Loading...
HomeMy WebLinkAboutContract 50114-FP2 City Secretary Contract W. 50114 -FP2 FORTWORTH., Date Received Aug 1,2019 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: SPEEDWAY CORNERS City Project No.: 100737 Improvement Type(s): Water ® Sewer Original Contract Price: $125,896.80 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $125,896.80 04Bren ViIha ue1 t 126,2019) Jul 26,2019 Contractor Date V.P. Title Vilhauer Enterprises Company Name 20101 J u 129,2019 Project Inspector Date Khal Jaafari(Aug 1,2019) Aug 1,2019 Project Manager Date Tanie seark*t Morales Aug ,2019 Janie Scadett Morales(Aug 1,2019) g CFA Manager Date Dana Burghdoff(Aug 1,201 Aug 1, 2019 CIEEICIALRECORD Asst. City Manager Date CITY SECRETARY FT. WORTH, T � Page 1 of 2 Notice of Project Completion Project Name: SPEEDWAY CORNERS City Project No.: 100737 City's Attachments Final Pay Estimate Change order(s): ❑ Yes ❑x NIA Pipe Report: ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills PaicH Consent of Surety Statement of Contract Time Contract Time: 60 CD Days Charged: 60 Work Start Date: 2/26/2018 Work Complete Date: 6/27/2019 Page 2 of 2 FORT Wo RT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SPEEDWAY CORNER WATER&SEWER IMPROVEMENTS Contract Limits Project Type WATER&SEWER City Project Numbers 100737 DOE Number 7370 Estimate Number i Payment Number i For Period Ending 11/30/2018 CD City Secretary Contract Number Contract Time 601] Contract Date 9/12/2017 Days Charged to Date 60 Project Manager NA Contract is 100.00 Complete Contractor VILHAUER ENTERPRISES,LLC 10750 JOHN W ELLIOTT DR FRISCO, TX 75033 Inspectors MILLER,W I FLUTE Monday,July 8,200 Page 1 of 5 City Project Numbers 100737 DOE Number 7370 Contract Name SPEEDWAY CORNER WATER&SEWER IMPROVEMENTS Estimate number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding UNTI I:WATER IMPROVEMENTS Item Description of Items Estimated unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------- - ----- ----- ----- - ---- - - ------- - I SPECIFIED REMOBILIZATION I EA $18,000,00 $18,000.00 1 $18,000.00 2 2"WATER SERVICE 4 EA $I,700,00 $6,800.00 4 $6,800.00 3 1 112"WATER SERVICE 4 EA $1,450.00 $5,800.00 4 $5,800.00 4 6"WATER PIPE 78 LF $26.00 $2,078.00 78 $2,028.00 5 8"WATER PIPE 458 LF $33.60 $15,388.80 458 $15,388.80 6 6"GATE VALVE 6 EA $750,00 $4,500.00 6 $4,500.00 7 8"SEWER PIPE 5 EA $1,100,00 $5,500.00 5 $5,500.00 8 24"X 8"TAPPING SLEEVE&VALVE 2 EA $6,750,00 $13,500.00 2 $13,500.00 9 FIRE HYDRANT 2 EA $2,850.00 $5,700.00 2 $5,700.00 10 DUCTILE IRON WATER FITTINGS I TN $4,650,00 $4,650.00 1 $4,650.00 W/RESTRAINT I I TRAFFIC CONTROL I MO $3,750.00 $3,750.00 1 $3,750.00 12 TRENCH SAFETY 536 LF $1.00 $536.00 536 $536.00 13 STORM SEWER SUPPORT STRUCTURE 1 EA $3,300.00 $3,300.00 1 $3,300.00 Sub-Total of Previous Unit $89,452.90 $89,452.80 UNIT II.SANITARY SEWER MTROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanq Total Quanity Total 1 8"SEWER PIPE - `�340 LF $34.00 $11,560.00 340 $11,560.00 2 8"SEWER PIPE(150 PSI PRESSURE CLASS) 18 LF $34.00 $612.00 Is $612.00 3 6"SEWER SERVICE 58 EA $30.00 $1,740.00 58 $I,740,00 4 TRENCH SAFETY 416 LF $1.00 $416.00 416 $416,00 5 4'MANHOLE 3 EA $1,800.00 $5,400.00 3 $5,400,00 6 Y MANHOLE I EA $3,975.00 $3,975.00 1 $3,975.00 7 6"2-WAY CLEANOUT 5 EA $450.00 $2,250.00 5 $2,250.00 8 