Loading...
HomeMy WebLinkAboutContract 58917-FP2-FP2 City Secretary Contract No. 58 917 FORTWORTH. Date Received 04/26/2024 *originally received 9/21/2023 (58917 - FPl) Days charged revised from 79 to 73 04/29/24 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: Timberland Crossing — Lot 9 Express CFA City Project No.: 103937 Improvement Type(s): Water ® Sewer Original Contract Price: $224,912.00 Amount of Approved Change Order(s): $13,263.00 Revised Contract Amount: $238,175.00 Total Cost of Work Complete: $238,175.00 �- Apr 26, 2024 Contractor Date President Title Calvo Construction LLC Company Name �r26.202410-57CDTI Apr 26, 2024 Fabian Fabian Dia Project Inspector Date Apr 26, 2024 Project Manager Date YAVPI\ Apr 26 2024 R _��Owen (Aar26-202413:43 CDT) CFA Manager Date Apr 26, 2024 Lauren Prieur (Apr 26, 202413:48 CDT) TPW Director Date Apr 29, 2024 Asst. City Manager Date OFFICIAL RECORD f Of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Timberland Crossing — Lot 9 Express CFA City Project No.: 103937 City's Attachments Final Pay Estimate ❑- 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: 45 WD Days Charged: 73 Work Start Date: 5/1/2023 Work Complete Date: 8/22/2023 Completed number of Soil Lab Test: 23 Completed number of Water Test: 6 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TIMBERLAND CROSSING - LOT 9 - EXPRESS CIA Contract Limits Project Type WATER IMPROVEMENTS City Project Numbers 103937 DOE Number 3937 Estimate Number 1 Payment Number 1 For Period Ending 8/22/2023 WD City Secretary Contract Number Contract Time 4WD Contract Date Days Charged to Date 73 Project Manager NA Contract is 100.00 Complete Contractor CALVO CONSTRUCTION INC 621 N. MAIN STREET, SUITE 415 GRAPEVINE, TX 76051 Inspectors D. WATSON / F. DIAZ-AGUI Monday, April 22, 2024 Page 1 of 5 City Project Numbers 103937 Contract Name TIMBERLAND CROSSING - LOT 9 - EXPRESS CIA Contract Limits Project Type WATER IMPROVEMENTS Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 4"-12" PRESSURE PLUG 2 EA 2 POST CCTV INSPECTION 1 EA 3 TRENCH SAFETY 596 LF 4 CONC. PVMT. REPAIR 28 SY 6 DUCTILE IRON WATER FITTINGS 1.8 TO 7 6" PVC WATER PIPE (CO#1) 8 LF 8 12" PVC WATER PIPE 578 LF 9 CONNECTION TO EXISTING 10" WATER MAIN 2 EA 10 V WATER SERVICE (CO # 1) 2 EA 11 6" GATE VALVE 1 EA 12 12" GATE VALVE 3 EA 13 SEEDING, HYDROMULCHING 965 SY 14 FIRE HYDRANT (CO#1) 1 EA Sub -Total of Previous Unit UNIT H. SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 POST CCTV INSPECTION 1 EA 2 MANHOLE VACUUM TESTING 3 EA 3 TRENCH SAFETY 213 LF 4 TRENCH WATER STOP 1 EA 5 SEEDING, HYDROMULCHING 360 SY 6 8" SEWER SERVICE CONNECTION I EA 7 6" SEWER SERVICE 1 EA 8 8" SEWER PIPE 213 LF 9 8" SEWER PIPE W/ CLSM BACKFILL 45 LF 10 EPDXY MANHOLE LINER 10 VF 11 4' MANHOLE 3 EA 12 4' EXTRA DEPTH MANHOLE 10 VF DOE Number 3937 Estimate Number I Payment Number 1 For Period Ending 8/22/2023 Unit Cost Estimated Total $505.00 $1,010.00 $2,806.00 $2,806.00 $2.00 $1,192.00 $526.00 $14,728.00 $11,060.00 $19,908.00 $58.00 $464.00 $154.00 $89,012.00 $4,200.00 $8,400.00 $3,156.00 $6,312.00 $2,290.00 $2,290.00 $5,218.00 $15,654.00 $1.80 $1,737.00 $10,687.00 $10,687.00 Completed Completed Quanity Total 2 $1,010.00 1 $2,806.00 596 $1,192.00 28 $14,728.00 1.8 $19,908.00 8 $464.00 578 $89,012.00 2 $8,400.00 2 $6,312.00 1 $2,290.00 3 $15,654.00 965 $1,737.00 1 $10,687.00 $174,200.00 $174,200.00 Unit Cost Estimated Completed Completed Total Quanity Total $1,390.00 $1,390.00 1 $1,390.00 $492.00 $1,476.00 3 $1,476.00 $2.00 $426.00 213 $426.00 $1,385.00 $1,385.00 1 $1,385.00 $1.80 $648.00 360 $648.00 $2,475.00 $2,475.00 1 $2,475.00 $520.00 $520.00 1 $520.00 $63.00 $13,419.00 213 $13,419.00 $59.00 $2,655.00 45 $2,655.00 $304.00 $3,040.00 10 $3,040.00 $9,447.00 $28,341.00 3 $28,341.00 $820.00 $8,200.00 10 $8,200.00 Monday, April 22, 2024 Page 2 of 5 City Project Numbers 103937 DOE Number 3937 Contract Name TIMBERLAND CROSSING - LOT 9 - EXPRESS CIA Estimate Number I Contract Limits Payment Number I Project Type SANITARY SEWER IMPROVEMENTS For Period Ending 8/22/2023 Project Funding Sub -Total of Previous Unit $63,975.00 $63,975.00 Monday, April 22, 2024 Page 3 of 5 City Project Numbers 103937 Contract Name TIMBERLAND CROSSING - LOT 9 - EXPRESS CIA Contract Limits Project Type SANITARY SEWER IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Total Contract Price DOE Number 3937 Estimate Number I Payment Number 1 For Period Ending 8/22/2023 $224,912.00 $13,263.00 $238,175.00 Total Cost of Work Completed $238,175.00 Less % Retained $0.00 Net Earned $238,175.00 Earned This Period $238,175.00 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 $238,175.00 Monday, April 22, 2024 Page 4 of 5 City Project Numbers 103937 Contract Name TIMBERLAND CROSSING - LOT 9 - EXPRESS CIA Contract Limits Project Type SANITARY SEWER IMPROVEMENTS Project Funding Project Manager NA Inspectors D. WATSON / F. DIAZ-AGUI Contractor CALVO CONSTRUCTION INC 621 N. MAIN STREET, SUITE 415 GRAPEVINE, TX 76051 DOE Number 3937 Estimate Number I Payment Number 1 For Period Ending 8/22/2023 City Secretary Contract Number Contract Date Contract Time 45 WD Days Charged to Date 73 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 $238,175.00 Less % Retained $0.00 Net Earned $238,175.00 Earned This Period $238,175.00 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 $238,175.00 Monday, April 22, 2024 Page 5 of 5 REVIEWED By Andrew Goodman at 8:05 am, Apr 25, 2023 DEVELOPER -AWARDED -PROJECT CHANGE ORDER (PROJECT NAME: Timberland Crossinq - Lot 9 CHANGE (CONTRACT: ORDER No: ICFA# I CITY PARTICIPATION: No CITY PROJECT # 103937 DOE # IPRC 22-0022 WATER PROJECT # FID NO. 30114-0200431-103937-EO7685 1 ISEWER PROJECT# FILE # X-27247 INSPECTOR: Phone No: PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 1 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City. Cost Cost CIv Cost Coat City Cost Cost City Cost Cost Cijy Cost ORIGINAL CONTRACT $160.937.00 $63,975.00 120 EXTRAS TO DATE TO DATE �REOrrk ONTRACT TO DATE i $160.937.00 $0.00 $63.976.00 $0:00 $0.00 $0.00 $0.00 $0.00 120 AMOUNT OF PROP. CHANGE ORDER $13,263.00 REVISED CONTRACT AMOUNT $174,200.00 $0.00 $63,976.00 $0.00 $0.00 0.00 $0.06 $0.00 120 TOTAL REVISED CONTRACT AMOUNT PER UNIT $174,200.00 $63,976.00 S0.00 $0.00 $0.00 REVISED COST SHARE Dev. Cost: $230,175.00 City Cost: S0.00 TOTAL REVISED CONTRACT $238,175.00 Revised: 10-12.2011 Page 1 REVIEWED lBy Andrew Goodman at 8:05 am, Apr 25, 2023� You are directed to make the following changes in the contract documents: WATER CITY BID ITEM PAY ITEM 4 10 QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 7 3311.0111 -10 LF 6" PVC Water Pipe $58.00 -$580.00 NEW ITEM 3312.0001 1 EA Fire Hydrant S10.687.00 $10,687.00 10 3312.2003 1 EA 1" Water Service $3,156.00 S3.156.00 TOTAL $13,263.00 REASONS FOR CHANGE ORDER 1 Revise !ocation of water meter. Add irrigaiton meter. Add fire hydrant. Revise location of 6' Ike line connection. CITY FUNDS ARE NOT INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THIS CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER RECOMMENDED: (Consu!tino En4ineer) By. a-�L", Name: Clint Weaver Title: Civil Engineer APPROVED: (Developer By: Name: ` 1--e e, l� / Title: o 4,- APPROVED: (Con 1� Name: G Title: /r o� Revised: 10-12-2011 Page 2 FORT WORTH .; lro�� TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Timberland Crossing Lot 9 CITY PROJECT NUMBER: 103937 WATER PIPE LAID SIZE TYPE OF PIPE 6" PVC water pipe 6" PVC 12" PVC water Pipe 12" PVC FIRE HYDRANTS: 1 PIPE ABANDONED DENSITIES: NEW SERVICES: I PIPE LAID 8" Sewer pipe PIPE ABANDONED DENSITIES: NEW SERVICES: VALVES (16" OR LARGER) SIZE TYPE OF PIPE All densities Passed DOM 1" Copper IRR 1" Copper SEWER SIZE TYPE OF PIPE 8" PVC LF 18 578 LF 20LF 20Lf LF 258 SIZE TYPE OF PIPE LF All Densities Passed 6" Service PVC IOLF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS August 29, 2023 Calvo Construction Inc 621 N Main Street, Suite 415 Grapevine, TX 76051 RE: Acceptance Letter Project Name: Timberinad Crossing Lot 9 Express CFA Project Type: Water and Sewer City Project No.: 103937 To Whom It May Concern: On August 29, 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 September 12, 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 September 12, 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- 727-5702. Sincerely, GU►t�t tt,,v- �uw Andrew Goodman, Project Manager Cc: Fabian Diaz, Inspector Donald Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Victor V. Tornoro Jr, Program Manager Peloton Land Soluctions, Consultant Calvo Construction Inc, Contractor AANI Real Estate, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TX COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Juan Calvo, President Of Calvo Construction 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 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; CFA Utilities BY :!-' Juan Calvo - President Subscribed and sworn before me on this date 14 of September, 2023. DANIEL L. WHIDDON Notary Public, State of Texas Comm. Expires Notary Public 12-13-2026 Notary ID 134102736 County, State Bond Number: CBB0064277 AIA Document G707- —1994 Consent Of Surety to Final Payment PROJECT: (Name and address) Timberland Crossing Lot 9 TO OWNER: (Name and address) City of Fort Worth,TX ARCHITECT'S PROJECT NUMBER: CONTRACT FOR: Construction CONTRACT DATED: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) National American Insurance Company PO Box 9 Chandler, OK 74834 on bond of (Insert name and address of Contractor) Calvo Construction, Inc. 621 N Main St, Suite 415 Grapevine, TX 76051 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,TX as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: September 14, 2023 (Insert in writing the month followed by the numeric date and year.) Attest: / (Seal): �kr�-v0XF0Rgf '•�� SEAL �y0 --."[ANo��- b�: a f` JY OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: ❑ SURETY: OTHER: ❑ ,SURETY, ,CONTRACTOR, National American Insurance Company (Surety) (Signature of authorized representative) David S. Salavitch, Attorney in Fact (Printed name and title) , OWNER, AIA Document G707 — 1994. Copyright © 1982 and 1994. All rights reserved. 