Loading...
HomeMy WebLinkAboutContract 52753-FP3 City Secretary 52753 -FP3 Contract No. FORTWORTH., Date Received Oct 5,2020 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: Watersbend South Phase 5 City Project No.: 102051 Improvement Type(s): Water ® Sewer Original Contract Price: $653,995.00 Amount of Approved Change Order(s): $4,000.00 Revised Contract Amount: Total Cost of Work Complete: $657,995.00 JMFOB ATE o�9,202015:58CDT) Sep 29,2020 Contractor Date Project Manager Title Conatser Construction TX, L.P. Company Name ltft(W tNi & Se 30 2020 Manuel Chatman(Sep 30.202007:30CDT) p Project Inspector Date FRED EfflA Serf 30 2020 FRED EHIA(Sep 30,202014:41 CDT) p Project Manager Date LaurieL�2020 14 Sep 30,2020 CFA Manager Date `nwq�GA�� Oct 2 2020 Dana Burehdoff(o 2,2020 4:52 CDT) f Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Page 1 of 2 Notice of Project Completion Project Name:Watersbend South Phase 5 City Project No.: 102051 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: 210 CD Days Charged: 210 Work Start Date: 11/1/2019 Work Complete Date: 9/11/2020 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATERSBEND SOUTH PHASE 5 Contract Limits Project Type WATER&SEWER City Project Numbers 102051 DOE Number 2051 Estimate Number 1 Payment Number 1 For Period Ending 9/11/2020 CD City Secretary Contract Number Contract Time 10(ED Contract Date 7/20/2019 Days Charged to Date 100 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors MILLER,W / CHATMAN,M Monday,September 28,2020 Page 1 of 4 City Project Numbers 102051 DOE Number 2051 Contract Name WATERSBEND SOUTH PHASE 5 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/11/2020 Project Funding WATER FACILITEES Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8"PVC WATER PIPE 4806 LF $32.00 $153,792.00 4806 $153,792.00 2 12"PVC WATER PIPE 170 LF $46.00 $7,820.00 170 $7,820.00 3 8"GATE VALVE 11 EA $1,250.00 $13,750.00 11 $13,750.00 4 12"GATE VALVE 1 EA $2,400.00 $2,400.00 1 $2,400.00 5 STD.FIRE HYDRANT ASSEMBLY W/6"GATE 4 EA $4,200.00 $16,800.00 4 $16,800.00 VALVE&VALVE BOX 6 DUCILE IRON WATER FITTINGS W/RESTRAINT 0.5 TN $4,500.00 $2,250.00 0.5 $2,250.00 7 TRENCH SAFETY 4806 LF $1.00 $4,806.00 4806 $4,806.00 8 1"DOMESTIC WATER SERVICES 117 EA $950.00 $111,150.00 117 $111,150.00 9 CONNECT TO EXISTING 8"W.L.STUB-OUT 4 EA $1,000.00 $4,000.00 4 $4,000.00 -------------------------------------- Sub-Total of Previous Unit $316,768.00 $316,768.00 SANITARY SEWER FACILITIES Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 10 8"SDR-26 PVC SEWER PIPE 4334 LF $38.00 $164,692.00 4334 $164,692.00 11 SDR-26 4"SEWER SERVICES 117 EA $650.00 $76,050.00 117 $76,050.00 12 4'STD DIA MANHOLE 15 EA $4,000.00 $60,000.00 15 $60,000.00 13 TRENCH SAFETY 4334 LF $1.00 $4,334.00 4334 $4,334.00 14 POST-CCTV INSPECTION 4334 LF $2.00 $8,668.00 4334 $8,668.00 15 4'EXTRA DEPTH MANHOLE 17 VF $175.00 $2,975.00 17 $2,975.00 16 TRENCH WATER STOPS 10 EA $500.00 $5,000.00 10 $5,000.00 17 CONCRETE ENCASEMENT 60 LF $40.00 $2,400.00 60 $2,400.00 18 8"PVC SANITARY SEWER PIPE W/CSS 196 LF $48.00 $9,408.00 196 $9,408.00 BACKFILL 19 8"END&PLUG 2 EA $850.00 $1,700.00 2 $1,700.00 20 CONNECT TO EXISTING 8"SEWER 2 EA $1,000.00 $2,000.00 2 $2,000.00 21 4'STP DIA MANHOLE(CO 1) 1 EA $4,000.00 $4,000.00 1 $4,000.00 -------------------------------------- Sub-Total of Previous Unit $341,227.00 $341,227.00 -------------------------------------- Monday,September 28,2020 Page 2 of 4 City Project Numbers 102051 DOE Number 2051 Contract Name WATERSBEND SOUTH PHASE 5 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/11/2020 Project Funding Contract Information Summary Original Contract Amount $653,995.00 Chanize Orders Change Order Number 1 $4,000.00 Total Contract Price $657,995.00 Total Cost of Work Completed $657,995.00 