Loading...
HomeMy WebLinkAboutContract 50343-FP2 City Secretary 50343 -FP2 Contract No. FORTWORTH., Date Received Oct 2,2020 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: Water and Sewer Improvements to Serve Hunter Crossroads Addition City Project No.: 101134 Improvement Type(s): Water ® Sewer Original Contract Price: $763,026.00 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $763,026.00 Carson (Sep�24,22002007:44CDT) Sep 24,2020 Contractor Date PM Title North Texas Contracting, Inc. Company Name Ifershel sfianley Sctl-ferRold Se 29 2020 Hershel Stanley Sutterfield(Sep 29,2020 08:58 CDT) p f Project Inspector Date ,,Wh247. &lhe2 W se 30 2020 Debbie J.Willhelm(Sep 30,202011:47CDT) p , Project ��Manager Date Laurie (Sep ,20 0 2:04CDT) Sep 30,2020 CFA Manager Date Dana Burandaff Oct 2 2020 Dana Burghdoff ct2,202014:43 CDT` f Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name:Water and Sewer Improvements to Serve Hunter Crossroads Addition City Project No.: 101134 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: 200 CD Days Charged: 870 Work Start Date: 4/23/2018 Work Complete Date: 9/9/2020 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PUNTER CROSSROADS ADDITION LOTS 2-7 BLOCK 1 Contract Limits Project Type WATER&SEWER City Project Numbers 101134 DOE Number 1013 Estimate Number 1 Payment Number 1 For Period Ending 8/31/2020 CD City Secretary Contract Number Contract Time 20(ED Contract Date 1/30/2018 Days Charged to Date 870 Project Manager NA Contract is 100.00 Complete Contractor NORTH TEXAS CONTRACTING,INC. P.O.BOX 468 KELLER, TX 76244 Inspectors MILLER,W / SUTTERFIELD Thursday,September 17,2020 Page 1 of 5 City Project Numbers 101134 DOE Number 1013 Contract Name HUNTER CROSSROADS ADDrrION LOTS 2-7 BLOCK 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 8/31/2020 Project Funding A-1:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 TRENCH SAFETY 4018 LF $1.00 $4,018.00 4018 $4,018.00 2 CONCRETE ENCASEMENT FOR UTILITY PIPES 9 CY $150.00 $1,350.00 9 $1,350.00 3 DUCTILE IRON WATER FITTINGS 4.9 TN $2,000.00 $9,800.00 4.9 $9,800.00 W/RESTRAINT 4 12"PVC WATER PIPE 3903 LF $70.00 $273,210.00 3903 $273,210.00 5 12"PVC WATER PIPE,CSS BACKFILL 40 LF $65.00 $2,600.00 40 $2,600.00 6 FIRE HYDRANT 4 EA $5,125.00 $20,500.00 4 $20,500.00 7 CONNECTION TO EXISTING 4"-12"WATER 1 EA $2,000.00 $2,000.00 1 $2,000.00 MAIN 8 1"WATER SERVICE 2 EA $3,000.00 $6,000.00 2 $6,000.00 9 12"GATE VALVE 10 EA $2,500.00 $25,000.00 10 $25,000.00 -------------------------------------- Sub-Total of Previous Unit $344,478.00 $344,478.00 -------------------------------------- B-1:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 CONC PVMT REPAIR,ARTERIAUINDUSTRIAL 32 SY $250.00 $8,000.00 32 $8,000.00 2 POST-CCTV INSPECTION 2109 LF $1.00 $2,109.00 2109 $2,109.00 3 MANHOLE VACUUM TESTING 9 EA $300.00 $2,700.00 9 $2,700.00 4 EXPLORATORY EXCAVATION OF EXISTING 3 EA $500.00 $1,500.00 3 $1,500.00 UTILITIES 5 TRENCH SAFETY 3784 LF $1.00 $3,784.00 3784 $3,784.00 6 CONCRETE COLLAR 6 EA $250.00 $1,500.00 6 $1,500.00 7 CONCRETE ENCASEMENT FOR UTILITY POLE 7 CY $150.00 $1,050.00 7 $1,050.00 8 12"CASING BY OTHER THAN OPEN CUT 390 LF $334.00 $130,260.00 390 $130,260.00 9 4"GATE VALVE 1 EA $700.00 $700.00 1 $700.00 10 DUCTILE IRON SEWER FITTINGS 0.3 TN $2,000.00 $600.00 0.3 $600.00 11 4"SEWER FORCE MAIN 1675 LF $50.00 $83,750.00 1675 $83,750.00 12 6'SEWER SERVICE 1 EA $2,000.00 $2,000.00 1 $2,000.00 13 8"SEWER PIPE 2029 LF $55.00 $111,595.00 2029 $111,595.00 14 8"SEWER PIPE,CSS BACKFILL 80 LF $50.00 $4,000.00 80 $4,000.00 15 EPDXY MANHOLE LINER 35 VF $160.00 $5,600.00 35 $5,600.00 Thursday,September 17,2020 Page 2 of 5 City Project Numbers 101134 DOE Number 1013 Contract Name HUNTER CROSSROADS ADDrrION LOTS 2-7 BLOCK 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 8/31/2020 Project Funding 16 4'MANHOLE 6 EA $4,500.00 $27,000.00 6 $27,000.00 17 4'DROP MANHOLE 2 EA $5,000.00 $10,000.00 2 $10,000.00 18 4'EXTRA DEPTH MANHOLE 30 VF $250.00 $7,500.00 30 $7,500.00 