Loading...
HomeMy WebLinkAboutContract 55097-FP1 City Secretary 55097 -FP1 Contract No. FORTWORTH, Date Received Sep 20,2021 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: North Beach Street PH 213 City Project No.: 102893 Improvement Type(s): 0 Paving 0 Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $3,374,154.25 Amount of Approved Change Order(s): $14,152.00 Revised Contract Amount: $3,388,306.25 Total Cost of Work Complete: $3,388,306.25 Jeremiah Patton Seep 15,202110:29 CDT) p 15,2021 Contractor Date Project Manager Title Conatser Construction Company Name g6uuve7,;qlz Sep 15, 2021 Fabian diaz(Sep 15,202110:32 CDT) Project Inspector Date Sep 16, 2021 Project Manager Date WZ11 Sep 16, 2021 CFA Manager Date z7� Sep 17, 2021 Dana R urghdoff 17 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: North Beach Street PH 2B City Project No.: 102893 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 180 WD Days Charged: 143 Work Start Date: 1/25/2021 Work Complete Date: 9/10/2021 Completed number of Soil Lab Test: 162 Completed number of Water Test: 0 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name STORM DRAIN,PAVING,STREET LIGHTING IMPROVEMENTS TO SER Contract Limits Project Type PAVING&STORM DRAIN City Project Numbers 102893 DOE Number 2893 Estimate Number 1 Payment Number I For Period Ending 9/10/2021 WD City Secretary Contract Number Contract Time 18PJD Contract Date 12/10/2020 Days Charged to Date 143 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors MILLER,W / DIAZ,F Wednesday,September 15,2021 Page I of 5 I City Project Numbers 102893 DOE Number 2893 Contract Name STORM DRAIN,PAVING,STREET LIGHTING IMPROVEMENTS TO SE Estimate Number I Contract Limits Payment Number I Project Type PAVING&STORM DRAIN For Period Ending 9/10/2021 Project Funding PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 REMOVE FENCE 3764 LF $4.00 $15,056.00 3764 $15,056.00 3 2"CONDT PVCSCH 40(T) 450 LF $12.00 $5,400.00 450 $5,400.00 4 4"CONDT PVC SCH 40(T) 900 LF $20.00 $18,000.00 900 $18,000.00 5 UNCLASSIFIED EXCAVATION BY PLAN(CUT 43573 CY $3.75 $163,398.75 43573 $163,398.75 PER PLAN) 6 BORROW BY PLAN(FILL BY PLAN) 4535 CY $2.50 $11,337.50 4535 $11,337.50 7 SWPPP 1 ACRE 1 LS $22,500.00 $22,500.00 1 $22,500.00 8 8"LIME TREATMENT 6235 SY $4.00 $24,940.00 6235 $24,940.00 9 HYDRATED LIME 135 TN $185.00 $24,975.00 135 $24,975.00 10 10"CONC PVMT(4000 PSI) 5759 SY $64.00 $368,576.00 5759 $368,576.00 11 4"SLD PVMT MARKING HAS(Y) 3379 LF $2.00 $6,758.00 3379 $6,758.00 12 4"BRK PVMT MARKING HAS(Y) 602 LF $2.00 $1,204.00 602 $1,204.00 13 8"SLD PVMT MARKING HAS(Y) 66 LF $4.00 $264.00 66 $264.00 14 24"SLD PVMT MARKING HAE(W) 12 LF $20.00 $240.00 12 $240.00 15 LANE LEGEND ARROW 8 EA $350.00 $2,800.00 8 $2,800.00 16 REFL RAISED MARKER TY I 1-A-A 63 EA $4.00 $252.00 63 $252.00 17 TOPSOIL 1020 CY $18.00 $18,360.00 1020 $18,360.00 18 SEEDING HYDROMULCH 8269 SY $2.00 $16,538.00 8269 $16,538.00 19 MANHOLE ADJUSTMENT MINOR 2 EA $500.00 $1,000.00 2 $1,000.00 20 VALVE BOX ADJUSTMENT 6 EA $500.00 $3,000.00 6 $3,000.00 21 INSTALL ALUM SIGN GROUND MOUNT-CAN 2 EA $1,400.00 $2,800.00 2 $2,800.00 STANDARD 22 TRAFFIC CONTROL 3 MO $2,500.00 $7,500.00 3 $7,500.00 23 10"ASPHALT BASE TYPE B 123 SY $64.00 $7,872.00 123 $7,872.00 24 REMOVE GRAVEL ROAD 4497 SY $6.00 $26,982.00 4497 $26,982.00 25 6"CONDT PVC SCH 40(T) 900 LF $30.00 $27,000.00 900 $27,000.00 26 CONNECT TO EXIST PAVEMENT 35 LF $20.00 $700.00 35 $700.00 ---------------------- ------------------ Sub-Total of Previous Unit $777,453.25 $777,453.25 STORM DRAIN IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------- ------------ Wednesday,September 15,2021 Page 2 of 5 City Project Numbers 102893 DOE Number 2893 Contract Name STORM DRAIN,PAVING,STREET LIGHTING IMPROVEMENTS TO SE Estimate Number I Contract Limits Payment Number I Project Type PAVING&STORM DRAIN For Period Ending 9/10/2021 Project Funding 2 LARGE STONE RIPRAP DRY 2312 SY $95.00 $219,640.00 2312 $219,640.00 3 TRENCH SAFETY 2555 LF $1.00 $2,555.00 2555 $2,555.00 4 CONCRETE COLLAR 2 EA $1,000.00 $2,000.00 2 $2,000.00 5 21"RCP CLASS III 161 LF $55.00 $8,855.00 161 $8,855.00 6 33"RCP CLASS III 68 LF $90.00 $6,120.00 68 $6,120.00 7 48"RCP CLASS lII 287 LF $170.00 $48,790.00 287 $48,790.00 8 7X4 BOX CULVERT 49 LF $400.00 $19,600.00 49 $19,600.00 9 9X4 BOX CULVERT 553 LF $520.00 $287,560.00 553 $287,560.00 10 IOX4 BOX CULVERT 394 LF $610.00 $240,340.00 394 $240,340.00 11 Y MANHOLE RISER 4 EA $5,500.00 $22,000.00 4 $22,000.00 12 10'CURB INLET 8 EA $3,400.00 $27,200.00 8 $27,200.00 13 10'X5'MBC 1043 LF $1,245.00 .,298,535.00 1043 .1,298,535.00 14 24'X12'STORM JUNCTION BOX I EA $38,500.00 $38,500.00 1 $38,500.00 15 12'X5'STORM JUNCTION BOX 2 EA $14,500.00 $29,000.00 2 $29,000.00 16 1 FX9'STORM JUNCTION BOX I EA $23,500.00 $23,500.00 1 $23,500.00 17 TXDOT STANDARD HEADWALL(TYPE SW-0) 1 EA $28,500.00 $28,500.00 1 $28,500.00 18 CONCRETE DROP STRUCTURE WITH BAFFLE 338 CY $750.00 $253,500.00 338 $253,500.00 BLOCK(COMPLETE) 19 FILTER FABRIC FOR DROP STRUCTURE 2186 SY $3.00 $6,558.00 2186 $6,558.00 20 COURSE AGGREGATE FOR DROP STRUCTURE 80 CY $120.00 $9,600.00 80 $9,600.00 21 CAST IN PLACE(2)10'X5'BOX CULVERT 3 EA $9,500.00 $28,500.00 3 $28,500.00 BEND(CO 1) 22 CAST IN PLACE 10'X4'BOX CULVERT BEND I EA $5,500.00 $5,500.00 1 $5,500.00 23 CAST IN PLACE9'X4'BOX CULVERT BEND 1 EA $4,500.00 $4,500.00 1 $4,500.00 -------------------------------------- Sub-Total of Previous Unit $2,610,853.00 $2,610,853.00 --------------------------------------- Wednesday,September 15,2021 Page 3 of 5 City Project Numbers 102893 DOE Number 2893 Contract Name STORM DRAIN,PAVING,STREET LIGHTING IMPROVEMENTS TO SE Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING&STORM DRAIN For Period Ending 9/10/2021 Project Funding Contract Information Summary Original Contract Amount $3,374,154.25 Change Orders Change Order Number 1 $14,152.00 Total Contract Price $3,388,306.25 Total Cost of Work Completed $3,388,306.25 Less %Retained $0.00 Net Earned $3,388,306.25 Earned This Period $3,388,306.25 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 $3,388,306.25 Wednesday,September 15,2021 Page 4 of 5 City Project Numbers 102893 DOE Number 2893 Contract Name STORM DRAIN,PAVING,STREET LIGHTING IMPROVEMENTS TO SE Estimate Number I Contract Limits Payment Number I Project Type PAVING&STORM DRAIN For Period Ending 9/10/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / DIAZ,F Contract Date 12/10/2020 Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 WD 5327 WICHITA ST Days Charged to Date 143 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 $3,388,306.25 Less %Retained $0.00 Net Earned $3,388,306.25 Earned This Period $3,388,306.25 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 $3,388,306.25 Wednesday,September 15,2021 Page 5 of 5 � . � r k / gr ¥ zA L { W L - � / k3 \ ( ( � \} e u� }§ \ °0 � \ a � \ $ ) ( Of /\ / / � � \LU Cl) \ & K eo e ` my 2 \ a ° ® ) ) G m [ \ { \ � \ \ § § a G f ( § 0 « q ± $ | o £ (L § ° \ \ / \ co § 16 \ r { g ) ! a = § 0 00 § ) CU k & / / m ) c $ ) 2 / ; � - / - @ / § ) \ ? k i � e e § ) ,k k 40 \ P LLI� \ LLJ n ) \ } /of § L ° 0 ® ( } K § L 2 e k ) ~ r # E a # ) [b B )■ § ) @ § § J e 8 m E R [ § \ )e § R R o 0 o m E w a § o 0 m I I [)( 222&3\ \ m u eG: Q [ » /}§$/ g k 5 ) o l a } ° t G » 2 a q \ 3 \� . 