Loading...
HomeMy WebLinkAboutContract 55151-FP1 City Secretary 55151 FP1 Contract No. Date Received Sep 14,2021 FORT WORM. —Wwq"- 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 & Sanitary Sewer Improvements to Serve Old Burleson City Project No.: 102970 Improvement Type(s): Water x❑ Sewer ❑x Original Contract Price: $518,993.15 Amount of Approved Change Order(s): $54,793.00 Revised Contract Amount: Total Cost of Work Complete: $573,786.15 �Patton ep`Ca 202116:14 CDT) Sep 10,2021 Contractor Date Project manager Title Conatser Construction Company Name Sep 13, 2021 Russell Rogers(Sep 13,202 CDT) Project Inspector Date `�`�`wt'KYr Lmrw, p.C. Sep 13 2021 Kiran Konduru,P.E.(Sep 13,202109:13 CDT) r Project Manager Date 7111etaz� Sep 13, 2021 CFA Manager Date Dana ffLl- ah Sep 13, 2021 Dana Bur hdoff e 13 202122:03 CDT Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Notice of Project Completion Project Name: Water & Sanitary Sewer Improvements to Serve Old Burleson City Project No.: 102970 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 120 WD Days Charged: 100 Work Start Date: 3/2/2021 Work Complete Date: 8/31/2021 Completed number of Soil Lab Test: 93 Completed number of Water Test: 16 I I i Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER&SANITARY SEWER IMPROVEMENTS TO SERVE OLD BURLE Contract Limits Project Type WATER&SEWER City Project Numbers 102970 DOE Number 2970 Estimate Number 1 Payment Number 1 For Period Ending 8/31/2021 WD City Secretary Contract Number Contract Time 12WD Contract Date 12/10/2020 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 CORDOVA,R / ROGERS,R Friday,September 10,2021 Page 1 of 5 City Project Numbers 102970 DOE Number 2970 Contract Name WATER&SANITARY SEWER IMPROVEMENTS TO SERVE OLD BUR Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 8/31/2021 Project Funding UNIT 1:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I REMOVE 12"PLUG 1 EA $1,000.00 $1,000.00 1 $1,000.00 2 12"WATER PIPE,CLSM BACKFILL 279 LF $72.00 $20,088.00 279 $20,088.00 3 12"WATER PPPE(CO#1) 3739 LF $60.00 $224,340.00 3739 $224,340.00 5 12"GATE VALVE(CO#1) 24 EA $2,600.00 $62,400.00 24 $62,400.00 9 2"WATER TAP&METER BOX 1 EA $2,400.00 $2,400.00 1 $2,400.00 10 CONNECTION TO EXISTING I2"WATER MAIN I EA $1,000.00 $1,000.00 1 $1,000.00 11 2"IRRIGATION METER 4 EA $2,400.00 $9,600.00 4 $9,600.00 12 DUCTILE IRON WATER FITTINGS 5.26 TN $5,500.00 $28,930.00 5.26 $28,930.00 W/RESTRAINT(CO#1) 14 12"CUT IN GATE VALVE 2 EA $7,500.00 $15,000.00 2 $15,000.00 16 20"X12"TAPPING SLEEVE&VALVE 1 EA $7,500.00 $7,500.00 1 $7,500.00 17 CONCRETE ENCASEMENT FOR UTILITY PIPES 20 LF $30.00 $600.00 20 $600.00 18 RING CONNECTION TO 48"WATER MAIN 1 EA $26,500.00 $26,500.00 1 $26,500.00 19 TRENCH SAFETY 4018 LF $1.00 $4,018.00 4018 $4,018.00 20 REMOVE EXISTING 5'X3'WATER AIR I EA $2,000.00 $2,000.00 1 $2,000.00 RELEASE VALVE VAULT(CO#2) 21 INSTALL 4'CIRCULAR WATER AIR RELEASE 1 EA $5,500.00 $5,500.00 1 $5,500.00 VALVE VAULT/MANHOLE(CO 2) -------------------------------------- Sub-Total of Previous Unit $410,876.00 $410,876.00 UNIT IL•SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I 4'MANHOLE 3 LF $6,500.00 $19,500.00 3 $19,500.00 2 8"SEWER PIPE 260 LF $92.00 $23,920.00 260 $23,920.00 3 8"SEWER PIPE,CSS BACKFILL 60 LF $102.00 $6,120.00 60 $6,120.00 4 8"SEWER PIPE CAP 1 EA $1,000.00 $1,000.00 1 $1,000.00 5 TRENCH WATER STOPS I EA $250.00 $250.00 1 $250.00 6 4'EXTRA DEPTH MANHOLE 15.59 VF $185.00 $2,884.15 15.59 $2,884.15 7 TRENCH SAFETY 320 LF $4.00 $1,280.00 320 $1,280.00 8 POST-CCTV INSPECTION 320 LF $6.00 $1,920.00 320 $1,920.00 9 MANHOLE VACUUM TESTING 3 EA $150.00 $450.00 3 $450.00 Friday,September 10,2021 Page 2 of 5 City Project Numbers 102970 DOE Number 2970 Contract Name WATER&SANITARY SEWER IMPROVEMENTS TO SERVE OLD BUR Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 8/31/2021 Project Funding 10 SWPPP I ACRE 1 LS $18,500.00 $18,500.00 1 $18,500.00 11 REMOVE FENCE 119 LF $4.00 $476.00 119 $476.00 12 REMOVE ASPHALT PVMT 51 SY $12.00 $612.00 51 $612.00 13 REMOVE TREE CANOPY 13833 SY $6.00 $82,998.00 13833 $82,998.00 14 CONCRETE COLLAR 3 EA $1,000.00 $3,000.00 3 $3,000.00 -------------------------------------- Sub-Total of Previous Unit $162,910.15 $162,910.15 -------------------------------------- Friday,September 10,2021 Page 3 of 5 City Project Numbers 102970 DOE Number 