Loading...
HomeMy WebLinkAboutContract 55744-FP2 City Secretary 55744 -FP2 Contract No. FORT WORTH, Dale Received May31,2022 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: Watersbends South Phase 6 City Project No.: 102477 Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $507,755.00 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $507,755.00 May 27, 2022 JACOB GATEWO (t ay ,202209:15 CDT) Contractor Date PROJECT MANAGER Title Conatser Construction TX, L.P. Company Name u).a- May 27, 2022 Project Inspector Date May 27, 2022 Project Manager Date e Scarlett Morales(May 28,202209:46 CDT) May 28, 2022 CFA Manager Date —Zmd- - May 28, 2022 DanaBurgh of((tday2 202 4:12CDT) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name:Watersbends South Phase 6 City Project No.: 102477 City's Attachments Final Pay Estimate Change Order(s): ❑ Yes © N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety 9 Statement of Contract Time Contract Time: 120 WD Days Charged: 199 Work Start Date: 6/28/2021 Work Complete Date: 5/23/2022 Completed number of Soil Lab Test: 158 Completed number of Water Test: 4 i Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATERBENDS SOUTH PHASE 6 Contract Limits Project Type DRAINAGE City Project Numbers 102477 DOE Number 2477 Estimate Number 1 Payment Number 1 For Period Ending 5/23/2022 WD City Secretary Contract Number Contract Time 9WD Contract Date 2/26/2021 Days Charged to Date Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GLOVER,M / WALKER,E Tuesday,July 5,2022 Page 1 of 4 City Project Numbers 102477 DOE Number 2477 Contract Name WATERBENDS SOUTH PHASE 6 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 5/23/2022 Project Funding DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------- ---------- 17 MEDIUM STONE RIP RAP,DRY 101 SY $125.00 $12,625.00 101 $12,625.00 18 TRENCH SAFETY 632 LF $1.00 $632.00 632 $632.00 19 CONCRETE COLLAR 3 EA $750.00 $2,250.00 3 $2,250.00 20 21"RCP,CLASS 111 221 LE $58.00 $12,818.00 221 $12,818.00 21 24"RCP,CLASS III 411 LE $64.00 $26,304.00 411 $26,304.00 22 27"RCP,CLASS III 95 LE $70.00 $6,650.00 95 $6,650.00 23 4'STORM JUNCTION BOX 5 EA $4,500.00 $22,500.00 5 $22,500.00 24 24"SET,1 PIPE 2 EA $2,500.00 $5,000.00 2 $5,000.00 25 27"SET,1 PIPE 1 EA $3,000.00 $3,000.00 1 $3,000.00 26 10'CURB INLET 8 EA $3,400.00 $27,200.00 8 $27,200.00 Sub-Total of Previous Unit $118,979.00 $118,979.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 27 HYDRATED LIME @ 32 LBS/S.Y. 129.2 TN $185.00 $23,902.00 129.2 $23,902.00 (RESIDENTIAL) 28 6"LIME TREATED SUBGRADE(RESIDENTIAL) 8070 SY $3.00 $24,210.00 8070 $24,210.00 29 6"CONCRETE PAVEMENT(RESIDENTIAL) 7593 SY $38.00 $288,534.00 7593 $288,534.00 30 4"CONC SIDEWALK 1768 SF $3.25 $5,746.00 1768 $5,746.00 31 P-1 RAMP 4 EA $1,300.00 $5,200.00 4 $5,200.00 32 REMOVE END OF ROAD BARRICADE 2 EA $500.00 $1,000.00 2 $1,000.00 33 ST SIGN W/STOP SIGN 4 EA $750.00 $3,000.00 4 $3,000.00 34 ST MARKER BLADE 12 EA $250.00 $3,000.00 12 $3,000.00 -------------------------------------- Sub-Total of Previous Unit $354,592.00 $354,592.00 -------------------------------------- Tuesday,July 5,2022 Page 2 of 4 City Project Numbers 102477 DOE Number 2477 Contract Name WATERBENDS SOUTH PHASE 6 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 5/23/2022 Project Funding Contract Information Summary Original Contract Amount $473,571.00 Chan1le Orders Total Contract Price $507,755.00 Total Cost of Work Completed $507,755.00 Less %Retained $0.00 Net Earned $507,755.00 Earned This Period $507,755.00 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 $507,755.00 Tuesday,July 5,2022 Page 3 of 4 City Project Numbers 102477 DOE Number 2477 Contract Name WATERBENDS SOUTH PHASE 6 Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 5/23/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER,M / WALKER,E Contract Date 2/26/2021 Contractor CONATSER CONSTRUCTION TxLP Contract Time 90 WD 5327 WICHITA ST Days Charged to Date 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 $507,755.00 Less %Retained $0.00 Net Earned $507,755.00 Earned This Period $507,755.00 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 $507,755.00 Tuesday,July 5,2022 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATERBENDS SOUTH PHASE 6 Contract Limits Project Type STREETLIGHTS City Project Numbers 102477 DOE Number 2477 Estimate Number I Payment Number 1 For Period Ending 5/23/2022 WD City Secretary Contract Number Contract Time 3WD Contract Date 2/26/2021 Days Charged to Date 199 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GLOVER / WALKER Tuesday,July 5,2022 Page 1 of 4 City Project Numbers 102477 DOE Number 2477 Contract Name WATERBENDS SOUTH PHASE 6 Estimate Number I Contract Limits Payment Number I Project Type