POST-CCTV INSPECTION 416 LF $1.00 $416.00 416 $416,00 9 MANHOLE VACUUM TESTING 4 EA $100.00 $400.00 4 $400.00 10 4'EXTRA DEPTH MANHOLE 6 VF $150.00 $900.00 6 $900.00 11 5'EXTRA DEPTH MANHOLE 18 VF $200,00 $3,600.00 18 $3,600.00 12 EPDXY MANHOLE LINER 23 VF $225.00 $5,175.00 23 $5,175.00 Monday,July 8,2019 Page 2 of 5 City Project Numbers 100737 DOE Number 7370 Contract Name SPEEDWAY CORNER WATER&SEWER 1MPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding Sub-Total of Previous Unit $36,444,00 $36,444,00 ----- - - --- --- Monday,Iuly 8,2019 Page 3 of City Project Numbers 100737 DOE Number 7370 Contract Name SPEEDWAY CORNER WATER&SEWER€MPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1 1/30/2019 Project Funding Contract Information Summary Original Contract Amount $125,896,80 Change Orders Total Contract Price $125,896.80 Total Cost of Work Completed $125,896.80 Less %Retained $0.00 Net Earned $125,896.80 Earned This Period $125,896.80 Retainage This Period $0.00 Less Liquidated Damages Days Q 1 nay $0.00 LessPavernent Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $125,896.80 Monday,July 8,2019 Page 4 of 5 City Project Numbers 100737 DOE Number 7370 Contract Name SPEEDWAY CORNER WATER&SEWER IMPROVEMENTS Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER Far Period Ending 1 1/30/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / FLUTE Contract Date 9/12/2017 Contractor VLIIAUER ENTERPRISES,LLC Contract Time 60 CD 10750 J014N W ELLIOTT DR hays Charged to Date 60 CD FRISCO, TX 75033 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Grass Retainage Net Funded -- - ------------- Total Cost of Work Completed $125,896.80 Less %Retained $0.00 Net Earned $125,896.80 Earned This Period $125,896.80 Retainage This Period $0.00 Less Liquidated Damages 0 Days r+ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $Q.40 Balance Due This Payment $125,896.80 Monday,Iuly 8,2019 Page 5 of 5 n C 3 N v '� n C N �} N 3 ° (D r-r =Tcr Eh ra ,rt n rD @ v 3 w"'; - V CD G G �b 0 C fD n o p CA+ Q. 3 r+ A! W C' fr L]. - 0 C m CD w 90 m " Q m o d y Oe 0 C Q o CL fl] � iO aj N' ro G M Q (D CD 0 n .° k O (DT� a ra ,ti Lo - � V1 N W ma w �, p o �Jvoro NA < � �, � „ cn — a3oui 5 3 3 L ❑ �. n n; (D a Q 3 `� N .0 z ❑ ❑ C: Cr W V iF) (D 'C ert S � rrD Axi o cr =r CL -0 v ro ° < M r I, 0 ❑ rNU �' fl] a1 N (D rt ro O U] n w M P r fop -0 Q ❑ oa ro rD N ❑ rr Q 2 O Q rD n =r (n = h = N rI 0 ro O rb Qt 0 ❑ rh d s � � Qoo = � W M o � 0 � a °t (D' n 77(D � -h N �, -v � o ni 0 OJ O rT x n Q �' Vim•+ w � N ❑ n cCD Q = c -I M rrt 3 m 73 4. ai m N N r t'C zr (DCL rt m ❑ N a g ' mco -0 a a °�' -M' ~ (D ZY N C 3 n g ° s . (D y � •O w ro ( ❑ 0 M Fo ar r r � (Dr-t � ¢J - M. =3 Cb u%, `W^ to d rt V) 0 O n r•r N � -.,C to ro I h Q N ❑ O ° � � f° Ln33 0 3 m ro (D n rt (D rr n D o- ❑ ni trOt (DrD , x Q O (D 0 LA °1 iy rt V _ rno q 0 5. ❑ =x p ` 7. cn n -i [n -n S C rn O rD D �- w rt = n O 0 u to Xm X fD m ❑ LD. 5 rD 6Fl (Dm`� > :n t rt N W � > C fp m K N � w (DD nro C v, rF �� —i RN] ? gQ A Q S 3' M fD rp v n' 3 a v EamN m ro C n ❑ w w rD 3 n CD D G rr @ - L rrDD o o O ❑ -1 C: :3m v ❑ T 0 -� �. @ 3 p `� N v (M ❑ v m C N a m _ o r+ ., cCD � w � -jN m 3 m m N n om �C LD a) N O D n rD r! ,C I rD O M n E axe �, w o ro c L � ' 3 o a; o o aq u 3 * m �' ff N v 3 v V t^ N rD 0, j rt N ❑ C7 @ `C -Ti d n � 0 