2970 Contract Name WATER&SANITARY SEWER IMPROVEMENTS TO SERVE OLD BUR Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 8/31/2021 Project Funding Contract Information Summary Original Contract Amount $518,993.15 Change Orders Change Order Number 1 $47,293.00 Change Order Number 2 $7,500.00 Total Contract Price $573,786.15 Total Cost of Work Completed $573,786.15 Less %Retained $0.00 Net Earned $573,786.15 Earned This Period $573,786.15 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 $573,786.15 Friday,September 10,2021 Page 4 of City Project Numbers 102970 DOE Number 2970 Contract Name WATER&SANITARY SEWER IMPROVEMENTS TO SERVE OLD BUR Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 8/31/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / ROGERS,R Contract Date 12/10/2020 Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 WD 5327 WICHITA ST Days Charged to Date 100 WD 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 $573,786.15 Less %Retained $0.00 Net Earned $573,786.15 Earned This Period $573,786.15 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 $573,786.15 Friday,September 10,2021 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Risinger-Old Burleson Rd&Opportunity Way CHANGE CONTRACT: Water&Sewer ORDER No: CFA# 20-0123 CITY PARTICIPATION: NO CITY PROJECT# 102970 FID NO. 30114-0200431-102970-EO7685 $ IPRC NO. IPRC20.0132 FILE# X-26700 INSPECTOR: Rusell Rogers Phone No: PROJECT MANAGER: Kiran Konduru Phone No: 817-392-2237 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS cost city Cost Cost city Cost Cost --.city Cost cost City Cost Cost City Cost ORIGINAL CONTRACT $356.083.00 $162,910.15 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $356,083.00 $0.00 $162,910.15 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 AMOUNT OF PROP.CHANGE ORDER $47,293.010 REVISED CONTRACT AMOUNT $403,376.00 1 $0.00 $162,910.15 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $403,376.00 $162,910.15 $0.00 $0.00 1 $0.00 REVISED COST SHARE Dev.Cost: $566,286.15 City Cost: $0.00 TOTAL REVISED CONTRACT $566,286.15 Revised:10-12-2011 Page 1 You are directed to make the folloWha chanoes in the contract documents: CITY BID REM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 4 3311.0241 -413 LF 8'Water P'a 544.00 -518 172.0D 3 3311.0441 413 LF 12'WaterPie $60.00 $24,780.00 8 3312.3003 -7 EA 8"Gale Valve 51,250.00 -$e 750.00 5 3312.3005 14 EA 12'Gate Valve $2,600.00 $36 400.00 12 3311.0001 2.37 TON 3311.0001 Ductile Iron Water Fittings w/Restraint $5.500.00 $13,035.00 TOTAL Water Changes $47,293.00 REASONS FOR CHANGE ORDER Revisedslze of proposed waterstubs end gate valves,/ncreaseds/ze from 81nch waterstubs to 12 Inch waterstubs.Replaced e'gate valves With 12'gafe valves and added reducers to the and of three stubs. 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: Pelolon Land ei 'ons H!NyoAlflanr Se ,LLC Conatser ruction TX,L.P. By' By: By: Name: Kole Weber P.E. Nam:Joe Schneider Name: Ad ums Title:Protect Engineer Title:Owner/Developer Title: Manager Revised:10-12-2011 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Risin er-Old Burleson Rd&Opportunity Way CHANGE CONTRACT: Water&Sewer ORDER No: CFA# 20-0123 CITY PARTICIPATION: NO CITY PROJECT# 102970 FID NO. 30114-0200431-102970-EO7685 2 IPRC NO. IPRC20-0132 FILE# X-26700 INSPECTOR: Rusell Rogers Phone No: PROJECT MANAGER: Kiran Konduru Phone No: 817-392-2237 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer P$0. Developer DAYS Cost City Cost Cost City Cost Cost City CostCity Cost Cost Clty Cost ORIGINAL CONTRACT $356,083.00 $162,910.15 120 EXTRAS TO DATE $47,293.00 CREDITS TO DATE CONTRACTTODATE $403,376.00 $0.00 $162,910.15 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 120 AMOUNT OF PROP.CHANGE ORDER $7,500.00REVISED CONTRACT AMOUNT $410,876.00 50.00 $162,910.15 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 120 TOTAL REVISED CONTRACT AMOUNT PER UNIT $410,876.00 $162,910.15 $0.00 $0.00 $0.00 REVISED COST SHARE rev.Cost: $573,786.15 City Cost: $0.00 TOTAL REVISED CONTRACT $573,786.15 Revised:10-12-2011 Page 1 You are directed to make the rollovdn thanges in the contract documents: CITY BID REM PAY ITEM# # QUANTITY UNIT REM DESCRIPTION UNIT PRICE I TOTAL 9999.0007 1 EA Remove Exlstin 5'x3'Water Air Release Valve Vault 52,000.00 52,000.00 X 9999.0008 1 FA Install 4'Circular Water Air Release Valve VaulUManhole $5,500.00 $S,S00.0D TOTAL Water Changes $7,500.00 REASONS FOR CHANGE ORDER Replacing vault for Water Air Release Valve located on TxDOT Row along 1-35W Frontage Road. 