Loading...
HomeMy WebLinkAboutContract 51763-FP2 City Secretary 51763 -FP2 Contract No. FORTWORTH, Date Received Apr 11,2022 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: Calmont Commercial City Project No.: 101460 Improvement Type(s): 0 Paving 0 Drainage 0 Street Lights ❑ Traffic Signals Original Contract Price: $198,466.65 Amount of Approved Change Order(s): $30,922.00 Revised Contract Amount: $229,388.65 Total Cost of Work Complete: $229,388.65 Dayl'y'r")e Apr 6,2022 Haley Davidson(Apr 6,2022 16:16 CDT) Contractor Date Assistant Project Manager Title Dennett Construction, LC. Company Name r� Apr 7,2022 Project Inspector Date Apr 7,2022 Project Manager Date yanie Scarlet&Morales A�1r 8 2022 Janie Scarlett Morales(Apr 8,202208:02 C DT) p CFA Manager Date Dana Burghdoff(Apr 10,20 10:30 CDT Apr 10,2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Calmont Commercial City Project No.: 101460 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid F Consent of Surety Statement of Contract Time Contract Time: 45 WD Days Charged: 168 Work Start Date: 6/1/2021 Work Complete Date: 2/21/2022 Completed number of Soil Lab Test: 101 Completed number of Water Test: 6 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CALMONT COMMERCIAL Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 101460 DOE Number 1460 Estimate Number 1 Payment Number I For Period Ending 2/21/2022 WD City Secretary Contract Number Contract Time 4WD Contract Date Days Charged to Date 168 Project Manager NA Contract is 100.00 Complete Contractor SCOTT DENNETT CONSTRUCTION,INC. 2808 W.7TH ST.,#13 FORT WORTH, TX 76107 Inspectors OWEN / HORTON Wednesday,April 6,2022 Page I of 4 City Project Numbers 101460 DOE Number 1460 Contract Name CALMONT COMMERCIAL Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/21/2022 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 36"CLASS III RCP 230 LF $151.23 $34,782.90 230 $34,782.90 2 36"X 12"WYES 2 EA $1,600.00 $3,200.00 2 $3,200.00 3 5'X5'DROPINLET 1 EA $12,474.00 $12,474.00 1 $12,474.00 4 36"TXDOT HEADWALL I EA $20,440.50 $20,440.50 1 $20,440.50 5 RIPRAP 1 LS $27,787.50 $27,787.50 1 $27,787.50 6 DEMO EXISTING TXDOT HEADWALL 1 EA $6,492.50 $6,492.50 1 $6,492.50 8 CONSTRUCTION STAKING 1 LS $10,618.00 $10,618.00 1 $10,618.00 9 HAUL OFF 454 CY $11.18 $5,075.72 454 $5,075.72 10 54"CASING BY OPEN CUT(CO#1) 25 LF $805.08 $20,127.00 25 $20,127.00 11 TRENCH SAFETY(CO#1) 25 LF $51.00 $1,275.00 25 $1,275.00 Sub-Total of Previous Unit $142,273.12 $142,273.12 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I NEW CITY APPROACH 1400 SF $14.50 $20,300.00 1400 $20,300.00 2 NEW 6'CITY SIDEWALKS 2400 SF $8.50 $20,400.00 2400 $20,400.00 3 GRADING FOR PAVING 1 LS $15,500.00 $15,500.00 1 $15,500.00 4 CONSTRUCTION STAKING I LS $5,087.53 $5,087.53 1 $5,087.53 5 TOP SOIL(CO#1) 450 CY $9.00 $4,050.00 450 $4,050.00 6 BLOCK SOD REPLACEMENT(CO#1) 300 SY $10.00 $3,000.00 300 $3,000.00 -------------------------------------- Sub-Total of Previous Unit $68,337.53 $68,337.53 ST LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------ 2 TRUSS TYPE LUMINARE ARM W/FIXTURE ON I EA $18,778.00 $18,778.00 1 $18,778.00 EXISTING POLE(CO#1) Sub-Total of Previous Unit $18,778.00 $18,778.00 -------------------------------------- Wednesday,April 6,2022 Page 2 of 4 City Project Numbers 101460 DOE Number 1460 Contract Name CALMONT COMMERCIAL Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/21/2022 Project Funding Contract Information Summary Original Contract Amount $198,466.65 Change Orders Change Order Number 1 $30,922.00 Total Contract Price $229,388.65 Total Cost of Work Completed $229,388.65 Less %Retained $0.00 Net Earned $229,388.65 Earned This Period $229,388.65 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 $229,388.65 Wednesday,April 6,2022 Page 3 of 4 City Project Numbers 101460 DOE Number 1460 Contract Name CALMONT