Loading...
HomeMy WebLinkAboutContract 52850-FP2 City Secretary 52850 -FP2 Contract No. FORTWORTH., Date Received Sep 28,2020 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: GODDARD SCHOOL AT FORT WORTH City Project No.: 101909 Improvement Type(s): ® Paving ® Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $48,489.00 Amount of Approved Change Order(s): $55,947.15 Revised Contract Amount: $104,436.15 Total Cost of Work Complete: $104,436.15 EVAN T EELDMAN Serf 23 2020 EVAN J FELDMAN(Sep 23,202014:29 CDT) p Contractor Date Controller Title Bear Creek Site Utilities&Construction,Ltd. Company Name ess fDa,ils(Sep 23�9:23 CDT) Sep 23,2020 Pr iect Inspector Date w,Lw z /-;)c Kha[Jaafari P.E.(Sep24,202011:12 CDT) Sep 24,2020 Project Manager Date L4a^;�-Lgf' 4- Sep 24,2020 l aurie Lewis(Sep 24,202013:26 CDT) CFA Manager Date Dana BurAhdoff Dana Burghdoff(Sep 25,202016:50CDT) Sep 25,2020 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name: GODDARD SCHOOL AT FORT WORTH City Project No.: 101909 City's Attachments Final Pay Estimate Change Order(s): ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid _. Consent of Surety Statement of Contract Time Contract Time: 120 CD Days Charged: 318 Work Start Date: 11/4/2019 Work Complete Date: 9/16/2020 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name GODDARD SCHOOL AT FORT WORTH Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 101909 DOE Number 1909 Estimate Number 1 Payment Number 1 For Period Ending 9/22/2020 CD City Secretary Contract Number Contract Time 120D Contract Date Days Charged to Date 318 Project Manager NA Contract is 100.00 Complete Contractor BEAR CREEK SITE UTILITIES&CONSTRUCTION 4950 HANSON DR IRVING, TX 75038 Inspectors DICKINSON/ DAVIS Tuesday,September 22,2020 Page 1 of 4 City Project Numbers 101909 DOE Number 1909 Contract Name GODDARD SCHOOL AT FORT WORTH Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 9/22/2020 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 DOUBLE 24"SLOPED HEADWALL(6 TO 1) 4 EA $2,250.00 $9,000.00 4 $9,000.00 2 24"RCP 278 LF $85.00 $23,630.00 278 $23,630.00 3 REMOVAL&REPLACEMENT 8X4 BOX 22.5 LF $2,130.98 $47,947.05 22.5 $47,947.05 CULVERT CO#1 -------------------------------------- Sub-Total of Previous Unit $80,577.05 $80,577.05 -------------------------------------- PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 STREET CURB CUT FOR NEW DRIVE 152 LF $12.00 $1,824.00 152 $1,824.00 ENTRANCE 2 CITY DRIVEWAY APPROACH PAVING 6" 2005 SF $7.00 $14,035.00 2005 $14,035.00 THICK 4000PSI 3 REPLACE MASONARY WALL&FOOTING CO#1 30 LF $266.67 $8,000.10 30 $8,000.10 Sub-Total of Previous Unit $23,859.10 $23,859.10 Tuesday,September 22,2020 Page 2 of 4 City Project Numbers 101909 DOE Number 1909 Contract Name GODDARD SCHOOL AT FORT WORTH Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 9/22/2020 Project Funding Contract Information Summary Original Contract Amount $48,489.00 Change Orders Change Order Number 1 $55,947.15 Total Contract Price $104,436.15 Total Cost of Work Completed $104,436.15 Less %Retained $0.00 Net Earned $104,436.15 Earned This Period $104,436.15 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 $104,436.15 Tuesday,September 22,2020 Page 3 of 4 City Project Numbers 101909 DOE Number 1909 Contract Name GODDARD SCHOOL AT FORT WORTH Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 9/22/2020 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON/ DAVIS Contract Date Contractor BEAR CREEK SITE UTILITIES&CONSTRUCTION Contract Time 120 CD 4950 HANSON DR Days Charged to Date 318 CD IRVING, TX 75038 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 $104,436.15 Less %Retained $0.00 Net Earned $104,436.15 Earned This Period $104,436.15 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 $104,436.15 Tuesday,September 22,2020 Page 4 of 4 DocuSign Envelope ID:F5DDD11E-78EB-4A4B-AE49-AD90CF81587D DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: GODDARD SCHOOL AT FORT WORTH CHANGE CONTRACT: Water(A),Sewer(A-1).Paving B,Storm Drain 8-1,Street Li his&Si ns C ORDER No: CFA# CFA19-0008 CITY PARTICIPATION: NO CITY PROJECT# 101909 DOE# 1 WATER PROJECT# 56008-0600430-101909-001580 SEWER PROJECT# 560 08-0700430-1 01 9 0 9-001 3 80 FILE# W-2602 INSPECTOR: Jesse Davis Phone No: 817-863-3705 APPROVED PROJECT MANAGER: Khal Jaafari Phone No: 817-392-7872 By khal Jaafad at 4:57 pm, Sep 17, 2020 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer Deve oper DAYS Cost City Cost Cost City Cost Cost City Cost Developer Cost City Cast Cost City Cost ORIGINAL CONTRACT $60,465.00 $22,634.00 $15,859.00 $32,630.00 EXTRAS TO DATE $0.00 $0.00 $0.00 CREDITSTODATE $0.00 $0.00 $0.00 CONTRACT TO DATE $60,465.00 $0.00 $22,534.00 $0.00 $15,859.00 $0.00 $32.630.00 $0.00 $0.00 $0.00 0 AMOUNT OF PROP.CHANCE ORDER $34,646.69 $81000.10 $47,947,05 REVISED CONTRACT AMOUNT $60,465.00 _ $0.00 $57,180.69 $0A0 $23,869.10 $0.00 $80,577.05 $0.00 $0.00 $0.00 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $60,465.00 $57,180.69 $23,859.10 $80,577.05 $0.00 REVISED COST SHARE Dev.Cost: $222,081.84 City Cost: $0.00 TOTAL REVISED CONTRACT $222,081.84 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM R B QUANTITY UNIT ITEM DESCRIPTION UNITPRICE TOTAL Drainacre Removal&Replacement 8x4 Box $47,947.05 Culvert 3341.1501 22.5 LF Remove&Re lace 8x4 Box Culvert 2,130.98 Subtotal-Draina e $47,947.05 Paving Replace Masonry Wall&Footing 241.0500 30 LF Replace Masonry Wall 266.67 $ 8,000.10 Subtotal-Pavin $ 8000.10 Sewer Connect to existing Manhole 3339.1002 0.12 EA Connect to existing Manhole-Rev to Dro Conuecfion 2.250.00 $ 270.00 Bore 16"Sleeve 3331.3303 34 LF Credit for original 16"casin 180.00 $ 6,120.00 Bore 20"Sleeve 3331.3303 50 LF Bore 2W Sleeve 1 1 331.49 $16,574-50 Backfill with CT Sand 3331.4117 20 LF Backfill with CT Sand I 1 59.19 $ 1,183.80 8"PVIXTrench Water Stop 3331.4115 50 LF 8"AWWA SDR-26 Rev from 104 LF to 154 LF)rrrench Water Stop 36.00 S 1.800.00 Epoxy Coat Interior 3339.0001 21.6 VF Epoxy Coat Interior 266.37 $ 5,753.59 6"PVC 3331.4108 -6 LF 6"AW WA SDR-26 Rev from 26 LF to 20 LF 30.00 $ 180.00 Traffic Control 3471.0001 1 LS Traffic Control,Barricades&Flagmen 1 5,174-75 $ 5,174.75 Remobilization s 999-1 1 LS Remobilization 4,906.19 $ 4,906.19 Locate Existing Utilities/Layout s 999-2 1 LS Locate Existing Utilities 5,469.50 $ 5,469.50 Lower Manhole 3305/0107 1 LS Lower Manhole 414.36 $ 414.36 Test 3301.0101 10 LF Test 5.00 $ 50.00 Trench Safety 3305.0109 10 LF Trench Safety 5.00 $ 50.00 Credit-2 6"Sanitary Sewer Plus 241.2102 2 EA Credit- amarySewer Plu s (350.00) $ 700,00 Subtotal-Sewer $34,646.69 TOTAL 1$90,693.84 REASONS FOR CHANGE ORDER Existing 2-4k4'Box culvert and Masonry screening wall on south side of Avondale Rd are in conflict with the bore for proposed 8"sewer line connection.So,porh'on of the Box culvert and Masonry screening wall needs to be removed and replaced. NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: By: TRIAN. N.IN FRwC.I 1 C ByCOMMERCIAL LLC By:MAX ALLEY CONSTRUCTION,LLC Name:KEVIN PATEL Name:CHARAN WALIA Name:JAMES HERRINGTON Title:PRESIDENT Tide:OWNER Title:MANAGER DocuSigned by: DocuSigned by: DocuSigned by: VG pata I CEA7B372ABEFE4447... Df3�482BEF4824F8... 