'The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 1 User Notes: (3B9ADAM) NATIONAL AMERICAN INSURANCE COMPANY CHANDLER, OKLAHOMA Bond Number: CBB0064277 POWER OF ATTORNEY DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. KNOW ALL MEN BY THESE PRESENTS: That the National American Insurance Company, a corporation duly organized under the laws of the State of Oklahoma, having its principal office in the city of Chandler, Oklahoma, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 8th day of July, 1987, to wit: "Resolved, that any officer of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney -in -fact, such persons, firms, or corporations as may be selected from time to time. Resolved that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s)-in fact to sign, execute, acknowledge, deliver or otherwise issue a policy or policies of insurance on behalf of National American Insurance Company. Be It Further Resolved, that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which it is attached." National American Insurance Company does hereby make, constitute and appoint David S. Salavitch, Luke P. Sealer, Robert L. Cox, II, Kathryn E. Johnson, Rodney S. Demaree, Kacec McCrorcy. Joshua Roberts its true and lawful attorney (s)-i n-fact, with full power and authority hereby conferred in its name, places and stead, to sign, execute, acknowledge and deliver in its behalf, and its act and deed, as follows: To bind the company for bonds, not to exceed $4,000,000.00 for any single bond. And to bind National American Insurance Company thereby as fully and to the same extent as if such bonds and documents relating to such bonds were, signed by the duly authorized officer of the National American Insurance Company, and all the acts of said Attorney(s) pursuant to the authority herein given, are hereby ratified and confirmed. IN WITNESS WHEREOF, the National American Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. `cr,N iMsn� NATIONAL AMERICAN INSURANCE COMPANY O SEAL a °rrr.Arto�A W. Brent LaGere, Chairman & Chief Executive Officer STATE OF OKLAHOMA ) COUNTY OF LINCOLN ) SS: On this 21st day of March, A.D. 2022, before me personally came W. Brent LaGere, to me known, who being by me duly sworn, did depose and say; that he resides in the County of Lincoln, State of Oklahoma; that he is the Chairman and Chief Executive Officer of the National American Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. E4pbg 6�p Notary Public My Commission Expires August 27, 2025 Commission #13007877 STATE OF OKLAHOMA ) COUNTY OF LINCOLN ) SS: I, the undersigned, Secretary of the National American Insurance Company, an Oklahoma Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. Signed and Sealed at the City of Chandler. Dated the 14th day of September 2023 �`G',N I "sb,'' roe��� y� e SEAL rFti i ��kC�Jb+MIK- R. Patrick Gilmore, Secretary STATE OF TEXAS SURETY BOND CLAIM NOTICE In Accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: National American Insurance Company Surety Department 1010 Manvel Avenue Chandler, OK 74834 PH. 1-800-822-7802 Fax: 1-405-240-5507 www.naico.com The address of the surety company to which any notice of claim should be sent may also be obtained from the Texas Department of Insurance. You may contact the Texas Department of Insurance in person, in writing, by telephone, by e-mail or through their website. Texas Department of Insurance 333 Guadalupe Austin, TX 78701 Mail correspondence to: P.O. Box 149104 Austin, TX 78714-9104 1-800-578-4677 463-6169 (in Austin) TTY: 1-512-322-4238 e-mail: pio(@tdi.state.tx.us www.tdi.state.tx.us NA-TXCN (06-15)