Loading...
HomeMy WebLinkAboutContract 53648-FP1 City Secretary 53648 -FP1 Contract No. FORTWORTH, Date Received Dec 17,2020 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: Chapel Creek Phase 4 City Project No.: 101873 Improvement Type(s): Water 0 Sewer Fx1 Original Contract Price: $1,010,701.51 Amount of Approved Change Order(s): $5,000.00 Revised Contract Amount: Total Cost of Work Complete: $1,015,701.51 JACOB GAT��202013:02 CST) Dec 15,2020 Contractor Date PROJECT MANAGER Title CONATSER CONSTRUCTION TX,L.P. Company Name IL""AC Dec 15 2020 Habte Taezaz(Dec 15,202013:15 CST) Project Inspector Date Debbie.T. willhelm Dec 15, 2020 Debbie J.Wi Ilhelm(Dec 15,20201571 c rcTi Project Manager Date eScarlettMorales(Dec 15,202016:37CST) Dec 15, 2020 CFA Manager Date �wg aujd� Dec 17 2020 Dana Burghdoff(D 17,202 :16 CST) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Chapel Creek Phase 4 City Project No.: 101873 City's Attachments Final Pay Estimate ❑x Change Order(s): 0 Yes ❑ N/A Pipe Report: 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 180 WD Days Charged: 182 Work Start Date: 4/13/2020 Work Complete Date: 12/3/2020 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHAPEL CREEK PHASE 4 Contract Limits Project Type WATER&SEWER City Project Numbers 101873 DOE Number 1873 Estimate Number 1 Payment Number 1 For Period Ending 12/15/2020 W City Secretary Contract Number Contract Time 18W Contract Date 3/11/2020 Days Charged to Date 182 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors MILLER W / TAEZAZ Monday,December 14,2020 Pagel of4 City Project Numbers 101873 DOE Number 1873 Contract Name CHAPEL CREEK PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/15/2020 Project Funding UNIT I:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I DUCTILE IRON WATER FITTINGS 1.2 TN $4,583.33 $5,500.00 1.2 $5,500.00 W/RESTRAINT 2 8"PVC WATER PIPE 4893 LF $34.00 $166,362.00 4893 $166,362.00 3 12"PVC WATER PIPE 583 LF $46.00 $26,818.00 583 $26,818.00 4 FIRE HYDRANT W/GATE VALVE 4 EA $4,500.00 $18,000.00 4 $18,000.00 5 CONNECTION TO EXISTING 4"-12"WATER 6 EA $1,041.67 $6,250.02 6 $6,250.02 MAIN 6 1"WATER SERVICE 147 EA $950.00 $139,650.00 147 $139,650.00 7 8"GATE VALVE&BOX(CO 41) 13 EA $1,250.00 $16,250.00 13 $16,250.00 8 TRENCH SAFETY 5476 LF $1.11 $6,078.36 5476 $6,078.36 9 1"IRRIGATION SERVICE 4 EA $1,500.00 $6,000.00 4 $6,000.00 -------------------------------------- Sub-Total of Previous Unit $390,908.38 $390,908.38 UNIT II:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I POST-CCTV INSPECTION 7099 LF $2.00 $14,198.00 7099 $14,198.00 2 MANHOLE VACUUM TESTIN 30 EA $150.00 $4,500.00 30 $4,500.00 3 TRENCH SAFETY 7099 LF $2.43 $17,250.57 7099 $17,250.57 4 CONCRETEENCASEMENT 20 LF $50.00 $1,000.00 20 $1,000.00 5 CEMENT STABILIZED BACKFILL 320 LF $40.00 $12,800.00 320 $12,800.00 6 4"SEWER SERVICE 146 EA $650.00 $94,900.00 146 $94,900.00 7 SEWER SERVICE RECONNECTION 4 EA $950.00 $3,800.00 4 $3,800.00 8 8"SEWER MAIN 5926 LF $40.56 $240,358.56 5926 $240,358.56 9 10"SEWR PIPE 1173 LF $50.00 $58,650.00 1173 $58,650.00 10 WARREN MANHOLE LINER 64.94 VF $225.00 $14,611.50 64.94 $14,611.50 11 T MANHOLE 27 EA $4,370.00 $117,990.00 27 $117,990.00 12 T DROP MANHOLE 3 EA $7,000.00 $21,000.00 3 $21,000.00 13 EXTRA DEPTH MANHOLE(>6.0) 113.7 VF $185.00 $21,034.50 113.7 $21,034.50 14 REMOVE AND REPLACE EXIST CONC PVMT 27 SY $100.00 $2,700.00 27 $2,700.00 -------------------------------------- Sub-Total of Previous Unit $624,793.13 $624,793.13 -------------------------------------- Monday,December 14,2020 Page 2 of 4 City Project Numbers 101873 DOE Number 1873 Contract Name CHAPEL CREEK PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/15/2020 Project Funding Contract Information Summary Original Contract Amount $1,010,701.51 Change Orders Change Order Number 1 $5,000.00 Total Contract Price $1,015,701.51 Total Cost of Work Completed $1,015,701.51 Less %Retained $0.00 Net Earned $1,015,701.52 Earned This Period $1,015,701.52 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 $1,015,701.52 Monday,December 14,2020 Page 3 of 4 City Project Numbers 101873 DOE Number 1873 Contract Name CHAPEL CREEK PHASE 4 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/15/2020 Project Funding Project Manager NA City Secreta►y Contract Number Inspectors MILLER,W / TAEZAZ Contract Date 3/11/2020 Cont►•actor CONATSER CONSTRUCTION TxLP Contract Time 180 W 5327 WICHITA ST Days Charged to Date 182 W 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 $1,015,701.51 Less %Retained $0.00 Net Earned $1,015,701.52 Earned This Period $1,015,701.52 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 $1,015,701.52 Monday,December 14,2020 Page 4 of 4 it FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Chapel Creels Phase 4 PROJECT NUMBER: 101873 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 4893 12" PVC 583 FIRE HYDRANTS: 14 VALVES(161' OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 147(1") COPPER SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 5926 10" PVC 1173 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 146(4") TRANSPORTATION AND PUBLIC WORKS r The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 a o p Z n (n O n n n D r= O ; n v oc o 0 m O n Q O m � -DI m D z O aO r m z _� � z �- m 4x m � -+ �- o ' o o 0 � n n �1 0 o � o " 0 o 0 o O x 0 0 -I n) p m o m zi A o a D Zi U p m -i Z N o mo � D m mb D .. l_ <) > m 0 �0 m z m m i m co D (� n 0 -4i �� 3 y G) -I -I z s 0 G) 7k A m m 3 Zi O A 0 0 c m Z A -i CC V1 w w O a G Q1 X O .NOi W D n .twit N N o 0 0 o A v O O U) W p (D (D (A w w c w w V O) N (� .. w m o w w D C) A N r:In N in (D CD .Zml (D ' 0 w 0 O; o w w w ,7 mCC m o o � N 00 0o 0 < m co co W W 3 ? r s `D O m wo o w w w O N w to m "< w w 0 m o 0 A A A O <D< N w w w n 0 0 rn ? m (D 0 b oo (7 � H 0 0 co N N N o ~ N loll N N h C rDll co K) z V N N z -i �, m w lon c c n Z W N l— rri CO N �L7 N o 0 o A m m cw w z m •• w w w n o N O _ ZE N N N O w N O O O n 0 mmI A= 0 0 o D G) ►a " o m o � » 0 o o o .wa H < a V N N N A A 00 M Ol w 'w w m w � o o to V o o o g N N ^ ' vz O 0 O N n 1 'D m m � � ID ( r I 3 5 \ k / \ ? ) } § £ § § 2 7 p m { } \ p/ El (mw \ ) } cu it % «2 §m ` § \ ;§ @z m § £ z ( (( , G ® < 0 \ ( ~ § d( � *\ � j [ \ k§ } } / ID ID n� P. /0 ��) 7 « �-1 / \\ ` § \ \)0 . \ � \< /\\ \% 7 §co¢ �\ %§ 0 \ m § }+ m �0 \ ) )0 <D ® ! � /) Q r.z �A n \\ Cu Cu § § m ) ( § ° �® 2 CD ƒ k 2 m )( I f / \ \ Q 03 § CL i q \ ¥ \ ` (2 \ E \§ , \ \ yc) ( 000 } apg $ 3 FoRTWORTH, TRANSPORTATION AND PUBLIC WORKS December 9,2020 Conatser Construction Tx, LP. 5327 Wichita St. Fort Worth,Texas 76119 RE: Acceptance Letter Project Name: Chapel Creek Phase 4 Project Type:01,02,03,04 City Project No.: CPN: 101873 To Whom It May Concern: On November 23, 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 December 3,2020. 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 December 3,2020,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- 392-7949. Sincerely, Debbie.T. willhelm Debbie J.Willhelm(Dec 15,202015:16 CST) Debbie J.Willhem, Project Manager Cc: Habte Taezaz, Inspector Wade Miller, Inspection Supervisor Ariel Duarte,Senior Inspector Victor Tornero, Program Manager Shield Engineering Group, Consultant Conatser Construction TX, LP, Contractor D.R Horton, 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 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: CHAPEL CREEK PHASE 4 WATER, SANITARY SEWER, DRAINAGE AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2019-0025 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONA ER CONSTRUCTION TX, LP rock Huggins Subscribed and sworn to before me this I01h day of Dece , o�,�vpu, BERTHA GIANULIS * Not? ry Public,State of Texas Notary Public in Tarrant County, Texas *'• Comm.Expires 09/1812023 Notary ID 1026977-3 '' cc' _ CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0229604 PROJECT: (name, addreSS)Chapel Creek Phase 4 Fort worth,Tx TO (Owner) CITY OF FORT WORTH&D. R. HORTON-TEXAS, ARCHITECT'S PROJECT NO: CFA No.2019-0025 LTD. CONTRACT FOR: 6751 North Freeway Water, Sanitary Sewer,Drainge, and Paving Improvements for Chapel Creek Phase 4 Fort Worth TX 76131 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) CITY OF FORT WORTH& D. R. HORTON-TEXAS, LTD. 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 9th day of December,2020 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): � � c -L-✓`�— Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE; This form i5 to he used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Currant 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 V organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted as 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 McErpan;Joshua A. Saunders; or Tonie Petranek of Aon Risk Services Southwest, :E 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, m •= acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance,providing that no �c 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 con had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own E proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, °> without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: oc RESOLVED,that, with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive - 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 attomey-in-fact named therein to execute C bonds,undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal o of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further s to RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,Tecognizances,or F" : other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner v 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 further o cq c,.E RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any E power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or a other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any o a, person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. E IN WITNESS WHEREOF, the Corr any Iras caused these presents to be signed and attested by its appropriate otlicers and its ° corporate seal hereunto affixed this day of M4QC4 �, 12„g I Q G � Attest: Berkle Insurance Compan (Seal) 13y _ By F- -- o Ira .Lede an Jef e fter o Executive Vice President& Secretary en o i •esident •Y v WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) c� ss: o COUNTY OF FAIRFIELD ) N Y9 o Sworn to before me, a Notary Public in the State of Connecticut, this2� day of IQ , by Ira S. Lederman yand icfticy M. Ifaficr who are sworn to me to be the Executive Vice Pre 'de t and Secretary, n the Senior Vice President, r respectively,of Berkley Insurance CompartOARIAC.RUNDBAKEN / /� — NOTARY PUBLIC G! +L ` L <`a q MY COMMISSION EXPIRES otary Public,State of Connecticut c : APRIL 30,2019 ° CERTIFICATE Z11 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 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 Q of this date, n 3 -�i Given under my hand and seat of the Company,this_ day of (Seal) in.ent .Forte