17G�7�l374EF44A... Revised:1412-2011 Pagel FORT WORTH. TRANSPORTATION AND PUBLIC WORKS September 16, 2016 Bear Creek Utilities 4950 Hanson Dr. Irving,Tx 75038 RE: Acceptance Letter Project Name: Goddard School Fort Worth Project Type: Developer City Project No.: 101909 To Whom It May Concern: On September 16, 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 September 16, 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, �iaG4 i ?,' Khal Jaafari P.E.5p 24,202011:12 CDT) Khal Jaafari, Project Manager Cc:Jesse Davis, Inspector Randy Horton, Inspection Supervisor Randy Horton, Senior Inspector Victor Tornero, Program Manager Triangle Engineering LLC, Consultant Bear Creek Utilities, Contractor BCD Singh Properties LLC and CJW Commercial LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Evan J. Feldman, Controller Of Bear Creek Site Utilities & Construction, Ltd., 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; CFA 19-0008 (Paving&Drainage) BY Evan J. Feldman, Controller Subscribed and sworn before me on th' date 23rd of September, 2020. Notary Public Dallas County, Texas �P. �v`Iy"��, DAVID TALLON � F 6 i 'y� Notary Public, State of Texas Comm.Expires 09-21-2023 Notary ID 12405285-3 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ AIA DOCUAiEA7 G 70 7 SURETY 14 OTHER ❑ BOND#TXC610981 PROJECT: Goddard School at Fort Worth,City Project No. 101909,Provide Drainage&Paving Improvements (name,address) TO: (Owner) CONTRACT FOR: Construction DCB Singh Properties,LLC Fort Worth,TX CONTRACT DATE: 4/19/2019 CONTRACTOR: Bear Creek Site Utilities&Construction,Ltd.dba Bear Creek Construction 4950 Hanson Drive Irvine.TX 75038 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Su etl Compar») Merchants Bonding Company(Mutual) 101 E.Park Blvd.,Suite 600 Plano,TX 75074 ,SURETY COMPANY, on bond of (here insert name and address of Contractor) Bear Creek Site Utilities&Construction,Ltd.dba Bear Creek Construction 4950 Hanson Drive Irving,TX 75038 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) DCB Singh Properties,LLC Fort Worth,TX ,OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this 23rd day of September 92020 Merchants Bonding Company(Mutual) Surety .ompany a�� ignature of Authorized Representative Atte•t:_ (seat) Kristi Meek,Attorney-In*ffct-'r ~C Title AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYiMEN-r*APRIL 1970 EDIT 0C i!'AJA 1970 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.NW WASHINGTON,D.C,,2U216 MERCHANTS 't'%\ BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Bea Williams;Christen Tyner;Dawn Davis;Donnie Doan;Kae Perdue;Kristi Meek;LaCrisha Wynne;Ryan Bowles;Walter J De La Rosa their true and lawful Attomey(s}in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23, 2011 and amended August 14,2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship c bligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 11th day of February 2020 +,�P�`PO q�•� o� P qM'0 MERCHANTS BONDING COMPANY(MUTUAL) j�y:'G�R R'4j y:• y•VOP 9�;�y1: MERCHANT NATIONAL BONDING,INC. Ze 2003 1933 c: By77� `'d •a •'a`� �`�+ ••• 3 \'� :• President STATE OF IOWA ••�'""""'�•�• •••••' COUNTY OF DALLAS ss. On this 11th day of February 2020 , before me appeared Larry Taylor, to me personally known, who being by me duty swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PRtnt s POLLY MASON o � Commission Number 750576 MC S� z •••' � My Commission Expires • , �ql P • January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,1 have hereunto set my hand and affixed the seal of the Con4XV.Ues,M this 23rd day of September 2020 NG C0 Q �fA •.+'PNION4<", •1 • ter,• a ;y.GojkP 0# 0'. q 2003 1933 c t ? 5gcretary •p: C1r. r'•. .J'. .d'••. • .: .,b�,• ....•••tea: ��;� ;�•... ..,�� POA 0018 (1/20) """