Less %Retained $0.00 Net Earned $657,995.00 Earned This Period $657,995.00 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 $657,995.00 Monday,September 28,2020 Page 3 of 4 City Project Numbers 102051 DOE Number 2051 Contract Name WATERSBEND SOUTH PHASE 5 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/11/2020 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / CHATMAN,M Contract Date 7/20/2019 Contractor CONATSER CONSTRUCTION TxLP Contract Time 100 CD 5327 WICHITA ST Days Charged to Date 100 CD FORT WORTH, TX 76119 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 $657,995.00 Less %Retained $0.00 Net Earned $657,995.00 Earned This Period $657,995.00 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 $657,995.00 Monday,September 28,2020 Page 4 of 4 / z0 u m » � § - k © CO M CD ou - - s ci \ � _ j4 § § A ■ z . 0 2 I - 04 9 § � § E uq v o kk � § � � { A § 2 z Go Go/ ) PZ\o § \ \z 2 S k #�� a E ) � kk 0 cc \ 2 o 22 w u � w - G as L § \ } 2 2 m 2 \ \ # / k k | � _\ \ \ o f G G 2 ! 00 w $ R § s R 0 0 2 t u ® \ 6 6 G / k WI,$ too oa L - - G CO a) 0 k / \ « co § m | , > < � z LO L k 0 2 2 2 2 OfLLI z § Z $ § v o � u x z # # w J g 9 � _ o w # v v 2 e ` z U) 0 e w I z ° � § G 8 2 S ■ - k@ � § § § 2 q § z kLu CL k & N § E2w � [ S 0 b o ■ e # # w w # w I k 0 w = o § z < w e R w O § & § w § g « ° ■ o _ o < I Cl) ■ w LU z o & f � 0 0 Q 0 R m E go- 0 m § S I & ° £ / eta /\o § (A ° a � \ � $ / ■ § � u 2 : z ■§ -ID X - ■ §§a. q f §� § u� uj ` u kk k z � , § o a 2 . E 0 ° 7 2 § ƒ § ) ca 0- � za o 0 � § 2 2 k �LU \ / _ a \_ _ - _ e z 0 2� � # Ct §/ § § _ � B � OD 60 - cm 04 C § $ # k � ° � / § § \ k § B 7 w 2 z 0-0 § � z R z ) \ 8 ) Q . CL u - v d 202 _ 0 CO 7 & # o w cr. a. � ~ � / C $ ® \ coV k\ \ � \b §(L ° c 99 Ee i GG « a 0 w [ R B q w J a s > m a o "a k Q k § � f 2 � § aco e - - C� ® k ? Q } / 42 9 k 9 2 2 U C 0 k § § « § § m > k « N _ z ' ' k k 3 3 LU % LU§ � } w e = © g z ■ # w J 2 _ e o w w } § ( k} k § / b \ 0 / / § E K § $ & / § w [ § u w Q k e a # w w # w % § ® R 8Ix w 2 o z < w R R w 0- o e & o / \ L « - a o _ o < 1 m CC e w z o s M � 0 Q o o R � B CL w o S < ƒ ir 04 IL ooa / § �B 2 r- /Q LLI 0 0 §�§ § k § 2 60). ) a k \ § \ / \ 2 w a k E � am IL / & 2 F Ek 0 0 U \ a E ƒ = ; 2 § �w m ■ W Ma. U. 2 § 0 j \ )k § 2w | § / co 2 �w a § \ § 0( j / / % _ ( §k) B & @ t Im - 4 2 F w . { u■ :2w 3 §� \ w� ° ak E k [ . j \0 _ $ / � § t K� } B \ 822 k ) § t �§� ] f k — g a §� eLLI a �© g $» §§0 .§ 2 \ § k 2 2 w 0 ) 2 ) w � $ g 2 e o w 0 § § \ \ ) I NCD 2 @ g § | S t � � � FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Watersbend South Phase 5 PROJECT NUMBER: 102051 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8" PVC 4,806 FIRE HYDRANTS: 4 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 611 DENSITIES: Yes NEW SERVICES: 117(1") Copper 117 ea. SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8" SDR-26 PVC 4,334 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" SDR-26 PVC 117ea. TRANSPORTATION AND PUBLIC WORKS a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 P (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 21, 2020 Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth,TX 76119 RE: Acceptance Letter Project Name: Watersbend South Phase 5 Project Type:Water and Sewer City Project No.: 102051 To Whom It May Concern: On September 8, 2020 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on September 11, 2020. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on September 28, 2020,which is the date of the punch list completion 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 817.392.8424. Sincerely, ERED EWA FRED EHIA(Sep 30,202014:41 CDT) Fred Ehia, Project Manager Cc: Manuel Chatman, Inspector Wade Miller, Inspection Supervisor Emanuel Nieto,Senior Inspector Victor Tornero, Program Manager Goodwin & Marshall Inc., Consultant Conatser Construction TX L.P., Contractor Forestar(USA) Real Estate Group Inc., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 `a lot ? 