Loading...
HomeMy WebLinkAboutContract 56402-FP3 City Secretary 56402 -FP3 Contract No. Date Received Oct 5,2021 FORT WORM., 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: WATERSBENDS SOUTH PHASE 1C City Project No.: 102475 Improvement Type(s): ❑X Paving ❑X Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $683,325.25 Amount of Appro\,ed Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $683,325.25 Jacob 6abewood ep30,202113:21CDT) Sep 30,2021 Contractor Date Project Manager Title Conatser Construction TX, L.P. Company Name &'4"0'y� Sep 2021 Eddie D.Walker Jr.(Sep 30,202113:23 CDT) f Project Inspector Date Y,wgr l �9't94, �15. Sep 30 2021 Yogesh Patel,P.E.(Sep 30,202113:54 CDT) f Project-Manager Date N Evelyn Rol arts(Oct 4,202111:04 CDT) Oct 4,2021 CFA Manager Date bay sao&� Oct 4 2021 Dana Burghdoff( t4,202 3:29 CDT) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name:WATERSBENDS SOUTH PHASE 1 C City Project No.: 102475 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 190 WD Days Charged: 195 Work Start Date: 10/1/2020 Work Complete Date: 9/7/2021 Completed number of Soil Lab Test: 384 Completed number of Water Test: 14 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATERSBEND SOUTH PHASE 1C Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 102475 DOE Number 2475 Estimate Number I Payment Number I For Period Ending 9/28/2021 WD City Secretary Contract Number Contract Time 169M Contract Date Days Charged to Date 195 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / WALKER Tuesday,September 28,2021 Page 1 of 5 City Project Numbers 102475 DOE Number 2475 Contract Name WATERSBEND SOUTH PHASE 1C Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 9/28/2021 Project Funding STORM DRAIN Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 MEDIUM STONE RIPRAP 26 SY $125.00 $3,250.00 26 $3,250.00 2 TRENCH SAFETY 1971 LF $1.00 $1,971.00 1971 $1,971.00 3 CONCRETE COLLAR 3 EA $750.00 $2,250.00 3 $2,250.00 4 15"HDPE PIPE 99 LF $50.00 $4,950.00 99 $4,950.00 5 18"RCP 12 LF $52.00 $624.00 12 $624.00 6 21"RCP 243 LF $55.00 $13,365.00 243 $13,365.00 7 24"RCP 33 LF $60.00 $1,980.00 33 $1,980.00 8 27"RCP 10 LF $65.00 $650.00 10 $650.00 9 30"RCP 972 LF $75.00 $72,900.00 972 $72,900.00 10 36"RCP 221 LF $105.00 $23,205.00 221 $23,205.00 11 4'STORM JUNCTION BOX 4 EA $4,500.00 $18,000.00 4 $18,000.00 12 30"SET 1 PIPE 2 EA $3,500.00 $7,000.00 2 $7,000.00 13 10'CURB INLET 5 EA $3,400.00 $17,000.00 5 $17,000.00 14 I T CURB INLET 1 EA $4,400.00 $4,400.00 1 $4,400.00 15 6"PVC 49 LF $38.00 $1,862.00 49 $1,862.00 16 8"PVC 97 LF $40.00 $3,880.00 97 $3,880.00 17 10"PVC 98 LF $45.00 $4,410.00 98 $4,410.00 18 12"PVC 137 LF $50.00 $6,850.00 137 $6,850.00 19 TYPE 7 GRATE FOR PRIVATE STORM DRAIN 5 EA $1,000.00 $5,000.00 5 $5,000.00 20 TYPE 11 GREATE FOR PRIVATE STORM DRAIN 1 EA $1,250.00 $1,250.00 1 $1,250.00 21 TYPE 16 GRATE FOR PRIVATE STORM DRAIN 2 EA $1,500.00 $3,000.00 2 $3,000.00 Sub-Total of Previous Unit $197,797.00 $197,797.00 PAVING&BONDS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 HYDRATED LIME @32LBS 170.8 TN $185.00 $31,598.00 170.8 $31,598.00 2 6"LIME TREATED SUBGRADE 10675 SY $3.00 $32,025.00 10675 $32,025.00 3 6"CONCRETE PAVEMENT 10021 SY $37.25 $373,282.25 10021 $373,282.25 4 4"CONC SIDEWALK 484 SF $3.25 $1,573.00 484 $1,573.00 5 P-1 RAMP 10 EA $1,300.00 $13,000.00 10 $13,000.00 Tuesday,September 28,2021 Page 2 of 5 City Project Numbers 102475 DOE Number 2475 Contract Name WATERSBEND SOUTH PHASE 1C Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 9/28/2021 Project Funding 6 INSTALL END OF ROAD BARRICADE 2 EA $800.00 $1,600.00 2 $1,600.00 7 REMOVE END OF ROAD BARRICADE 2 EA $500.00 $1,000.00 2 $1,000.00 8 CONCRETE HEADER 2 EA $600.00 $1,200.00 2 $1,200.00 9 ST SIGN W/STOP SIGN 5 EA $750.00 $3,750.00 5 $3,750.00 10 ST MARKER BLADE 10 EA $250.00 $2,500.00 10 $2,500.00 11 PERFORMANCE/PAYMENT AND 2YR 1 LS $24,000.00 $24,000.00 1 $24,000.00 MAINTENANCE BONDS Sub-Total of Previous Unit $485,528.25 $485,528.25 Tuesday,September 28,2021 Page 