COMMERCIAL Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/21/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / HORTON Contract Date Contractor SCOTT DENNETT CONSTRUCTION,INC. Contract Time 45 WD 2808 W.7TH ST.,#13 Days Charged to Date 168 WD FORT WORTH, TX 76107 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 $229,388.65 Less %Retained $0.00 Net Earned $229,388.65 Earned This Period $229,388.65 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 $229,388.65 Wednesday,April 6,2022 Page 4 of 4 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECTNAME: 6600Calmonl CHANGE By Yogesh Patel, CONTRACT: Water,Sewer,Paving,Draina o,and Street lights ORDER No: E.CFA# CFA 201M34 CITY PARTICIPATION: CITY PROJECT ft 101460 DOE# WA 1 WATER PROJECT It SEWER PROJECT ft FILE It W-2561 INSPECTOR: Phone No: PROJECT MANAGER: Phone No: CONTRACT UNIT WATER SEY/ER PAVING DRAINAGE STREET LIMITS CONTRACT DAYS Dovaloper Dovolopor Dovolopor Dovalapor Dovolopor Cost CI Coel Coel el Coe, Coe, CI Cost Cost CityCost Cos' CI Cost ORIGINAL CONTRACT $0.00 $0.00 30.00 i0.00 $61,267.53 $0.00 $121,559.97 $15,610.00 EXTRAS TO DATE 40.00 ie,6a CREDITS TO DATE $0.00 $0.00 i f�. CONTRACT TO DATE 30.00 $0.00 $0.00 110.00 $61,207.53 $0.00 3121,559.97 $040 $15,618.00 30.00 0 AMOUNT OF PROP.CHANGE ORDER S 15,473.00 S 91,65710 S 7,050.00 $ 21.402.00 S 3,160.00 REVISED CONTRACT AMOUNT $15.473.00 $0.00 $91,657.20 $0.00 308,037.57 $0.9 $142,961.97 _ 50.00 j18,778.00 $0.00 0 TOTAL REVISED CONTRACT AMOUNT 1,611. f./ 1_! PER UNIT 516,473.00 $91,657.20 $68,337.63 1 142901.97 $16778.00 REVISED COST MARE Dov.Cost: $337,207.70 City Q t 70,00 TOTAL REVISED COITTRACT $337,207.70 Revised:10.124011 Page 1 You are directed to make the followingdron es In the oontract documents CITY BID ITEM PAY REM O N QUANTITY U11R ITEM DESCRIPTION UIIR PRICE TOTAL Unit 1:Water lm rovemonts i' 3312.2203 2 EA 2'Water Service S 5,601. $ 11 2• 3312.2003 1 EA 50 ,363.00 V Water Service $ 4,110.50 $ 4.363.00 Unit It:90 Improvements Totall$ 15,473.00 , 1' 3339.1001 2 FA 4'Monhole $ 9,850.00 S 19700.00 2• 3331.4115 65 LF 8'Sower Pipe $ 377.16 $ 24615.45 �,S IS,r-(G 3' 3305.1003 25 LF 20'CasIng By Open Cut $ 1,405.07 S 35,126.75 4' 3301,0001 700 LF CCTV Existing sewer lino S j 5' 3301.0101 2 EA Manhole Vacuum Tessin 00.OD S 40 9.00 S.00 S 8,300.00 6• 3305.0109 65 LF Trench Safety $ 61.00 $ 3,315.00 7' 3305.0112 2 FA Concrete Collor S 600.00 $ 1,000.00 0' 3301.0002 150 LF Post-CCTV Inspection $ 6.00 $ 900.00 _ 0 Unit III:Drainage Improvements Total $ 91,657.2 I I,1, 7 •1 LS Trench Safety $ 690.00 S 690. 10' 3305.1009 25 LF 54'Casln B 00 Open Cut $ 005.00 S 2(690.00 11' 3305.0109 1 25 1 LF ITrenrh Safety $ 51.00 $ 1,402.00275.00 Unit IV:PavingImprovements Total $ 21: 5' 3201.01 450 CY To soil S 9.00i$ 4,050.00 6' 3292.01 31 SY IBlock Sod Placement 1$ 10.001$ 3.000.00 Totall S 7.050.00 Unit 5 Street Light Improvomonls 1 9999.0001 1 -1 EA Truss T o Liuminere Arm with Fixture on E)dsIfnq Polo 1$ 15,610.00 $ 15 610.00 2• 1 9999.0002 1 1 1 EA Truss Type Lluminare Ann with Fixture on Exisfing Polo I S 10,778.001$ 10 778.00 Total I S 3160.00 GRANDTOTAL S 138742.20 REASONS FOR CHANGE ORDER Sanitary Sewer lateral was added to the contract since the main is more than 55'from the lot line. Changes corresponds to Revision No.1 as on Sheet 5 V/aler& Wastewaler Plan. 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: (Consulting Engineer) (Oevelopar)� - /T (Contractor) By; r^hcinper R Pnlls Atmrfi rat FnDlnnrdnn,In By: 1L/L�'/W�Ire By: Edw r t1, Name: JustinBrammer Name: 4h(ty() l S {✓-r_ ,,,/�� ry� �r���/ Name: Tiitle:Project Manager Title: MMAMn4 Mitt rYllT r9a: roject Manager Revised:10.12.2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS March 30, 2022 Dennett Construction, LC 2313 Cullen St. Fort Worth,TX 76107 RE: Acceptance Letter Project Name: Calmont Commercial Project Type:Water, Sanitary Sewer, and Storm Drain, Paving,Street Lights City Project No.: 101460 To Whom It May Concern: On March 9, 2022 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 March 30, 2022. 