m C ro m CCD N � vhi O' ❑ 3 = rD C Y,' 6 r-r C -+ Q f�D� CL + �. N �a3 n m ro a to w n❑ 0 M a w c Y ❑ D D V V CD �' 3 rt aj m. M CU a1 a (D : CL N '+ CL ti Q � m Q rr n =r Q W y �, n ❑ w 2 r0 0 N Q rorb Z — C CD 0- 0 m n v ou r➢ D @ FORT WORTH TRANSPORTATION AND PUBLIC WORDS PIPE REPORT FOR: PROJECT NAME: Speedway Corners PROJECT NUMBER: 100737 DOE NUMBER: NA WATER PIPE LAID SIZE TYPE OF PIPE LF PVC DR-14 8" Slip Joint 458 PVC DR-14 6" Slip Joint 78 FIRE HYDRANTS: 2 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 4 (2") 4 (1 ill ") SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC SDR-26 8" 340 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION.AND PUBLIC WORKS rn �' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 Bills Paid Affidavit X F RE ME, the undersigned authority, personally appeared (hereinafter referred to as "Contractor"), known to me to be a credible person, and after being by me duly sworn, upon oath stated and affirmed that: 1 name his ! and l am theV L of rI Y i n r + hereafter som i .es,., refer ed to i ?this affida it as "Contractor". Contra or's business address is i « The undersigned has personal knowledge of the facts stated herein and has full authority to make the agreements in this affidavit on behalf of Contractor. i� ant to an in accordance Ith wri enTlco�nsru�c on contract between lli ,� � j,�,��� and J Lftti�X�LContractor furnished materials and/or labor for the construction, renovation, or repair of improvements located on or relating to project known as (hereinafter the "Property"). All work provided for under said contract, to date, has been properly performed pursuant to the terms and provisions of the contract. Contractor has paid each of its subcontractors, laborers, ulopliers and materialmen in full for all labor and materials provided t for or in connection with the construction, renovation, or repai of impr ements on or relating to the subject Property, or any portion thereof, excepting only for any retainages withheld and for the amounts owed for the following specified bills to the persons identified below, Name o Mee Address Telephone No. Amount Owed Other than the above specified bills owed to the above-referenced persons, Contractor is not aware of any unpaid bills, claims, demands, or causes of action by any of its subcontractors, laborers, suppliers, or materialmen for or in connection with the furnishing of labor or materials, or both, for the construction, renovation, or repair of improvements located on or related to the subject Property. Contractor warrants and represents that the above-referenced bills will be paid by Contractor from funds paid in reliance on this Affidavit. Contractor further understands that this Bills Paid Affidavit is being given pursuant to and in accordance with Section 53.085 of the Texas Property Code and that the intentional, knowing, or reckless making of a false or misleading statement in this Affidavit constitutes an offense under said Section and is a Gass A misdemeanor. Contractor hereby indemnifies and holds harmless LxIs� f i4TrrJ��4rom any and all claims, demand or causes and any costs, expenses, and attorney's fees incurred in connection therewith, arising from or connected with, the statements and representations contained herein." EXECUTED this .