3 of 5 City Project Numbers 102475 DOE Number 2475 Contract Name WATERSBEND SOUTH PHASE 1C Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 9/28/2021 Project Funding Contract Information Summary Original Contract Amount $683,325.25 Change Orders Total Contract Price $683,325.25 Total Cost of Work Completed $683,325.25 Less %Retained $0.00 Net Earned $683,325.25 Earned This Period $683,325.25 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 $683,325.25 Tuesday,September 28,2021 Page 4 of 5 City Project Numbers 102475 DOE Number 2475 Contract Name WATERSBEND SOUTH PHASE 1C Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 9/28/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / WALKER Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 160 WD 5327 WICHITA ST Days Charged to Date 195 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 $683,325.25 Less %Retained $0.00 Net Earned $683,325.25 Earned This Period $683,325.25 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 $683,325.25 Tuesday,September 28,2021 Page 5 of 5 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 7, 2021 CONATSER CONSTRUCTION TX.LP. 5327 WICHITA ST FORT WORTH, TX 76119 RE: Acceptance Letter Project Name: WATERSBEND SOUTH PHASE 1C Project Type: PAVING and DRAINAGE IMPROVEMENTS City Project No.: 102475 To Whom It May Concern: On September 1, 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 7, 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 7, 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- 392-2373. Sincerely, Ywerh �ateG, Yogesh Patel,P.E.(Sep 30,202113:54 CDT) YOGESH PATEL, Project Manager Cc: EDDIE WALKER, Inspector MIKE GLOVER, Inspection Supervisor DANEIL ROY, Senior Inspector VICTOR TORNERO, Program Manager GOODWIN and MARSHALL,INC., Consultant CONATSER CONSTRUCTION TX.LP., Contractor FORESTAR, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 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: WATERSBEND SOUTH PHASE 1C WATER, SANITARY SEWER, STORM DRAIN, PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: N/A CITY PROJCT #: 102476 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 30th day of September 2 21 _ - Notary Public in Tarrant County, Texas O�F,wr P B,K FHA GIANULIS jNotary Public,state of Texas Comm.Expires 09118/2023 Notary ID 1026977-3 of CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0232086 PROJECT: (name, address)Watersbend South Phase I Fort Worth, TX TO (Owner) FORESTAR USA)REAL ESTATE GROUP INC.AND7 ARCHITECT'S PROJECT NO: City Project No. 102476 THE CITY OF FORT WORTH CONTRACT FOR: 2221 E. Lamar Blvd.,Suite 790 Watersbend South Phase 1C-Water,Sanitary Sewer,Storm Drain, and Paving Arlington TX 76006 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) FORESTAR (USA) REAL ESTATE GROUP INC. AND THE CITY OF FORT WORTH 2221 E. Lamar Blvd., Suite 790 Arlington TX 76006 OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 28th day of September, 2021 BERKLEY INSURANCE COMPANY Surety Company Attest: � a�'I (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE; This tore 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 sued and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day of_June 2020 Attest ,`�SuRAN, o Berkl Insurance Company (' W SW AI By T� By to 1975 J.1 ederman Je after Executive Vice President&Secretary Se ' c` resident STATE OF CONNECTICUT) ) ss: COUNTY OF FAIRFFI-ELD ) 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 President Secretary, and tA Senior Vice President, respectively,of Berkley Insurance Company. MANOTARY PPUR SIC CONNECTICl1T MY COMMISSIONA U EXPIRES , otary Public,State of Connecticut CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the off inal Power of Attorney;that said Power of Attorney has not been revoked or rescinded and-that-pae authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of !� sA+v �ched,is in full force and effect as of this date. t�under my hand and seal of the Company,this 28th day of Se tern 2021 SCAiJ/ z — �� 1975 � - ___ Vincent P.Forte