0 _ G L) L) ; § § (k)� - § N 3 \ 3 @ §ƒ 6 §§ uj ul k Euj ® 2 k / \ Ec )/ ° )\ § 0° am ® of E - \ <655 £& ( [G 2/ # q� 0 \ \ � \ . m \ƒ \ L \ y o , ®! § 5 / a ! 7§ 2 \ ( / aj ~ f \ ` § ; j \( ( wc) }Lu w } u } fU \ 0 / § / } § % § z � @ § § m § _ � :: \ 2 e § e _V ! ! / ! \ } cL & ~ § [ ! § M / § - 0 § § ) FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 8,2021 Conatser Construction TX. LP 5327 Wichita Street h Fort Worth TX,76119 RE: Acceptance Letter Project Name: North Beach St. Ph.213 Project Type: Developer City Project No.: 102893 To Whom It May Concern: On September 7, 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 September 10, 2021. 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 10, 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- 392-2481. ,i Sincerely, Debbie I I� T P/yfJL2 V. U/��L Debbie J.Willhelm, Project Manager II Cc: Fabian Diaz, Inspector �I Wade Miller, Inspection Supervisor Shawn Fargo,Senior Inspector VictorToreno, Program Manager Tanya Warbretton(Peloton Land Solutions), Consultant {l Conatser Construction, Contractor Hillwood Alliance Services, LLC, Developer File I� E-Mail: TPW_Acceptance@fortworthtexas.gov �I 'I h it I I i Rev.8/20/19 �I 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: ALLIANCE CENTER NORTH—NORTH BEACH ST. STORM DRAIN, PAVING,AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0108 CITY PROJCT #: 102893 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Brock Huggin Subscribed and sworn to before me this 9t" day of September, 2021 P. KAMRA HOERIG Notary Public in Tarrant County, Texas p _ y Z. Notary Public,State of Texas P Comm,Expires 08/15/2023 .qre aF t11 Notary ID 1 3213 1 62-8 XON'SENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0235113 PROJECT: (name, address)North Beach Street STA 59+02.42 to 74+33.63 Ft. Worth,TX TO (Owner) CITY OF FORT WORTH AND HILLWOOD ALLIANCE ARCHITECT'S PROJECT NO: CFA20-0108 SERVICES,LLC CONTRACT FOR: 1000 Throckmorton Storm Drain,Paving&Street Light Improvements-Alliance Center North-North Beach Street 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 INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there 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 there 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 Attest: (Seal): ` ' Signature of Authorized Representative Robbi Morales Attorne.-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-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-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. IN WITNESS WHEREOF,the Company has caused these presents to.be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day of . June 2020 Attest Berkl Insurance Company 1 By derman 3e after °Fi away Executive Vice President 8c Secretary Se resident STATE OF CONNECTICUT) ) ss: COUNTY OF FAIItFIELD ) Sworn to before me, a Notary Public in the State of Connecticut,this 2nd day of June 2020 by Ira S.Lederman and Jeffrey K Hafter who are sworn to me to be the Executive Vice President Secretary, and t ^ Senior Vice President, respectively,of Berkley Insurance Company. C RUN KRY PURI M MY t'0APHL 30.2Q4 _ otary Public,State of Connecticut CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO BEREBY 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 Zrm.brauthority of the Artoxnsy-iriFact set forth therein, wha executed the band or umdextaking to which this Powet of di 1 :4ched,is in full force and effect as of this date. f-e.Vt�order my hand and seal of the Company,this 3rd day of Septenib 2021 W 51::k I� m 1978 � � (AWO- Vincent P.Forte