Loading...
HomeMy WebLinkAboutContract 53009-A1FP1 City Secretary 53009-A1 FP1 Contract No. FORTWORTH., Date Received Sep 9,2020 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: Northlink 24"Water Main Improvements City Project No.: 102189 Improvement Type(s): Water ® Sewer ❑ Original Contract Price: $478,821.00 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $478,821.00 C4,FSON Ma/E,V Aug 24 2020 CARSON COLLIER(Aug 24,202015:03 CDT) Contractor Date PM Title NORTH TEXAS CONTRACTING, INC Company Name Erg 74ww AuQ 26 2020 Eric Tin ner(Aug 26,202013:05 CDT) b f Project In ector Date Kha[Jaafari P.E ep8,2 2:56CDT) Sep 8,2020 Project Manager Date Laurie Lewis(Sep 8,202013:35 CDT) Sep 8,2020 CFA Manager Date 75aru��uNglu�o�f Dana Burghdoff( p8,202 8:59 CDT) Sep 8,2020 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name: Northlink 24"Water Main Improvements City Project No.: 102189 City's Attachments Final Pay Estimate Change Order(s): ❑ Yes ® N/A Pipe Report: ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 140 CD Days Charged: 92 Work Start Date: 4/6/2020 Work Complete Date: 8/7/2020 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHLINK LOGISTICS CENTER Contract Limits Project Type WATER FACILITIES City Project Numbers 102189 DOE Number 2189 Estimate Number 1 Payment Number 1 For Period Ending 8/31/2020 W City Secretary Contract Number 53009-PMI Contract Time 14@V Contract Date 1/27/2020 Days Charged to Date 92 Project Manager NA Contract is 100.00 Complete Contractor NORTH TEXAS CONTRACTING,INC. P.O.BOX 468 KELLER, TX 76244 Inspectors MILLER,W / TINNER,E Thursday,August 20,2020 Page 1 of 4 City Project Numbers 102189 DOE Number 2189 Contract Name NORTHLINK LOGISTICS CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER FACILITIES For Period Ending 8/31/2020 Project Funding WATER FACILITIES Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6"PVC WATER PIPE 23 LF $54.00 $1,242.00 23 $1,242.00 2 12"DIP WATER 244 LF $88.00 $21,472.00 244 $21,472.00 3 12"PVC WATER PIPE 110 LF $76.00 $8,360.00 110 $8,360.00 4 24"PVC C905 WATER PIPE 1983 LF $133.00 $263,739.00 1983 $263,739.00 5 24"PVC C905 WATER PIPE CLSM BACKFILL 10 LF $94.00 $940.00 10 $940.00 6 WATER TEST 2360 LF $1.00 $2,360.00 2360 $2,360.00 7 TRENCH SAFETY 2160 LF $1.00 $2,160.00 2160 $2,160.00 8 24"CASING BY OTHER THAN OPEN CUT 200 LF $450.00 $90,000.00 200 $90,000.00 9 DUCTILE IRON WATER FITTINGS 2.3 TN $4,850.00 $11,155.00 2.3 $11,155.00 W/RESTRAINT(24"WATER) 10 DUCTILE IRON WATER FITTINGS 0.3 TN $3,500.00 $1,050.00 0.3 $1,050.00 W/RESTRAINT(12"WATER) 11 STD.FIRE HYDRANT ASSEMBLY W/6"GATE 4 EA $4,500.00 $18,000.00 4 $18,000.00 VALVE&VALVE BOX 12 3"COMBINATION AIR VALVE ASSEMBLY FOR 1 EA $9,650.00 $9,650.00 1 $9,650.00 WATER 13 12"GATE VALVE&VALVE BOX 4 EA $1,400.00 $5,600.00 4 $5,600.00 14 24"GATE VALVE WNAULT 3 EA $13,000.00 $39,000.00 3 $39,000.00 15 CONNECT TO EXISTING WATER MAIN 1 EA $4,093.00 $4,093.00 1 $4,093.00 -------------------------------------- Sub-Total of Previous Unit $478,821.00 $478,821.00 -------------------------------------- Thursday,August 20,2020 Page 2 of 4 City Project Numbers 102189 DOE Number 2189 Contract Name NORTHLINK LOGISTICS CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER FACILITIES For Period Ending 8/31/2020 Project Funding Contract Information Summary Original Contract Amount $478,821.00 Chanize Orders Total Contract Price $478,821.00 Total Cost of Work Completed $478,821.00 Less %Retained $0.00 Net Earned $478,821.00 Earned This Period $478,821.00 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 $478,821.00 Thursday,August 20,2020 Page 3 of 4 City Project Numbers 102189 DOE Number 2189 Contract Name NORTHLINK LOGISTICS CENTER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER FACILITIES For Period Ending 8/31/2020 Project Funding Project Manager NA City Secretary