Loading...
HomeMy WebLinkAboutContract 57110-FP1 City secretary 57110 -FP1 Contract No. FORTWORTH. Date Received Jul 19, 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: Park Drive West City Project No.: 103534 Improvement Type(s): ❑ Paving ❑x Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $64,408.70 Amount of Approved Change Order(s): Revised Contract Amount: $64,408.70 Total Cost of Work Complete: $64,408.70 Colton Tollett(Jul 18,2022 14:38 CDT) Jul 18, 2022 Contractor Date Vice President Title DT Utility Contractor Inc. Company Name Jul 1% 2022 Project Inspector Date J u l 19 2022 Sandip Adhikari .E.(Jul 19,20220 Project Manager Date 014194mg h�4?1-d�olv Jul 19 2022 Dwayne ollars for(Jul 19,20220:51 CDT) CFA Manager Date a gfg�7 Dana BurRhdoff( 19,20 210:20 CDT) Jul 19 2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Park Drive West City Project No.: 103534 City's Attachments Final Pay Estimate 0 Change Order(s): ❑ Yes 0 N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 80 WD Days Charged: 64 Work Start Date: 3/14/2022 Work Complete Date: 7/8/2022 Completed number of Soil Lab Test: 38 Completed number of Water Test: 25 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PARK DRIVE WEST Contract Limits Project Type DRAINAGE IMPROVEMENTS City Project Numbers 103534 DOE Number 3534 Estimate Number 1 Payment Number 1 For Period Ending 7/15/2022 WD City Secretary Contract Number Contract Time 8WD Contract Date 1/13/2022 Days Charged to Date 64 Project Manager NA Contract is 100.00 Complete Contractor D T UTILITY CONTRACTORS,INC. 2614 CAUSBIE RD WEATHERFORD, TX 76087 Inspectors CORDOVA / STRANG Tuesday,July 12,2022 Page 1 of 4 City Project Numbers 103534 DOE Number 3534 Contract Name PARK DRIVE WEST Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE IMPROVEMENTS For Period Ending 7/15/2022 Project Funding UNIT III:DRAINAGE IMPROVMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 36"RCP CLASS IV 37 LF $210.00 $7,770.00 37 $7,770.00 2 36"PARELLEL HEADWALL,I PIPE 1 EA $14,350.00 $14,350.00 1 $14,350.00 3 LARGE STONE RIPRAP DRY 81 SY $125.00 $10,125.00 81 $10,125.00 4 TRENCH SAFETY 39 LF $1.00 $39.00 39 $39.00 5 HMAC PAVMENT REMOVE AND REPLACE 19 SY $585.00 $11,115.00 19 $11,115.00 SHOWN IN PLAN 6 TRAFFIC CONTROL 1 MO $12,000.00 $12,000.00 1 $12,000.00 7 ROLLMAX VMAX SC250 TURF 21310 SF $0.37 $7,884.70 21310 $7,884.70 REINFORCEMENT MAT 8 REMOVE 18"STORM LINE 25 LF $25.00 $625.00 25 $625.00 9 REMOVE HEADWALUSET 1 EA $500.00 $500.00 1 $500.00 ------------------------------------- Sub-Total of Previous Unit $64,408.70 $64,408.70 -------------------------------------- Tuesday,July 12,2022 Page 2 of 4 City Project Numbers 103534 DOE Number 3534 Contract Name PARK DRIVE WEST Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE IMPROVEMENTS For Period Ending 7/15/2022 Project Funding Contract Information Summary Original Contract Amount $64,408.70 Change Orders Total Contract Price $64,408.70 Total Cost of Work Completed $64,408.70 Less %Retained $0.00 Net Earned $64,408.70 Earned This Period $64,408.70 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 $64,408.70 Tuesday,July 12,2022 Page 3 of 4 City Project Numbers 103534 DOE Number 3534 Contract Name PARK DRIVE WEST Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE IMPROVEMENTS For Period Ending 7/15/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA / STRANG Contract Date 1/13/2022 Contractor D T UTILITY CONTRACTORS,INC. Contract Time 80 WD 2614 CAUSBIE RD Days Charged to Date 64 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 $64,408.70 Less %Retained $0.00 Net Earned $64,408.70 Earned This Period $64,408.70 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 $64,408.70 Tuesday,July 12,2022 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS July 7, 2022 D.T. Utility Contractors, Inc. 2614 Causble Road Weatherford,TX 76087 RE: Acceptance Letter Project Name: Park Drive West Project Type:Water, Sewer& Drainage City Project No.: 103534 To Whom It May Concern: On June 28, 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 July 8, 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 July 8, 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 Sandip Adhikari (817) 392-8424 . Sincerely, Sand ip Adhikari .E.(Jul 19,202208:16CDT) Sandip Adhikari, Project Manager Cc:Travis Strang, Inspector Ron Cordova, Inspection Supervisor Edward Davila, Senior Inspector Victor Tornero, Program Manager Peloton Land Solutions, Consultant D.T. Utilities, Contractor VLMC,INC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 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; Park Drive West CPN# 103534 Tarrant County, Texas. BY Colton Tollett, Vice President of D.T. Utility Contractors, Inc. Subscribed and sworn before me on this date 14th of July, 2022. :NOTARY LLETT PUBLICF TEXAS 0825-9Mys 09.05-2025 Notary Public State of Texas CONSENT OF SURETY OWNER TO FINAL PAYMENT ARCHITF.C' ALA Document G707 CONTRACTOR SIJRFW x (Instructions on reverse aide) Bond No. SUR0005508 OTHER TO OWNER: ARCHITECT'S PROJECT NO.: NIA (Name and addres} VLMC, Inc. 3045 Lackland Road CONTRACT FOR: Fort Worth, TX 76116 Water,Sanitary Sewer&Storm Drain Improvements PROJECT: CONTRACT DATED: Undated Mine and euklrew Park Drive West in accordance with the provisions of the Contract between the Owner and the Contractor as indit:ated ahnve,the (frowry name and arklm"(rfA'ure{T) Frankenmuth Mutual Insurance Company One Mutual Avenue Frankenmuth, M148787-0001 SURETY. on bond of rl aerr name and aeldmw cc f rantracror) D.T. Utility Contractors, Inc. 2614 Causbie Road Weatherford, TX 76087 CONTRACTOR, hereby approves of the final payment to the Contractor,anti agrees that final 1)3ymclht to the Contracu)r shall nut relieve the Surety of any c)f its obligations to dna fl more and adrhr�N of Ore•uer) VLMC, Inc. 3045 Lackland Road Fort Worth, TX 76116 OWNER, asset forth in said Surety's tx)nd. 1N WrrNF5S WHEREOF,the Surety has hereunto set its hand on this cline: July 14, 2022 Ornerrirrit-diinkrbA'+rrowbfWonwlln-ibvPeruarric(late(u id.iv r) Frankenmuth Mutual Insurance Company rq#t rarrrti•(Jaratxrris(7i , Attest: Veronica Ramos, Witnes (Seal): Russ Frenzel,Attorney-in-Fact OrrlrlrtYl ninne unrl rule) CAUTION. You should sign an original AIA document that has this caution printed In red. An original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. NA DOCU11 ENT GM7•CONSENT OF Sl;W IY ID FINAL PAYMENT•199-1 F.])rn0N-'AIA 01994•'III E&MFRICA.N INIRM-n.OF ARC11rr-RIN.173i NFW YORK AVENI-V. !1L'.WASH• INGTON,11C.1tW6-5292 •WARNING:unlimnsW photocopying violates U.S.copy- G707--1994 right Wm wkd will subject the vloletor to legal prosecution FRANKENMUTH MUTUAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,that Frankenmuth Mutual Insurance Company (the"Company"),a corporation duly organized and existing under the laws ofthe State of Michigan,having its principal office at I Mutual Avenue,Frankenmuth, Michigan 48787,does hereby nominate,constitute and appoint: Brady K. Cox, Brock Baldwin, Russ Frenzel, Keith Rogers, Blaine Allen, Chandler Nazzal, Brent Baldwin, Sam Freireich, John Aboumrad, Cynthia Alford,William D. Baldwin Their true and lawful attomey(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal, acknowledge and deliver any and all bonds, contracts and undertakings of suretyship,with the exception of Financial Guaranty Insurance,provided,however,that the penal sum of any one such instrument shall not exceed the sum of: Fifty Million and 00/100 Dollars(550,000,000) This Power of Attorney is granted pursuant to the following Resolution duly adopted at a meeting of the Board of Directors of Frankenmuth Mutual Insurance Company: "RESOLVED,that the President, Senior Vice President or Vice President and each of them under their respective designations, hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer of the Company,qualifying the attomey(s) named in the given power of attorney,to execute on behalf of, and acknowledge as the act and deed of Frankenmuth Mutual Insurance Company on all bonds, contracts and undertakings of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF,the Company has caused these presents to be signed and attested by its appropriate officers and its corporate,seal hereunto affixed this IOth day of Se ttembor,2018. Frankenmuth Mutual Insurance Company �Y— Frederick A.Edmond,Jr., President and Chief Operating Officer '�BTi!TE OF�MI�CHIGAIti s) COUAITY O}F SAGIN ss: f`+�l� •,, 'J tit ...� a4.,.•_. Sworn ibbefg p,me,Aotary Public in the State of Michigan,by Frederick A. Edmond,Jr.,to me personally known to be the individual and officer described in,and who executed the preceding instrument,deposed and said the Corporate Seal and his signature as Officer were affixed and subscribed to said instrument by the authority of the Company. IN TESTIMONY WHEREOF, I have set my hand,and affixed my Official Seal this 10th day of September,2018. _ C —� (Seal) Dianne L.Voss,Notary Public Saginaw County,State of Michigan1`. My Commission Expires July 23,2024 # 1, the undersigned, Vice President of Frankenmuth Mutual Insurance Company, do hereby certify that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and is in full force and effect as of this date. IN WITNESS WHEREOF,I have set my hand and affixed the Seal of the Company,this 14th day of July ,20 22 . Andrew H.Knudsen,Vice President ALL CORRESPONDENCE RELATED TO BOND YALIDATIONAND/OR A CLAIM SHOULD BE DIRECTED TO THE DIRECTOR OF SURETY, 701 US ROUTE ONE,SUITE 1, YARMOUTH,ME 04096