19 4"SEWER FORCE MAIN,BY OTHER THAN 390 LF $10.00 $3,900.00 390 $3,900.00 OPEN CUT 20 CONNECT TO SEWER MANHOLE 1 EA $2,000.00 $2,000.00 1 $2,000.00 W/EXTERNAL DROP 21 4'MANHOLE W/VENT ASSEMBLY 1 EA $9,000.00 $9,000.00 1 $9,000.00 Sub-Total of Previous Unit $418,548.00 $418,548.00 -------------------------------------- Thursday,September 17,2020 Page 3 of 5 City Project Numbers 101134 DOE Number 1013 Contract Name HUNTER CROSSROADS ADDITION LOTS 2-7 BLOCK 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 8/31/2020 Project Funding Contract Information Summary Original Contract Amount $763,026.00 Chanize Orders Change Order Number Change Order Number Total Contract Price $763,026.00 Total Cost of Work Completed $763,026.00 Less %Retained $0.00 Net Earned $763,026.00 Earned This Period $763,026.00 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 $763,026.00 Thursday,September 17,2020 Page 4 of 5 City Project Numbers 101134 DOE Number 1013 Contract Name HUNTER CROSSROADS ADDITION LOTS 2-7 BLOCK 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 8/31/2020 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / SUTTERFIELD Contract Date 1/30/2018 Contractor NORTH TEXAS CONTRACTING,INC. Contract Time 200 CD P.O.BOX 468 Days Charged to Date 870 CD 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 $763,026.00 Less %Retained $0.00 Net Earned $763,026.00 Earned This Period $763,026.00 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 $763,026.00 Thursday,September 17,2020 Page 5 of 5 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Hunter Crossroads PROJECT NUMBER: 101134 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Jim Eagle C900 12" pvc/slip joint 3903 FIRE HYDRANTS: 4 ea VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 1" copper 2 ea SEWER PIPE LAID SIZE TYPE OF PIPE LF jet stream/DR 14 4" pvc/slip joint 2065 jet stream/SDR 35/26 8" pvc/slip joint 2029 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 6" pvc/slip joint 1 ea TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 9, 2020 North Texas Contracting, Inc. 4999 Keller Haslet Road Fort Worth,Texas 76244 RE: Acceptance Letter Project Name:Water and Sewer Improvements to Serve Hunter Crossroads Addition Project Type:Water/Sewer City Project No.: 101134 To Whom It May Concern: On September 9, 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 9, 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- 392-2481. Sincerely, ZMhi 47. wiZIUN Debbie J.Wilhelm(Sep 30,202011:47 CDT) Debbie Willhelm, Project Manager Cc: Hershel Stanley Sutterfield, Inspector Wade Miller, Inspection Supervisor Emanuel Nieto,Senior Inspector Victor V.Tornero, Program Manager Teague Nall& Perkins,Consultant North Texas Contracting, Inc., Contractor Hunter Crossroads, L.P., Developer File E-Mail: Douglas W.Wiersig, P.E., PhD., Director,TPW Chris Harder, P.E.,Assistant Director,Water Richard Martinez,Assistant Director,TPW Wendy Chi-Babulal, P.E.,Water Marisa Conlin,Traffic Engineering Tony Sholola, P.E.,Water Allen Hall, Superintendent,TPW Richard Zavala, Director, PARD John Robert Carman, P.E., Director,Water David Creek,Assistant Director, PARD Rev.9/15/16 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. 101134 between City of Fort Worth and North Texas Contracting,Inc. for Water and Sewer Improvements to Serve Hunter Crossroads Addition,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 City 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 Contracting, 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 Contractin, 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 Contractin;. 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 Contracting. 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 zw day ofrF.�rA�.� , 20�? t%%111111111,�` G�O SAMUEC Mph ii� North Texas Contracti ng Inc. `��Q..•�p�PaY y E: Carso Collier `TITLE: PM STATE OF TEXAS 81.... COUNTY OF TARRANT 1/111i111111���� jj This instrument was acknowledged before me on 11 !2u 'Ia by Carson Collier, Project Mana;.