HomeMy WebLinkAboutContract 55105-FP1 City Secretary 55105 -FP1
Contract No.
FORTWORTH. Date Received Sep 20,2021
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: North Beach Street Phase 2B
City Project No.: 102891
Improvement Type(s): Water Zx Sewer ❑x
Original Contract Price; $284,156.00
Amount of Approved Change Order(s); $2,400.00
Revised Contract Amount;
Total Cost of Work Complete; $286,556.00
Jeremiah Patton(Sep 15,202108:53 CDT) Sep 15, 2021
Contractor Date
Project Manager
Title
Conatser Construction
Company Name
?tA&�dtz S 15 2021
Fabian diaz(Sep 15,2021 09:30 CDT) Sep 7
Project Inspector Date
2 Sep 15,2021
Project Manager Date
Sep 15,2021
CFA Manager Date
Dana Burghdoff(Sep 17,20 16:33 CDT Sep 17, 2021
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: North Beach Street Phase 2B
City Project No.: 102891
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 I
Statement of Contract Time
Contract Time: 90 WD Days Charged: 119
Work Start Date: 2/15/2021 Work Complete Date: 9/1/2021
Soil Lab Number of Tests: 68
Water Number of Tests: 21
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORTH-
Contract Limits
Project Type WATER&SEWER
City Project Numbers 102891
DOE Number 2891
Estimate Number 1 Payment Number 1 For Period Ending 9/1/2021
WD
City Secretary Contract Number Contract Time 9WD
Contract Date 12/10/2020 Days Charged to Date 119
Project Manager NA Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors MILLER,W / DIAZ,F
Wednesday,September 15,2021 Page 1 of 5
City Project Numbers 102891 DOE Number 2891
Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 9/1/2021
Project Funding
UNIT:WATER IMPROVEMENTS
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
---------------------------------------
I 4'-12"PRESSURE PLUG 5 EA $1,000.00 $5,000.00 5 $5,000.00
2 TRENCH SAFETY 1536 LF $1.00 $1,536.00 1536 $1,536.00
3 CONCRETE ENCASEMENT FOR UTILITY PIPES 1.5 CY $300.00 $450.00 1.5 $450.00
4 DUCTILE IRON WATER FITTING W/RESTRAINT 1.32 TN $5,500.00 $7,260.00 1.32 $7,260.00
5 8"DIP WATER 20 LF $58.00 $1,160.00 20 $1,160.00
6 8"PVC WATER PIPE 117 LF $40.00 $4,680.00 117 $4,680.00
7 12"DIP WATER,CLSM BACKFILL 156 LF $92.00 $14,352.00 156 $14,352.00
8 12"PVC WATER PIPE 1243 LF $54.00 $67,122.00 1243 $67,122.00
9 FIRE HYDRANT 1 EA $4,500.00 $4,500.00 1 $4,500.00
10 CONNECTION TO EXISTING 4"-12"WATER 1 EA $1,000.00 $1,000.00 I $1,000.00
MAIN
11 2"WATER SERVICE CO#1 2 EA $2,400.00 $4,800.00 2 $4,800.00
12 8"GATE VALVE 4 EA $1,250.00 $5,000.00 4 $5,000.00
13 12"GATE VALVE 2 EA $2,400.00 $4,800.00 2 $4,800.00
14 TRAFFIC CONTROL 3 MO $1,500.00 $4,500.00 3 $4,500.00
15 PERMANENT AUTOMATIC FLUSHING DEVICE I EA $4,500.00 $4,500.00 1 $4,500.00
----- ---------
Sub-Total of Previous Unit $130,660.00 $130,660.00
UNIT II:SANITARY SEWER IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
I SWPPP 1 ACRE 1 LS $1,500.00 $1,500.00 1 $1,500.00
2 POST CCTV INSPECTION 1663 LF $3.00 $4,989.00 1663 $4,989.00
3 MANHOLE VACUUM TESTING 5 EA $175.00 $875.00 5 $875.00
4 TRENCH SAFETY 1663 LF $2.00 $3,326.00 1663 $3,326.00
5 TRENCH SAFETY WATER STOPS 1 EA $250.00 $250.00 I $250.00
6 8"SEWER PIP 1247 LF $52.00 $64,844.00 1247 $64,844.00
