z p v Lu 2 0 § fLL m ( § � > _ k @ 3 7 > § / U # .. k IL � 2 z / § (L / d z § z 2 E E a § § U LU k ) k 0 § 0 \ p LU § q / / z / § § 2 z ( ( \ § § z § d § E ) t 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 Colton 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 Sec 5 Ph 4 CPN# 103161 Tarrant County, Texas. BY Colton Tollett, Vice President of D.T. Utility Contractors, Inc. Subscribed and sworn before me on this date 31 st of January, 2022. LORITOLLETT NOTARY PUBLIC STATE OF TEXAS Notary Public OF ID#20082.5-9 State of Texas MY COMM,Expires09-05-2025 R ❑ CONSENT OF SURETY OWNER ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of Architects G707form OTHER ❑ Bond No: PB11509801825 TO OWNER: ARCHITECT'S PROJECT NO.: (Name and address) FG Aledo Development, LLC 3045 Lackland Boulevard CONTRACT FOR: Water, Sewer& Storm Drain Fort Worth, TX 76116 PROJECT: CONTRACT DATED: 2/01/2021 (Name and address) Morningstar- Section 5, Phase 4 Water, Sewer, and Storm Drain 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) 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: January 27, 2022 (insert in writing the month followed by the numeric date and year.) Philadelphia Indemnity Insurance Company (Surety) -71 (Signature of authorized representative) Attest: `. Fred A. Thetford IV. Attorney-in-fact (Seal): (Printed name and titre) PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney Bond No: PB11509801825 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,Diane Brawn.Fred A. Thetford IV and/or 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$50,000,000. 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 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 anytime,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 27...DAY OF OCTOBER,2017. iiv"H w 1927 m� (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 27"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 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 affiyx�edd. r ° Notary Public: �`nY { t W�+wo°Etotes Ergl 20t1 residing at: Bala CyynMd.PA (Notary Seal) My commission expires: September 25,2021 1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27"day of October,2017 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 1 have subscribed my name and affixed the facsimile seal of each Company this 27th day of January ,20 22 ,aaroata_. 1927 Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY