Loading...
HomeMy WebLinkAboutContract 54012-FP2City Secretary 54012 -FP2 Contract No. FORTWORTHo Date Received Apr 28, 2021 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 6 City Project No.: 102241 Improvement Type(s): 0 Paving Original Contract Price: � Drainage Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: � JACOB GAT OOD (Apr23, 202ll5:10 CDT) Contractor Project Management Title Conatser Construction TX, L.P. Company Name �k�c Habte Taezaz (Apr 23, 2021 15:44 CDT) Project Inspector ���� G������m DebbleJ.Willhelm(A �,202110:40CDT) Project Manager L7q�/� �G��e�t �10�qG�s Janic Searlctt Niorales (Api 26, 20211229 CDT) CFA Manager 15� 8r��rGcd� Dana Burghdoff ( r26, 20 116:56 CDT) Asst. City Manager ❑ Street Lights ❑ Traffic Signals $1,013,185.75 $1,013,185.75 $1,013,185.75 Apr 23, 2021 Date Apr 23, 2021 Date Apr 26, 2021 Date Apr 26, 2021 Date Apr 26, 2021 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. VVORTH, TX Notice of Project Completion Project Name: Chapel Creek Phase 6 City Project No.: 102241 City's Attachments Final Pay Estimate 0 Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 210 WD Days Charged: 148 Work Start Date: 7/20/2020 Work Complete Date: 4/12/2021 Completed number of Soil Lab Test: 526 Completed number of Water Test: 27 Page2of2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Conh�act Name CHAPEL CREEK PHASE 6 Contract Limits Praject Type DRAINAGE & PAVING City Project Numbers 102241 DO� Number 2241 Estimate Number 1 Payment Number 1 For Pei•iod Ending 4/15/2021 W City, Secretary Contract Number Contract Time 21�! Contract Date 5/27/2020 Days Charged to Date 146 Contract is 100.00 Complete Project Manager NA Contractor CONATSER CONSTRUCTION T�cL,P 5327 WICHITA ST FORT WORTH , TX 76119 Inspectors MILLER, W / TAEZAZ Thursday, April 22, 2021 Page 1 of 5 CiTy Project Numbers 102241 Contract Name Contract Limits Project Type CHAPEL CREEK PHASE 6 DRAINAGE & PAVING Project Funding UNIT III: DRAINAGE Il14PROV�MENTS DOE Number 2241 Estimate Number 1 Payment Number 1 For Period Ending 4/15/2021 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 21" STORM LINE 12 LF $20.00 $240.00 12 $240.00 2 REMOVE 4' DROP INLET 1 EA $1,000.00 $1,000.00 1 $1,000.00 3 TRENCH SAFETY 1205 LF $I.00 $1,205.00 1205 $1,205.00 4 SWPPP 1 ACRE 1;S $2,500.00 $2,500.00 1 $2,500.00 5 MEDNM STONE RIPRAP DRY 11 SY $105.00 $1,155.00 11 $1,155.00 6 21" RCP CLASS III 134 LF $61.00 $8,174.00 134 $8,174.00 7 24" RCP CLASS III 701 LF $66.00 $46,266.00 701 $46,266.00 8 27" RCP CLASS III 329 LF $76.00 $25,004.00 329 $25,004.00 9 30" RCP CLASS III 41 LF $86.00 $3,526.00 41 $3,526.00 10 4' STORM JIJNCTION BOX 2 EA $6,000.00 $12,000.00 2 $12,000.00 11 6' STORM JIJNCTION BOX 2 EA $16,500.00 $33,000.00 2 $33,000.00 12 10' CURB INLET 14 EA $3,200.00 $44,800.00 14 $44,800.00 13 20' CURB INLET 4 EA $5,200.00 $20,800.00 4 $20,800.00 14 4' DROP INLET I EA $4,500.00 $4,500.00 1 $4,500.00 Sub-Total of Previous Unit $204,170.00 $204,170.00 UNIT IV: PAVING IMPROV�II�NTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total — — — — — — — — — — — — — — — — — - I REMOVE ASPHALT PVMT 589 SY $12.00 $7,068.00 589 $7,068.00 2 HYDRAT'EDLIME 377 TN $180.00 $67,860.00 377 $67,860.00 3 6" LIME TREATMENT 18854 SY $3.00 $56,562.00 18854 $56,562.00 4 2" ASPHALT PVMNT TYPE D 213 SY $16.00 $3,408.00 213 $3,408.00 5 4" ASPHALT BASE TYPE B 213 SY $28.00 $5,964.00 213 $5,964.00 6 6° CONC PVMT 17140 SY $35.50 $608,470.00 17140 $608,470.00 7 4" CONC SIDEWALK 9931 SF $325 $32,275.75 9931 $32,275.75 8 BARRIER FREE RAMP, T'YPE R-1 8 EA $1,200.00 $9,600.00 8 $9,600.00 9 BARRIER FREE RAMP, T'YPE P-1 4 EA $1,200.00 $4,800.00 4 $4,800.00 10 TOPSOIL 42 CY $24.00 $1,008.00 42 $1,008.00 11 FURNISII/INSTALL ALUM SIGN GROiJND 7 EA $750.00 $5,250.00 7 $5,250.00 MOUNT CI'I'Y Thursday, April 22, 2021 Page 2 of 5 City Project Number Contract Name Contract Limits Project Type Project Funding S 102241 CHAPEL CREEK PHASE 6 DRAINAGE & PAVING DO� Number 2241 Estimate Number 1 Payment Number 1 For Period Ending 4/15/2021 12 REMOVE SIGN PANEL AND POST 3 EA $250.00 $750.00 3 $750.00 13 TRAFFIC CONTROL 1 MO $1,500.00 $1,500.00 1 $1,500.00 14 METAL PLATE WALKING SURFACE 1 EA $4,500.00 $4,500.00 1 $4,500.00 Sub-Total of Previous Unit $809,015.75 $809,015.75 Thursday, April 22, 2021 Page 3 of 5 City Project Number Contract Name Contract Limits Project Type Project Funding S 102241 CHAPEL CREEK PHASE 6 DRAINAGE & PAVING Contract Information Summary Original Contract Amount Chan�Orders Total Contract Price DOE Number 2241 Estimate Number 1 Payment Number 1 For Period Ending 4/IS/2021 $1,013,185.75 $1,013,185.75 Total Cost of «'orlc Completed Less % Retained Net Earned Earned This Period $1,013,185.75 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Defciency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,013,185.75 $0.00 $1,013,185.75 $0.00 $0.00 $0.00 $0.00 $0.00 $1,013,185.75 Thursday, April 22, 2021 Page 4 of 5 City Project Num6ers 102241 Contract Name CHAPEL CREEK PHASE 6 Contract Limits Project Type DRAINAGE & PAVING DOE Number 2241 Estimate Number 1 Payment Number 1 For Period Ending 4/15/2021 Project Funding Project DZanager NA Inspectors MILLER, W / TAEZAZ Contractor CONATSER CONSTRUCTION TacLP 5327 WICHITA ST FORT WORTH , TX 76119 City Secreta�y Contract Number Contract Date 5l27/2020 Contract Time 210 W Days Charged to Date 146 W Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Worlc Completed Less % Retained Net Earned Earned This Period $1,013,185.75 Retainage This Perioei $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,013,185.75 $0.00 $1,013,185.75 $0.00 $0.00 $0.00 $0.00 $0.00 $1,013,185.75 Thursday, Apri122, 2021 Page S of 5 F�(JRTWCIRTH� � TRANSPORTATION AND PUBLIC WORKS April 12, 2021 Conatser Construction Tx, LP. 5327 Wichita St. Fort Worth, Texas 76119 RE: Acceptance Letter Project Name: Chapel Creek Phase 6 Project Type: 01, 02, 03, 04 City Project No.: CPN: 102241 To Whom It May Concern: On April 9, 2021 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 April 12, 2021. The final inspection and the corrected punch list items indicate that the worl< meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on April 12, 2021, 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, ���� . GI��E�� DebbleJ.Willhelm(Ap �,202110:40CDT) Debbie J. illhem, 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 Wendy Chi-Babulal, P.E., Water Richard Martinez, Assistant Director, TPW Tony Sholola, P.E., Water Marisa Conlin, Traffic Engineering Richard Zavala, Director, PARD Allen Hall, Superintendent, TPW David Creek, Assistant Director, PARD John Robert Carman, P.E., Director, Water Chris Harder, P.E., Assistant Director, Water 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 Cauncil 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 PH 6 WATER, SANITARY SEWER, DR.AINAGE, PAVING, STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ #: 2019-0120 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP . Brock Huggins Subscribed and sworn to befare me this 15th day of March�� �-_ _ :�=.,`-�-.�..a. �- -- ,�P.PY PUg� BERTHA GIA!