Loading...
HomeMy WebLinkAboutContract 55105-FP1 City Secretary 55105 -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 Phase 2B City Project No.: 102891 Improvement Type(s): Water Zx Sewer ❑x Original Contract Price; $284,156.00 Amount of Approved Change Order(s); $2,400.00 Revised Contract Amount; Total Cost of Work Complete; $286,556.00 Jeremiah Patton(Sep 15,202108:53 CDT) Sep 15, 2021 Contractor Date Project Manager Title Conatser Construction Company Name ?tA&�dtz S 15 2021 Fabian diaz(Sep 15,2021 09:30 CDT) Sep 7 Project Inspector Date 2 Sep 15,2021 Project Manager Date Sep 15,2021 CFA Manager Date Dana Burghdoff(Sep 17,20 16:33 CDT Sep 17, 2021 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: North Beach Street Phase 2B City Project No.: 102891 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 I Statement of Contract Time Contract Time: 90 WD Days Charged: 119 Work Start Date: 2/15/2021 Work Complete Date: 9/1/2021 Soil Lab Number of Tests: 68 Water Number of Tests: 21 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORTH- Contract Limits Project Type WATER&SEWER City Project Numbers 102891 DOE Number 2891 Estimate Number 1 Payment Number 1 For Period Ending 9/1/2021 WD City Secretary Contract Number Contract Time 9WD Contract Date 12/10/2020 Days Charged to Date 119 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 1 of 5 City Project Numbers 102891 DOE Number 2891 Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/1/2021 Project Funding UNIT:WATER IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- I 4'-12"PRESSURE PLUG 5 EA $1,000.00 $5,000.00 5 $5,000.00 2 TRENCH SAFETY 1536 LF $1.00 $1,536.00 1536 $1,536.00 3 CONCRETE ENCASEMENT FOR UTILITY PIPES 1.5 CY $300.00 $450.00 1.5 $450.00 4 DUCTILE IRON WATER FITTING W/RESTRAINT 1.32 TN $5,500.00 $7,260.00 1.32 $7,260.00 5 8"DIP WATER 20 LF $58.00 $1,160.00 20 $1,160.00 6 8"PVC WATER PIPE 117 LF $40.00 $4,680.00 117 $4,680.00 7 12"DIP WATER,CLSM BACKFILL 156 LF $92.00 $14,352.00 156 $14,352.00 8 12"PVC WATER PIPE 1243 LF $54.00 $67,122.00 1243 $67,122.00 9 FIRE HYDRANT 1 EA $4,500.00 $4,500.00 1 $4,500.00 10 CONNECTION TO EXISTING 4"-12"WATER 1 EA $1,000.00 $1,000.00 I $1,000.00 MAIN 11 2"WATER SERVICE CO#1 2 EA $2,400.00 $4,800.00 2 $4,800.00 12 8"GATE VALVE 4 EA $1,250.00 $5,000.00 4 $5,000.00 13 12"GATE VALVE 2 EA $2,400.00 $4,800.00 2 $4,800.00 14 TRAFFIC CONTROL 3 MO $1,500.00 $4,500.00 3 $4,500.00 15 PERMANENT AUTOMATIC FLUSHING DEVICE I EA $4,500.00 $4,500.00 1 $4,500.00 ----- --------- Sub-Total of Previous Unit $130,660.00 $130,660.00 UNIT II:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I SWPPP 1 ACRE 1 LS $1,500.00 $1,500.00 1 $1,500.00 2 POST CCTV INSPECTION 1663 LF $3.00 $4,989.00 1663 $4,989.00 3 MANHOLE VACUUM TESTING 5 EA $175.00 $875.00 5 $875.00 4 TRENCH SAFETY 1663 LF $2.00 $3,326.00 1663 $3,326.00 5 TRENCH SAFETY WATER STOPS 1 EA $250.00 $250.00 I $250.00 6 8"SEWER PIP 1247 LF $52.00 $64,844.00 1247 $64,844.00 7 8"SEWRE PIPE,CSS BACKFILL 40 LF $62.00 $2,480.00 40 $2,480.00 8 8"DIP SEWER PIPE 376 LF $82.00 $30,832.00 376 $30,832.00 9 EPDXY MANHOLE LINER 55 VF $385.00 $21,175.00 55 $21,175.00 10 4'MANHOLE 5 EA $4,200.00 $21,000.00 5 $21,000.00 Wednesday,September 15,2021 Page 2 of 5 City Project Numbers 102891 DOE Number 2891 Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 9/1/2021 Project Funding I 1 4'EXTRA DEPTH MANHOLE 25 VF $185.00 $4,625.00 25 $4,625.00 Sub-Total of Previous Unit $155,896.00 $155,896.00 -------------------------------------- Wednesday,September 15,2021 Page 3 of 5 City Project Numbers 102891 DOE Number 2891 Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 9/1/2021 Project Funding Contract Information Summary Original Contract Amount $284,156.00 Change Orders Change Order Number 1 $2,400.00 Total Contract Price $286,556.00 Total Cost of Work Completed $286,556.00 Less %Retained $0.00 Net Earned $286,556.00 Earned This Period $286,556.00 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 $286,556.00 Wednesday,September 15,2021 Page 4 of 5 City Project Numbers 102891 DOE Number 2891 Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/1/2021 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 90 WD 5327 WICHITA ST Days Charged to Date 119 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 $286,556.00 Less %Retained $0.00 Net Earned $286,556.00 Earned This Period $286,556.00 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 $286,556.00 Wednesday,September 15,2021 Page 5 of 5 i FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: North Beach Sheet Ph.2B PROJECT NUMBER: 102891 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC Water Pipe 8" PVC 117 LF 12"PVC Water Pipe 12" PVC 1399 LF 8" DIP 8" DIP 20 LF FIRE HYDRANTS: I VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 2-2" copper 60' SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" sewer Pipe 8" PVC 1287' 8" Sewer Pipe 8" DIP 376' PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS i ! The Cite of Fort kX/orth• 1000 Throckmorton Street•Fort Wordi,'IZ 76012-6311 (817)392-7941 •Fax: (817)392-7845 ; /» n o - 3 » 0 0 0 -0 _ G G ; C: q ( M > z0 7 ■(2 § ; ) [ / ¥ m # ® � # a m § \q \ � � 000 � � � { j m [ ( 2 m a ] / § ( ) j ;G / w / a m \ m q§ 0 z ~ [ « w ) § / 0 CD \ { \ ! 22 _ . . \ (n0 \ 1 \ / 203 @ }( \ \ 00 } w = t ; § m % / / k \ ° : 0a j ( _ = 5 / / \ cn \ _ 0 \ t / ) \ o > j \ ca ± ± j m . = o _ - § § m � � § z 2 7 - 0 \ m 2 I . m\ i _ /) 00 \ § § ; 7rn g \ rfl G � a o s m �[ % $ f � , O - § � � | i m ( § / � 0 2 ; % z ( % ) _\ d } g 2 z ` § ƒ ° 7 ( k / � z = } / / § mE e ] ) \ . / ) k j § / & & ~ ! } 0 §0 G § ] x { '! /` ° } \ -\ n \k ~/ 0if ` ( qe 0 § \ 5 /z a z ED a » 22 i # 2 C: _ 00 0 d j �§ d � & 2co 7 ` 2; 0§ 53 \ ` �§ - (� § ED (\0 \ \z ] § a z f o § \ / ] � 2 { r a®\ o } k k f \ / q : [ 9` _ ( z ]] - ) \ \\ ( j ( em G \ /N)) I I FORTWORTH® TRANSPORTATION AND PUBLIC WORKS September 8, 2021 Conatser Construction TX. LP 5327 Wichita Street Fort Worth TX, 76119 RE: Acceptance Letter Project Name: North Beach St. Ph.213 Project Type: Developer City Project No.: 102891 To Whom It May Concern: On September 7,2021 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 September 7, 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- 392-2481. Sincerely, Debbie J. Willhelm, Project Manager Cc: Fabian Diaz, Inspector Wade Miller, Inspection Supervisor Shawn Fargo,Senior Inspector Victor Toreno, Program Manager Tanya Warbretton(Peloton Land Solutions), Consultant Conatser Construction, Contractor Hillwood Alliance Services, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 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. WATER& SANITARY SEWER IMPROVEMENTS DOE#: N/A CFA PRJ#: 20-0109 CITY PROJCT #: 102891 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggil s Subscribed and sworn to before me this 9th day of September, 2021 KAMRA HOERIG Notary Public in Tarry t County, Texas t i Notary Public,State ofTem ,4%,'y Comm.Expires p8/15/2023 4TE.Of lac+P Notary ID 13213162-8 COWSENT OF OWNER ❑ ` SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0235114 PROJECT: (name, addreSS)Alliance Center North- 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: CFA 20-0109 SERVICES,LLC CONTRACT FOR: 1000 Throckmorton Water&Sanitary Sewer Alliance Center North-North Beach Street Fort Worth rx 76102 --J 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 there insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of Ihere 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 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 end day of ,rune - 2020 4��u ffcF Attest: Berld•v Insurance Company fi By BY - g�� L. Berman Je nqresident fter Executive Vice President&Secretary Se ' STATE OF COMATCTICUT) ) Ss: COUNTY OF F'AIRF'IELD ) Sworn to before me, a Notary Public in the State of Connecticut,this 2nd day of .rune 2020 ,by Ira S.Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice Presiden Secretary, and ' Senior Vice President, respectively,of Berkley Insurance Company. MARoraar�'auA►vim CONNECTICUT C RM APRIL 302 24PI _ otary Public,State of Connecticut CERTIFLCA.TE I,the undersigned,Assistant Secretary of BERM EY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correot and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded Mn h1+€ authority of the Artorney%n Fact set forth therein, who executed the bond or undertal . to which this Power of RAty :y �dehec�is in full force and effect as of this date. ri der my hand and seal of the Company,this 3rd day of Se ten z� 2021 SISAL z AF ww t VincentMorte���