STREETLIGHTS For Period Ending 5/23/2022 Project Funding STREETLIGHTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 35 TYPE 33B ARM 8 EA $600.00 $4,800.00 8 $4,800.00 36 LED LIGHTING FIXTURE 8 EA $800.00 $6,400.00 8 $6,400.00 37 RDWY ILLUM FOUNDATION TY 1,2,AND 4 8 EA $1,200.00 $9,600.00 8 $9,600.00 38 RDWYILLUMTY 11 POLE 8 EA $1,400.00 $11,200.00 8 $11,200.00 39 2"CONDT PVC SCH 40(T) 104 LF $12.00 $1,248.00 104 $1,248.00 40 NO 6 INSULATED ELEC CONDR 312 LF $3.00 $936.00 312 $936.00 -------------------------------------- Sub-Total of Previous Unit $34,184.00 $34,184.00 -------------------------------------- Tuesday,July 5,2022 Page 2 of 4 City Project Numbers 102477 DOE Number 2477 Contract Name WATERBENDS SOUTH PHASE 6 Estimate Number 1 Contract Limits Payment Number 1 Project Type STREETLIGHTS For Period Ending 5/23/2022 Project Funding Contract Information Summary Original Contract Amount $34,184.00 Chanj4e Orders Total Contract Price $34,184.00 Total Cost of Work Completed $34,184.00 Less %Retained $0.00 Net Earned $34,184.00 Earned This Period $34,184.00 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 $34,184.00 Tuesday,July 5,2022 Page 3 of 4 City Project Numbers 102477 DOE Number 2477 Contract Name WATERBENDS SOUTH PHASE 6 Estimate Number I Contract Limits Payment Number 1 Project Type STREETLIGHTS For Period Ending 5/23/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER / WALKER Contract Date 2/26/2021 Contractor CONATSER CONSTRUCTION TxLP Contract Time 30 WD 5327 WICHITA ST Days Charged to Date 199 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 $34,184.00 Less %Retained $0.00 Net Earned $34,184.00 Earned This Period $34,184.00 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 $34,184.00 Tuesday,July 5,2022 Page 4 of 4 I�0RI VOIRTH09 �t TRANSPORTATION AND PUBLIC WORKS May 23, 2022 CONATSER CONSTRUCTION TX, L.P. 5327 WICHITA STREET FORT WORTH,TEXAS 76119 RE: Acceptance Letter Project Name:WATERSBEND SOUTH PHASE 6 Project Type: PAVING,DRAINAGE,STREET LIGHTS,WATER&SANITARY SEWER City Project No.: 102477 To Whom It May Concern: On May 19, 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 May 23,2022. 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 May 23,2022,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, �'a P 2 P.� 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,L.P.,Contractor FORESTAR (USA) REAL ESTATE GROUP INC., 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 6 WATER, SANITARY SEWER,STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: N/A CITY PROJCT#: 102477 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP e—�44 lr�. Brock Huggins Subscribed and sworn to before me this 30`h day of September Rrau` BERTHA GIANULIS Notary Public in Tarrant County, Texas �tp B Public,State 01 Texas Notary Gomm.Expires 0 911 812 0 2 3 ? Notary ID 1026977-3 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0236859 PROJECT: (name, address)Watersbend South Phase 6 Fort Worth,TX TO (Owner) FORESTAR(USA�REAL ESTATE GROUP INC.AND ARCHITECT'S PROJECT NO: City Project No. 102477 THE CITY O FO T WORTH CONTRACT FOR: 14755 Preston Rd.,Suite 130 Water,Sanitary Sewer,Storm Drain,Paving&Street Lighting Improvements for Watersbend South Phase 6 Dallas TX 75254 -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 (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 14755 Preston Rd., Suite 130 Dallas TX 75254 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WIEREOF, the Surety Company has hereunto set its hand this 28th day of September,2021 BERKLEY INSURANCE COMPANY Surety Company Attest Seal ; � ---- ���•'.�4.�.� �l n--z.r.ls.� Signature of Authorized Representative Robb) Morales Attorney-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 r No.13I-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 v Insurance Company M 3 B y Ira .L cderman �' Je j after � 1973 �°FtawaP� Executive Vice President&Secretary Se lc` 'resident STATE OF CONNECTICUT) ) ss: COUA'TY OF F'AIRFIELD ) Swam to before me, a Notary Public in the State of Connecticut,this 2nd day of June 2020 ,by Ira S.Lederman and Jeffrey M. Rafter who are sworn to me to be the Executive Vice President,� Secretary, and t - Senior Vice President; respectively,of Berkley Insnce Company. ►taRla c RI PURR IC KB1 uraNOTARY CONNEC7fCU7 . _/� (l{V COMMISSION L30.2EXPIRES . -�'` AF'NILaO,2024 Jotary Public,State of Connecticut CERTII�ICATE I,the undersigned,Assistant Secretary of BERICLEY 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 and,&at-the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this .Power of c�r RANl ai,,gched,is in full force and effect as of this date. A',,a Eder my band and seal of the Company,this 28th day of Septem4er 2021 m 1975 �/ Onaws`RE Vincent P.Forte --