-er of North Texas Contractin��,Inc. a Texas corporation, on behalf of said corporation. [NOTARY PUBLIC STAMP] NOTARY PUBLIC CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No SU1148367 PROJECT: (name, address)Hunter Crossroads Addition Fort Worth,TX TO (Owner) CFA No HUNTER CROSSROADS,L.P.AND THE CITY OF ARCHITECT'S PROJECT NO: 2017-174 FORT WORTH CONTRACT FOR: 3890 W.Northwest Highway Water,Sanitary Sewer,and Lift Station Improvements for Hunter Crossroads Addition Dallas TX 75220 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 filers insert name and address of Surety Company) ARCH INSURANCE COMPANY 300 Plaza Three Jersey City NJ 0731 1-1 1 07 , 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) HUNTER CROSSROADS, L.P.AND THE CITY OF FORT WORTH 3890 W. Northwest Highway Dallas TX 75220 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 4th day of September,2019 ARCH INSURANCE COMPANY Surety Company Attest: . ! (Seal):44\� Signature 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 0000281066 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney 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 Guaraantees. POWER OF ATTORNEY Know All Persons By These Presents: 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($90.000,000.00). 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 Beard 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 seat 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 be 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 i:;_attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 -Page 1 of Printed in U.S.A. aaucl�Jwo .Wl.laJ,:d ail uo-a"."m i;una P•:°q ala�dw,,,, 1­1 szmn:ay 'aynl8cw u 411,pamai',:q m:+pu,AIC 0000281066 j J LLV J2 -','I IQS;„JQ21H.,1 PU11W.AUU1.. ad�lli'I'.lgki wig+•I',Jy]•I��allllral llLlntVf:alU L'ly. -sdrd cm<uanun ''adlai..,,:,.upun In Testimony Whereofl the Company flax caused,thisiinstrument to be signed and its corporate'seei to belafflxed by their authonizedl- �•,m,u:J..y,a-11 1.•..,;.q Pml.u, ja•y,�al-cu., _zll .-10-.air,l u]au 3uk;,,°}I puna..i?eflwuoimJ officers,this 201hi,day'of-June,,2019:'� ul,,,,.y7-l.oggnj ll111 x •jul . Attested and Ce' ified aaunanadd%luawnau(I saunlna{ilunaas Arch In�7ud6 Ki(,P..9Compatnyunao4 aunlea j UlanaaS •salnpunul aluls paaata s-l—W,l{lunaas IzulNnlluJ 34.L •salnpunw alvis paaaxa saanlea,J ilunaas lgm>`o11oJ a41 sE1u Patrick K. Nails, Secretary David M. In a stein, Executive Vice President STATE OF PENNSYLVANIA SS Msud COUNTY OF PHILADELPHIA SS 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. NOTAXIAL VA MKKU TRIPOMRC�,Nov"Rictltk �,f i>sy C�ns�!!s?liotl Exp&es,�ItY 1t,Ifl2'i Michel Trip di, Notary Public My com nission expires 07/31 2021 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated June 20, 1.20�1�9'on"bebAif,of1he person(g)es tsted above'is,la true and correct copy and thatrthel®arse<has•been in fulhforce and effect since.;the­4 ,,,thereof arid Is in fyii,forcp ark ietfect on the]„O�atgjof this certificate; and I do further certify that the said David M,.dFinkelstein, who r,zul 1puu, •1 ia. 17 ups,am] uw 1 -�fil l.r�.,a•nPlay executed the Power of Atip,Gney.as, Mecutive Vice President, was on the date of execution of thg, ttaohed t'pwer pFfl(attorney the duly elected Executgvel Vice Presidemt41he Arch lnsuralppelCompany. aanlFs,,, l�nl�iuN�nktil,Jaatn,lJ1HI)A,� I 9 ,^:, •f 11 _ q 7°q•a mil :punwe 'aa:;rri 7uly.la^ml •Jadurl 3w Spay un IN;It E �f#IylQ14,-,'2y_VHEREOF" I �ti�+e"',ereun�o sub��,tl pd my name and affixed thelcorporatelseatlnf thelAreh 4nsurance Company I n this 4tli" dae q , : Y , xlaf.,.. 17.• R��?el p,�allt'J!aaunaraddt•luawmoQ saanlna3+lunaas I-I lallF'JI aa: ,aead' luawn In sa- :aA ilpnaaS •salnpunw alms paaaxa saunlnaj ilunaas 9w No11oJ a91 II .o a al a n l 1 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: Arch Insurance—Surety Division -f-�t�#C* , 3 Parkway,Suite 1910 i C* Philadelphia,PA 19102 e� ��� SEJVE 1571 ��attriE�'� OOMLOO13 00 03 03 Page 2 cf 2 Printed in U.S.A.