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