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: Peloonn Land Solutions HII! (nbile et Constser otlon TX,L.P. By: By: K. By:—�'�A1w - 049— Name: Kole Weber,P.E. Neme.Ice Schneider Name: Brock Huggins Title:Prolect Engineer Title:Vice President Title: President Revised:10-12-2011 Page 2 FORTWORTH 0" TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Water and sewer to serve Risinger,Old burleson RD and oppurtunity way PROJECT NUMBER: 102970 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF PVC 12" C900 pvc 3779 FIRE HYDRANTS: N/a VALVES(16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 2"irrigation copper 4 2"domestic copper 1 SEWER PIPE LAID SIZE TYPE OF PIPE LF pvc 8" pvc sewer pipe 260 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: NEW SERVICES: N/A TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 F0_RT WORTH Of, TRANSPORTATION AND PUBLIC WORKS September 1, 2021 Conatser construction 5327Wichta ST Fort Worth TX 76119 RE: Acceptance Letter Project Name: Water and Sewer serve risinger old burlesonrd and opportunity way Project Type: Water and Sewer City Project No.: 102970 To Whom It May Concern: On August 31, 2021 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 August 31, 2021, 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- 392-2237. Sincerely, iduru,P.E.(Sep 13,202109:13 CI Kiran Konduru, Project Manager Cc: Russell Rogers, Inspector Ron Cordova, Inspection Supervisor Gary Deyon, Senior Inspector Victor Tornero, Program Manager Peloton, Consultant Conatser, Contractor Hillwood Alliance Services. LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX 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: RISINGER—OLD BURLESON RD. & OPPORTUNITY WAY WATER& SANITARY SEWER IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0123 CITY PROJCT #: 102970 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggin, Subscribed and sworn to before me this 91h day of September, 2021 K..M i2:1 HOERIG Notary Public in Tarran County, Texas Notary Pubhc,State ofTexw Comm.Expires 08/15/2023 Notary ID 13213162-8 -CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0235116 PROJECT: (name, addreSS)Risinger-Old BUrleson Road &Opportunity Way Fort Worth, TX TO (Owner) CITY OF FORT WORTH AND HILLWOOD ALLIANCE ARCHITECT'S PROJECT NO: CFA20-0123 SERVICES,LLC CONTRACT FOR: 1000 Throckmorton Water&Sanitary Sewer Improvements to Serve Risinger-Old Burleson Road 8 Opportunity Way Fort Worth TX 76102 ,_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 JNSURANCE 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 AND HILLWOOD ALLIANCE SERVICES, LLC 1000 Throckmorton Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 3rd day of September, 2021 BERKLEY INSURANCE COMPANY Surety Company l Attest: (Seal): Signature of Authorized Representative Robbi Morales Attorne,-in-Fact Title NOTE: This form is to 4e 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-el 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 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-fast 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. IN WITNESS WHEREOF,the Company has caused these presents to.be signed and attested by its appropriate officers and its corporate seal hereunto affixed ft end day of June 2020 . .�� Attest: Berkl Insurance Company By BEAD erman - — -- 3e after I Executive Vice President&Secretary Se ' c`e resident STATE OF CONNECTICUT) ) ss-. COUNTY OF FAIRMLD ) Sworn to before me,a Notary Public in the State of Connecticut,this 2nd day of June 2020 ,by Ira S.Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice Presiden Secretary, and t^ Senior Vice President, respectively,ofBeddey Insurance Company. 1 a NOTARY " IC CONN5CTICJ 3 MY COMMISSION APHIL3A02024p1 14 otirt Public,State of Connecticut CERTWICATE I,the undersigned,Assistant Secretary ofBERKLBY 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 anc),*st-tlac autbority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of �. PAN ched,is in full force and effect as of this date. r`1177�, der my hand and seal of the Company,this 3rd day of Se.ten - 2021 W J l-aill, m 4975 l 44 W-P`` Vincent P.Forte