Loading...
HomeMy WebLinkAboutContract 56809-FP3FORT WORTH. City Secretary Contract No. 56809 -FP3 Date Received 2/13/2023 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: Bar C Ranch Phase 10 City Project No 102444 Improvement Type(s): Water ❑x Sewer Original Contract Price: $1,163,588.12 Amount of Approved Change Order(s): $386.40 Revised Contract Amount: $1,164,001.40 Total Cost of Work Complete: $1,164,001.40 4wGe X11Cgq Feb 10, 2023 lance Bailev (Feb 10, 2't315:25CST) Contractor Date Vice President Title Wright Construction Company Name U)alell" Feb 10, 2023 Project Inspector Date KhalTaafa✓i PE. Feb 10 2023 Khal laaf-i P.F. fFeh 10. 95?316:38 CSTI Project Manager Date Feb 12, 2023 Rebecca Dia Owen (Feh 12. 202308:56 CST) CFA Manager Date Feb 12, 2023 Lauren P,—, (Feb 12, 2023 09:52 CST) Interim TPW Director Date �^Feb 13 2023 ill W—1 lnh-- Fa 1 � )W3133 19 CST) 7 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Bar C Ranch Phase 10 City Project No.: 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 Statement of Contract Time Contract Time 255 WD Days Charged: 201 Work Start Date 2/16/2022 Work Complete Date: 2/20/2023 Soil Lab Number of Tests 502 Water Number of Tests 12 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BAR C RANCH PHASE 10 Contract Limits Project Type WATER & SEWER City Project Numbers 102444 DOE Number 2444 Estimate Number 1 Payment Number 1 For Period Ending 2/10/2023 WD City Secretary Contract Number Contract Time 16WD Contract Date Days Charged to Date 160 Project Manager NA Contract is 100.00 Complete Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- Inspectors GLOVER / WALKER Friday, February 10, 2023 Page 1 of 5 City Project Numbers 102444 DOE Number 2444 Contract Name BAR C RANCH PHASE 10 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 2/10/2023 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE ASPHALT PVMT 13 SY $127.00 $1,651.00 13 $1,651.00 2 8" WATERLINE LOWERING 1 EA $3,191.00 $3,191.00 1 $3,191.00 3 12" WATERLINE LOWERING 2 EA $4,553.00 $9,106.00 2 $9,106.00 4 TRENCH SAFETY 6258 LF $1.00 $6,258.00 6258 $6,258.00 5 20" STEEL CASING BY OPEN CUT 80 LF $146.00 $11,680.00 80 $11,680.00 6 DUCTILE IRON WATER FITTINGS 4 TN $9,100.00 $36,400.00 4 $36,400.00 W/RESTRAINT 7 8" PVC WATER PIPE 4698 LF $34.00 $159,732.00 4698 $159,732.00 8 12" PVC WATER PIPE 1560 LF $54.00 $84,240.00 1560 $84,240.00 9 12" PVC WATER PIPE CSS BACKFILL 43 LF $124.00 $5,332.00 43 $5,332.00 10 FIRE HYDRANT 9 EA $4,656.00 $41,904.00 9 $41,904.00 11 CONNECTION TO EXISTING 36" WATER MAIN 1 EA $14,011.00 $14,011.00 1 $14,011.00 12 CONNECTION TO EXISTING 4"-12" WATER 1 EA $1,570.00 $1,570.00 1 $1,570.00 MAIN 13 1" WATER SERVICE 141 EA $1,171.00 $165,111.00 141 $165,111.00 14 8" GATE VALVE 19 EA $1,487.00 $28,253.00 19 $28,253.00 15 12" GATE VALVE 5 EA $2,345.00 $11,725.00 5 $11,725.00 16 12"X8" REDUCING TEE 3 EA $911.00 $2,733.00 3 $2,733.00 17 4" PVC SLEEVES 222 LF $33.00 $7,326.00 222 $7,326.00 Sub -Total of Previous Unit $590,223.00 $590,223.00 ------------- SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 POST CCTV INSPECTION 5770 LF $1.00 $5,770.00 5770 $5,770.00 2 MANHOLE VACUUM TESTING 32 EA $110.00 $3,520.00 32 $3,520.00 3 TRENCH SAFETY 5770 LF $1.00 $5,770.00 5770 $5,770.00 4 CONCRETE COLLAR 2 EA $975.00 $1,950.00 2 $1,950.00 5 20" STEEL CASING BY OPEN CUT 167 LF $193.00 $32,231.00 167 $32,231.00 6 4" SEWER SERVICE 137 EA $1,039.00 $142,343.00 137 $142,343.00 7 8" SEWER PIPE (COI) 5393.6956 LF $38.64 $208,412.40 5393.6956 $208,412.40 8 8" SEWER PIPE CSS BACKFILL 387 LF $89.00 $34,443.00 387 $34,443.00 Friday, February 10, 2023 Page 2 of 5 City Project Numbers 102444 Contract Name BAR C RANCH PHASE 10 Contract Limits Project Type WATER & SEWER Project Funding DOE Number 2444 Estimate Number 1 Payment Number 1 For Period Ending 2/10/2023 9 EPDXY MANHOLE LINER 18 VF $402.00 $7,236.00 18 $7,236.00 10 4' MANHOLE 32 EA $3,687.00 $117,984.00 32 $117,984.00 11 CONNECT TO EXISTING 1 EA $13,111.00 $13,111.00 1 $13,111.00 12 WATER TIGHT LID 2 EA $504.00 $1,008.00 2 $1,008.00 Sub -Total of Previous Unit $573,778.40 $573,778.40 Friday, February 10, 2023 Page 3 of 5 City Project Numbers 102444 Contract Name BAR C RANCH PHASE 10 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 DOE Number 2444 Estimate Number 1 Payment Number 1 For Period Ending 2/10/2023 $1,163,588.12 $386.40 Total Contract Price $1,164,001.40 Total Cost of Work Completed $1,164,001.40 Less % Retained $0.00 Net Earned $1,164,001.40 Earned This Period $1,164,001.40 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,164,001.40 Friday, February 10, 2023 Page 4 of 5 City Project Numbers 102444 Contract Name BAR C RANCH PHASE 10 Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors GLOVER / WALKER Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- DOE Number 2444 Estimate Number 1 Payment Number 1 For Period Ending 2/10/2023 City Secretary Contract Number Contract Date Contract Time 160 WD Days Charged to Date 160 WD 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 $1,164,001.40 Less % Retained $0.00 Net Earned $1,164,001.40 Earned This Period S1,164,001.40 Retainage This Period S0.00 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 $1,164,001.40 Friday, February 10, 2023 Page 5 of 5 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: BAR C RANCH PHASE 10 CITY PROJECT NUMBER: 102444 WATER PIPE LAID SIZE TYPE OF PIPE LF WATER 8" PVC 4698 WATER 12" PVC 1560 FIRE HYDRANTS: 9 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: V PVC 141 EA I SEWER PIPE LAID SIZE TYPE OF PIPE LF SEWER 8" PVC 5383 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 4" PVC 137 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 DocuSign Envelope ID: 545B0433-6A37-4F51-8CA2-88FB43C35716 PROJECT NAME: CONTRACT: C FA # CITY PROJECT # DOE # WATER PROJECT# SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Bar C Ranch Phase 10 (C) Water, Sewer and Drainaqe CFA21-0065 CITY PARTICIPATION: 102444 N/A FID No.30114-0200431-102444-EO7685 FID No.30114-0200431-102444-EO7685 W-2673 NO CHANGE ORDER No: C1 Eddie Walker Phone No: (469) 658-5100 RECEIVED Khal Jaafari Phone No: (817) 392-7872 By Khal Jaafari at 4:45 pm, Apr 29, 2022 CONTRACT UNIT PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer DAYS Cost City Cost Developer Cost City Cost Cost City Cost $1,117,158.00 I I I I I CONTRACT TO DATE I $590,223.00 $0.00 I $573,392.00 $0.00 1 $0.00 $0.00 I $1,117,158.00 I $0.00 $0.00 $0.00 I AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT I $590,223.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $590,223.00 REVISED COST SHARE IDev. Cost: TOTAL REVISED CONTRACT I WATER SEWER Developer Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $59D,223.00 $573,392.00 EXTRAS TO DATE CREDITS TO DATE $ 386.40 I I $ 11,846.00 $573,778.40 I $0.00 I $0.00 $0.00 I+ $1,129,004.00 $0.00 I $0.00 I $0.00 $573,778.40 $0.00 $1,129,004.00 $0.00 $2,293,005.40 City Cost: $0.00 $2,293,005.40 160 0 160 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 545B0433-6A37-4F51-8CA2-88FB43C35716 You are directed to make the follow ng changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY Sewer Improvements: 7 3331.4115 I 10 I Storm Improvements: 14 3349.0001 -1 12 3341.1203 6 6 3341.0201 71 7 3341.0205 -654 21* 3341.0208 431 10 3341.0309 175 2 3137.0102 10 REASONS FOR CHANGE ORDER RECEIVED By Khal Jaafari at 4:45 pm, Apr 29, 2022 UNIT I ITEM DESCRIPTION UNIT PRICE I TOTAL 1 1 LF I 8" Sewer Pipe (SDR-26, ASTM D3034) I $ 38.64 $ 386.401 TOTAL $ 386.401 1 EA 4' Storm Junction Box $ 4,565.00 $ 1 (4,565.00)1 LF 5x5 Box Culvert $ 306.00 $ 1,836.001 LF 21" RCP, Class III $ 61.00 $ 4,331.001 LF 24" RCP, Class III $ 69.00 $ (45,126.00)1 LF 27" RCP, Class III $ 80.00 $ 34,480.001 LF 36" RCP, Class III $ 114.00 $ 19,950.001 SY Large Stone Riprap, dry $ 94.00 $ 940.001 TOTAL $ 11,846.00 1 Pay Items 2, 6, 7, 10, and 12 Revised storm drain to bring offsite drainage through block; various impacts to HGLs throughout system. 