Contract Number 53009-PMI Inspectors MILLER,W / TINNER,E Contract Date 1/27/2020 Contractor NORTH TEXAS CONTRACTING,INC. Contract Time 140 W P.O.BOX 468 Days Charged to Date 92 W KELLER, TX 76244 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 $478,821.00 Less %Retained $0.00 Net Earned $478,821.00 Earned This Period $478,821.00 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 $478,821.00 Thursday,August 20,2020 Page 4 of 4 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: NorthLink Logistics 24"Water Transmission Main PROJECT NUMBER: 102189 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 6" PVC 23 12" PVC 110 24" PVC 1983 FIRE HYDRANTS: 4 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 24"(3) DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 s (817)392-7941 •Fax: (817)392-7845 i� FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 18, 2020 North Texas Contracting,Inc, 4999 Keller Haslet Rd. Fort Worth Tx 76244 RE: Acceptance Letter Project Name: North Texas Contracting Project Type: 01 City Project No.: 102189 To Whom It May Concern: On August 17, 2020 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on August 17, 2020, which is the date of the final inspection 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- 392-7872. Sincerely, Khal Jaafari P.E ep 8,2 2:56 CDT) Khal Jaa ari, Project Manager Cc: Eric Tinner, Inspector Wade Miller, Inspection Supervisor Ariel Duarte, Senior Inspector Victor Tornero, Program Manager Goodwin And Marshall Inc, Consultant North Texas, Contractor Hines, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas § County of Tarrant § BEFORE ME,the undersigned authority, on this day personally appeared Carson Collier. known to me to be a credible person and officer of North Texas Contracting, Inc. and who, being duly sworn, upon his oath declares and acknowledges as follows: 1. I am a duly authorized agent of North Texas Contracting, Inc_., which has authorized me to make this affidavit,and all of the recitations herein are true and correct. 2. Pursuant to City of Fort Worth Contract No. 102189 between Cit. of Fort Worth and North Texas Contracting. Inc. for 24" Water Transmission Main to serve Northlink Logistics Center, North Texas Contracting, Inc. has supplied materials and performed labor in connection with the construction of improvements on real property owned by the City of Fort Worth ("the improvements"). 3. North Texas Contracting. Inc. has actual knowledge that all bills owed by Cite of Fort Worth to North Texas Contracting. Inc. for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. North Texas Contracting, Inc. has actual knowledge that all bills owed by North Texas Contracting. Inc. to others for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 5. North Texas Contractina. Inc. has actual knowledge that there are no claims or liens for materials supplied or labor performed in connection with the City of Fort Worth Contract. 6. North Texas ContractinL, Inc. further warrants that should any claim or lien be filed for material supplied or labor performed in connection with the City of Fort Worth Contract, North Texas Contracting, Inc. will immediately furnish a bond pursuant to Texas Property Code Sections 53.236 through 53.238 for release of each the claim or lien, obtain settlement of any claim or lien, and furnish the City of Fort Worth written full release. North Texas Contractin,. Inc. agrees to fully indemnify and hold harmless the City of Fort Worth from any and all costs that may.occur by reason of such claims or liens. EXECUTED this 7-4 day of �, .st 202-0. North Tex�C>on>tractin By NAME. CarspfCollier TITLE: PM STATE OF TEXAS COUNTY OF TARRANT This instrument was acknowledged before me on 8/24/20 by Carson Collier, Project Manager of North Texas Contracting,Inc. a Texas corporation,on behalf of said i C. ........ jj r [NOTARY PUBLIC STAMP] 2oP o , 5FXrARY PUBL _c�: 0 : o_ * '.-1")ATE QF����•• �.` CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No SU1162696 PROJECT: (name, address)North link Logistics Center Fort worth,TX TO (Owner) HRUS ALLIANCE,LLC AND THE CITY OF FORT ARCHITECT'S PROJECT NO: CFA#19-0088 WORTH CONTRACT FOR: 2200 Ross Avenue,Suite 420OW 24"Water Transmission Main to serve Northlink Logistics Center Dallas TX 75201 CONTRACT DATE: CONTRACTOR: NORTH TEXAS CONTRACTING, INC. 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) ARCH INSURANCE COMPANY Harborside 3,210 Hudson Street,Suite 300 Jersey City NJ 07311-1107 , SURETY COMPANY on bond of (here insert name and address of Contractor) NORTH TEXAS CONTRACTING, INC. 4999 Keller Haslet Rd. Keller TX 76248 , CONTRACTOR, hereby approves of the final payment to the Contractor, 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) HRUS ALLIANCE, LLC AND THE CITY OF FORT WORTH 2200 Ross Avenue, Suite 420OW Dallas TX 75201 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 24th day of August,2020 ARCH INSURANCE COMPANY Surety Company / Attest: l -- (Seal): . � nature of Authorized Representative Robbi Morales Attorney-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 ONE PAGE AIC 0000313370 This Power ofAttorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated Not valid for Note,Loan,Letter of Credit,Currency Rate,Interest Rate or Residential Value Guarantees. Know All Persons By These Presents: POWER OF ATTORNEY That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Don E.Cornell,Joshua Saunders,Kelly A.Westbrook,Ricardo J.Reyna,Robbi Morales,Sophinie Hunter,Tina McEwan and Tonie Petranek of Dallas,TX (EACH) its true and lawful Attorney(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations,in the penal sum not exceeding Ninety Million Dollars(90.000.000 001 This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15,2011,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto,bonds, undertakings,recognizances and other surety obligations obligatory in the nature thereof,and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed,sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division, or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary,the seal of the Company,and certifications by the Secretary,may he affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15,2011,and any such power so executed,sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 18th day of Mav,2020 Attested and Certified �(" `e Arch Insurance Company 1&d 4vw WKR7W17E �'wd� ]� tom,0� �r J 4yt tf-Gf—t SEAT `C+� Patrick K.Nails,Secretary 19n David M.Finkelstein,Executive Vice President STATE OF PENNSYLVANIA SS Y COUNTY OF PHILADELPHIA SS ■ �401� I,Michele Tripodi,a Notary Public,do hereby certify that Patrick K.Nails and David M.Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company,a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. C06u*0WYN9ALTH of PEN"YLVA LA /J / NOTARIAL SEAL NKNEU TRIPOD!,Newry P4Ak eQyMPh&&-t 4#,PhNs. county Michele Tri odi,NotaryPublic ECM wty fit.tit M commission expires 07/31/2021 CERTIFICATION Y P I,Patrick K.Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated May 18,2020 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said David M.Finkelstein,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company, IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this24tNay 0f AUgUst 2020 Patrick K.Nails,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: rS � Arch Insurance—Surety Division 3 Parkway,Suite 1500 tL'IIiK71NtYE ,� Philadelphia,PA 19102 SEALy wn d To verify the authenticity of this Power of Attorney,please contact Arch Insurance Company at SuretyAuthentic@archinsurance.com Please refer to the above named Attorney-in-fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A.