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 March 30, 2022,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, Yogesh Patel, Project Manager Cc: Cody Horton, Inspector Wade Miller, Inspection Supervisor Emanul Nieto, Senior Inspector Victor Tornero, Program Manager LPSE-Firm, Consultant Dennett Construction, LC, Contractor 6600 Calmont, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 it 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 Edward Sema, Project Manager Of Dennett Construction, LC., 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; That there are no claims pending for personal injury and/or property damages; On Contract described as; Water, Sewer, Paving, Drainage and Street Lights BY roject Manager Subscribed and sworn before me on this date 8 of February, 2022. I i Notary Pub c Tarrant, Texas �i�Y n Haley Mane Davidson j My Commission Expires p 05/06/2025 ��ot:� ID No 133086765 CONSENT OF SURETY OWNER ❑ ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of Architects G707 form OTHER ❑ Bond No: PB11509801405 TO OWNER: ARCHITECT'S PROJECT NO.: (Name and address) 6600 Calmont, LLC 6600 Calmont Avenue CONTRACT FOR: Fort Worth, TX 76116 PROJECT: CONTRACT DATED: 9/06/2018 (Name and address) Paving, Drainage and Street Light Improvements at 6600 Calmont; City Project Number: 10146 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (insert name and address of Surety) Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 SURETY on bond of (insert name and address of Contractor) SCOTT DENNETT CONSTRUCTION, LC 2313 Cullen Street Fort Worth, TX 76107 CONTRACTOR hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (insert name and address of Owner) 6600 Calmont, LLC 6600 Calmont Avenue Fort Worth, TX 76116 OWNER as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: February 8, 2022 (inse(t in writing the month followed by the numeric date and year.) Philadel hia Indemnity Insurance Com an (Surety) E:L4—z� (Signature of authorized representative) Attest: �^ �'_ Fred A. Thetford, IV. Attorney-in-fact (Seal): (Printed name and title) Bond No. PB11509801405 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Jared Young,Fred A.Thetford,Jr„Tobin Tucker.Tom Yonne. and/or Fred A.Thetford IV of Contract Bond Aeencv.LLC,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course orits business and to bind the Company thereby,in an amount not to exceed S50.000A00. This Power of Attorney is granted and is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 1411,of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company:(1)Appoint Attorney(s)in Fact and authorize the Attorney(s)in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the sea]of the Company thereto;and (2)to remove,at anytime,any such Attorney-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 5TH DAY OF MARCH,2021. yt,N ITY s J .�pasC-AT, yr' r4' 1927�` .W ms ^.jai'.•Wry�.:�K�:.OryL .......... ,r` , (Seal) UV foh Glomb, President dt CEO Philadelphia Indemnity Insurance Company On this 51h day of March,2021 before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. Notary Public: VanomMalmWe.NalatyPublic MontpameryCouriv Myo an donevImsNavembv3.2t124 Commbsionnumber13M" MemW.ftimlitw;sAewctarionofUOUOO residing at: Bala Cynwyd,PA My commission expires: November 3,2024 1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 51h day March,2021 are true and correct and are still in full force and effect.I do further certify that John Glomb, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 8th day of February 2022 ;........ spy "*1! Edward Sayago,Corporate Secretary — — : j g'27 PHILADELPHIA INDEMNITY INSURANCE COMPANY G•:•I n� c