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 Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX. LP, 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: WATERSBEND SOUTH, PHASE 5 WATER, SANITARY SEWER AND STORM DRAIN IMPROVEMENTS DOE#: N/A CFA PRJ #: 19-0023 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP 4;�V� Brock Huggins Subscribed and sworn to before me this 1"day of July, 2020 - m i GIANULIS Notary Public in Tarrant County, Texas t'A : Notary PuUlle,state of Texas * Ex Tres p9l1812023 *` Cnmm• F�p 1026977-3 s} .� Notary 1 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0224510 PROJECT: (name, addreSS)Watersbend South Phase 5 Fort Worth,TX TO (Owner) FORESTAR USA)REAL ESTATE GROUP INC.AND—I ARCHITECT'S PROJECT NO: CFA#19-0023 THE CITY O FORT WORTH CONTRACT FOR: 14755 Preston Rd.,Suite 130 Water,Sanita Sewer,and Storm Drain Facilities for Watersbend South Phase W Dallas TX 75254 _f CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX, L.P. 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) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , 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) FORESTAR(USA)REAL ESTATE GROUP INC.AND THE CITY OF FORT WORTH 14755 Preston Rd.,Suite 130 Dallas TX 75254 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, 'WHEREOF, the Surety Company has hereunto set its hand this 1st day of July,2020 BERKLEY INSURANCE COMPANY Surety Company Attest: , ..� (Seal): 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 No.BI-7280j POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly CD organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna,Don E. Cornell;Sophinie Hunter, Robbi Morales;Kelly A. Westbrook; Tina McEivan;Joshua A..Saunders, or Tonle Petranek of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. �. This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, o without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: CD RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive c Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are o hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute CD c bonds,undertakings,recognizances,or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and -j revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances,or other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and a further RESOLVED,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance, or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as g though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have Ei• ceased to be such at the time when such instruments shall be issued. a IN WITNESS WHEREOF, the Cogi any has caused these presents to be signed and attested by its appropriate officers and its corPoidte seal hereunto affixed this day of N( _ a!Q-. M Attest: Berkle Insurance Compan i (Sea]) By ( - By ° Ira ellder&an Je aOfifer Executive Vice President&Secretary en o esident WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. c STATE OF CONNECTICUT) 0 ss: COUNTY OF FAIRFIELD ) S vie e CD Sworn to before me,a Notary Public in the State of Connecticut,thissday of_JA I , by Ira S. Lederman and Jeffrey K4. Rafter who are sworn to me to be the Executive Vice Pre 'de t and Secretary, the Senior.Vice President, respectively,or Berkley Insurance CompadOAR1AC.RUNDBAKEN El NOTARY PUBLIC fl ,L C- X V M MY COMMISSION EXPIRES 'Notary Public,State of Connecticut APRIL 30,2019 CERTIFICATE E 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the `D Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. _ Given under my hand and seal of the Company,this day of _a (Seal) �mntdorte����