_N��-�S�� . _ �_ � r°� � ° Public, State of Texas � — �"°�" � Notary Public in Tarrant County, Texas �*�; � �res0911812023 � : ,�•'� *z Comm. �P `�''• � Notary �� 1026977-3 ��a . �«r�i4 0 �ONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Rocument G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0230496 PR�JECT: (name, aCICif655)Chapel Creek Phase 6 Fort wonh, Tx TO (Clwner) C1N OF FORT WORTH & D. R. HORTON-TEXAS, � ARCHITECT'S PROJECT NQ: CFA No.2019-0120 �ro. CONTRACT FOR: 6751 North Freeway Water, Sanitary Sewer, Drainage, and Paving Improvements for Chapei Creek Phase 6 Fort Worth TX 76131 � CONTRACT DATE: CONTRACTOR: GONATSER CONSTRUCTtON TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as inc�icated above, the (here insert name end eddress of Surety Company} BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT o6830 , SURETY COMPANY on bond of Ihere insert name and address ot CoMractor? CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. For# Worth TX 76919-6035 , CONTRACTOR, hereby approves of the final gayment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surery 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 4th day of March, 2021 BERKLEY INSURANCE COMPANY Surety Company Attest: ���t/G,�%�����-�.r�---- :. � ��c��12�.rfC�� {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 QF PAYMENT OF DEBTS AND CLAIMS, Current Edition QNE PAGE POWER OF ATTORNEY BERKI.,EY INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-7280j-el 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 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 McEwan; Joshua A. Saunders; or Tonie 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, 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: 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 hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute 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 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 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 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 ceased to be such at the time when such instruments shall be issued. LN �VITN�SS V�'fiEItEC1F, ihe Company has causcd thcse presents t�_ bc si�►cd aad atte.�te3 by its appropriate oL`�ic�rs and its corporate seal h�re�nto affixed tl�is 2nd da.y nf ,lune �zozo . � -,�RAN� Attest ! Berk1F � Insurance Compauy , �a5 �F'f . f/ W�' G�pPqRq��,�'l�'`, � " r L $ ` • ' ,�,..� +�,�.."� � m �t�"�I �i ? 1 L • . aderman y Je �� a$er ' ' 1975 Yr �ikWp� , Executive Vice President R� Secretary ° S '� i e resident � .._ � � S"�'AT� OF Cn'V1�tECTiCUT } ) ss: CAUTvT`� Ok FAYR�'iELD ) Swom to before me, � Notary Public in the Sfiate of Connecticv� this 2nd day of .lune ,_ 2020 ._ , by Tra S. Le3erc�an and 7affrey M. Iiafcer who are sworn to me ta be fihe Executive Vice Prasiden� Sec�retar;, and t' � Senior Vice President, resgr.ctively, of Berkley Insurance Company. �^Au aav a�A� �c� � �� COh'NEC7ICUT � Mr �hf'H1�30. 20�24�I�g < Ota2}' T�t1bF1C, State of Co�ecticut CERTffICATE I, the undersigmed, A.ssistant �ecretary af BERKLEY INSUR.A�.'`zCE COMPANY, DO HEREB�' CERTIFY ihat tF►e fare�oing is �. true, conrect aad eoffiplete capy of the ori�nat Power of Attomey; that said Pawer of Attorney has not been revoked or rescind�d an�..�hat-tk,� authori.ty of the Attomey-in-Fact set forYh therein, wha sxecuted the bond nr uxsdertaking to whieh this X'ower of �it�,'��AN$S a��c�ed, is i.n iull force and effect as ofthis date. j;,�� '�'"��t'� ��t�der my hand and seal of the Gompany, this � day of /� ,��(. � �ta�Lt,, 2� m ` ]975 % � ��°x�n�vaa� ' Vutcent P. ForEe -