� day of , 20 1 me of Contractor) By: Vel"VIL (Of icer he any} I I Printed Name: 1\1 I 1 I Uk-Q) Title:Viol 4� Notary's Acknowledgment SUBSCRIBED, SWORN TO AND ACKN WLfDGED�efore me, the undersigned authority, on this day personally appeared ,t - 1 I l � who first being duly sworn by me to be the person whose name is subscribed to the foregoing Bills Paid Affidavit, acknowledged that he/she has the authority to make this Bills Paid Affidavit, and further acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. GIVE�-UNDER MY HAND AND SEAL OF OFFICE on this the S—_� day of 20� . ANGELIA D LOYD SLATINSKY NOTARY PUBLIC STATE OF TEXAS MY COMM EXF 91300,)€9 Nota ry ic, St of Texas F�' may NOTARY ID 653253 0 My commission expires: J CONSENT OF OWNER SURETY COMPANY ARCHITECT TO FINAL PAYMENT CONTRACTOR SURETY AIA DOCUMENT G707 OTHER Bond Na. � :1 PROJECT: Water& Sanitary Sewer Improvements to Serve Speedway Corner-Fort Worth,TX (name,address) TO (Owner) [ City of Fort Worth ] ARCHITECT'S PROJECT NO: 1000 Throckmorton Street Fort Worth, TX 76102-6312 CONTRACT FOR: Water& Sanitary Sewer ] CONTRACT DATE: CONTRACTOR: Vilhauer Enterprises,LLC 5760 Highway 121, Suite 250 Plano,TX 75024 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd,PA 19004-1403 , SURETY COMPANY, on bond of(here insert name and address of Contractor) Vilhauer Enterprises,LLC 5760 Highway 121, Suite 250 Plano, TX 75024 , CONTRACTOR, hereby approves of the final payment to the Contractors, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102-6312 ,OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 25th day of July 2Q19 Philadelphia Indemnity Insurance Company Surety Company Attest: Signature of Authorized Representative 1 (Seal): Debra Lee Moon Attorne -In-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMrNT APRIL 1970 EDITION AEA ONE PACE 1970 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave.,NW,WASHINGfON,D.C. 20006 390 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Baia 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 Sammy Joe Mullis,Jr.,John William Newby,Troy Russell Key, Sandra Lee Roney,Debra Lee'Moon,Linda Michelle Stalder and/or Andrea Rose Crawford of Mullis Newby Hurst,LP. ,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizanccs 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 S25,000,000. 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 Attorney(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 any time, any such Attomey-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 14Ttt DAY OF NOVEMBER,2o16. 1927 (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14"day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and beingby 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 affixed. CCMMpMWMT71 OF rtreNR. nay.ne.ue,navry►utam Lenb Merton on h Nmtpan.1 Ceuxry Y w � My rpmmlMb�I�np Jan.1,7111 Notary Public: residing at: Bala CvnLvyd,PA (Notary Seal) My commission expires- January S 2018 I,Edward Sayago,Corporate Secretary of PHILADELPHIA 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 14'h day of November,2016 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 Attomey 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 day of 20 \�1. r1�27r i Edward Sayago,Corporate Secretary sA�'•..'St�•'.:;�a,r PHILADELPHIA INDEMNPIY INSURANCE COMPANY '�,bN„1NP