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: DeeuSipmd by. (Con,�ufting Engr By —rw vnevvcvww... Name: Lauren Gilstrap Title: sr. Project Manager APPROVED: DoeuSigned by. (D eigper) lulVl. �,A/ijAYt.$ By: --wor'avu.ry i uwru... Kevin Lazares Name: Title: vice President APPROVED: (Co Doi%e�uftned by: tr�f ►vI.AysL By: Name: Kyle Marsh Title: President Revised: 10-12-2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS February 9, 2023 Wright Construction Co, Inc. 601 W Wall Street Grapevine TX. 76051 RE: Acceptance Letter Project Name: BAR C RANCH PHASE 10 Project Type: WATER,SEWER & DRAINAGE City Project No.: 102444 To Whom It May Concern: On February 9, 2023 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 February 10, 2023. 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 February 10, 2023, 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- 392-7872. Sincerely, Khal Taa-fdrl P.E. Khal Jaafari P.E. (Feb 10, 2023 16:38 CST) Khal Jaafari, Project Manager Cc: Eddie Walker, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector VictorTornero, Program Manager UA ENGINEERING, INC., Consultant Wright Construction Co. Inc., Contractor Forestar(USA) Real Estate Group,lnc., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF Texas COLTNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Kevin Littlefield, Controller Of Wright Construction Co, Inc., 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 famishing 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; City Project No: 102444 - Bar C Ran c , Phase 10, Site lities / B Y TKin Littlefield Subscribed and sworn before me on this date 3rd of February, 2023. n-rlf' blic exas ANGiE CRJZ f > ' MY C0Fna5.�510N E/PIREE '�•'* 01125i2026 NOTARY ID: 13561196-5 MERCHANTS� BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 PROJECT: Bar C Ranch Phase 10. City Project No. 10244 - Site Utilities OWNER ARCHITECT CONTRACTOR SURETY OTHER Bond No. TXC613892 ARCHITECT'S PROJECT NO.: CONTRACT FOR: CONTRACT DATED: October 4, 2021 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, Iowa 50306-3498 on bond of (Insert name and address of Contractor) Wright Construction Co., Inc. 601 W. Wall Street Grapevine, TX 76051 , SURETY, 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) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: February 6, 2023. (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company (Mutual) �-w Ylb&L (Surety) rW�A( io l Attest: 7�IA J+ (Seal): Crystal Langhom {Signature of authorized rep ntative) CON 0405 (4/15) , OWNER, Attornev-In-Fa_ ct (Printed name and title) Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document G707-1994 Consent Of Surety to Final Payment. Elena Sells AILERCHANTS'%%, BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Adam Syswerda; Crystal Langhorn; Dustin Parker; Elena Sells; Lanny Land; Steven W Lewis their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of December 2022 •" 10IV4 •' `" "• MERCHANTS BONDING COMPANY (MUTUAL) ♦•``�P...•• ... e., ,• ��3�. �- /J� # MERCHANTS NATIONAL BONDING, INC. ra� : 4Ctj lk #?�jt 9� dJb/a MERCHANTS NATIONAL INDEMNITY COMPANY z 2003 ; ' 1933By V . ♦ . •i�,�•s •, dj� ♦� . ty •, STATE OF IOWA President 'q••• �{ sus•` •`• s s • • * : COUNTY OF DALLAS ss. On this 8th day of December 2022 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Kim L Cwnmissbn Nun• r M2737 :kimmi t Expires �t ' A0114,2 24 1 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. "44% In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of-�e b rwam, ?,O23 . 00,I.......•••"..,.••• • ♦•apt{OM.• tN�� ..fi�j`•• ... �;.y; ;.Zi2� -O-O:�j. • f.; •' _o- "'•..ter ' 2003 r '' + i0C 1933 Secretary al POA0018 (10/22) �'••..,.,;�...•``' `•r•"••.Ai'\\mil