7 8"SEWRE PIPE,CSS BACKFILL 40 LF $62.00 $2,480.00 40 $2,480.00
8 8"DIP SEWER PIPE 376 LF $82.00 $30,832.00 376 $30,832.00
9 EPDXY MANHOLE LINER 55 VF $385.00 $21,175.00 55 $21,175.00
10 4'MANHOLE 5 EA $4,200.00 $21,000.00 5 $21,000.00
Wednesday,September 15,2021 Page 2 of 5
City Project Numbers 102891 DOE Number 2891
Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I
Contract Limits Payment Number I
Project Type WATER&SEWER For Period Ending 9/1/2021
Project Funding
I 1 4'EXTRA DEPTH MANHOLE 25 VF $185.00 $4,625.00 25 $4,625.00
Sub-Total of Previous Unit $155,896.00 $155,896.00
--------------------------------------
Wednesday,September 15,2021 Page 3 of 5
City Project Numbers 102891 DOE Number 2891
Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I
Contract Limits Payment Number I
Project Type WATER&SEWER For Period Ending 9/1/2021
Project Funding
Contract Information Summary
Original Contract Amount $284,156.00
Change Orders
Change Order Number 1 $2,400.00
Total Contract Price $286,556.00
Total Cost of Work Completed $286,556.00
Less %Retained $0.00
Net Earned $286,556.00
Earned This Period $286,556.00
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 $286,556.00
Wednesday,September 15,2021 Page 4 of 5
City Project Numbers 102891 DOE Number 2891
Contract Name WATER&SANITARY SEWER TO SERVE ALLIANCE CENTER NORT Estimate Number I
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 9/1/2021
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors MILLER,W / DIAZ,F Contract Date 12/10/2020
Contractor CONATSER CONSTRUCTION TxLP Contract Time 90 WD
5327 WICHITA ST Days Charged to Date 119 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 $286,556.00
Less %Retained $0.00
Net Earned $286,556.00
Earned This Period $286,556.00
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 $286,556.00
Wednesday,September 15,2021 Page 5 of 5
i
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: North Beach Sheet Ph.2B
PROJECT NUMBER: 102891
DOE NUMBER:
WATER
PIPE LAID SIZE TYPE OF PIPE LF
8" PVC Water Pipe 8" PVC 117 LF
12"PVC Water Pipe 12" PVC 1399 LF
8" DIP 8" DIP 20 LF
FIRE HYDRANTS: I VALVES(16"OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
NEW SERVICES: 2-2" copper 60'
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
8" sewer Pipe 8" PVC 1287'
8" Sewer Pipe 8" DIP 376'
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
NEW SERVICES:
TRANSPORTATION AND PUBLIC WORKS
i ! The Cite of Fort kX/orth• 1000 Throckmorton Street•Fort Wordi,'IZ 76012-6311
(817)392-7941 •Fax: (817)392-7845
; /» n o - 3 » 0 0 0 -0
_ G G ; C: q ( M > z0
7 ■(2 § ; ) [ / ¥ m # ® � # a m
§ \q \ � � 000 � � � { j
m [ ( 2 m a ] / § (
) j ;G / w / a m
\ m q§ 0 z ~
[ « w
) § / 0
CD
\ {
\ ! 22 _ .
. \ (n0 \
1 \ / 203 @
}( \ \
00 } w =
t
; § m
% / /
k \ °
: 0a j (
_ = 5
/ / \ cn
\
_ 0 \
t / ) \
o >
j \ ca
± ± j
m
. = o
_ - § § m
� � §
z 2
7 - 0
\
m 2
I .
m\ i
_ /)
00
\ § § ; 7rn
g \
rfl
G �
a o s m �[ %
$
f
�
, O
- §
�
�
|
i
m ( § / �
0 2 ;
% z ( %
) _\ d }
g 2
z ` § ƒ
° 7 ( k /
� z =
} / / § mE e ] ) \ .
/ ) k j § /
& & ~
! } 0 §0 G § ]
x { '! /` ° }
\ -\ n
\k ~/
0if ` (
qe 0 § \ 5
/z
a z ED a » 22 i
# 2 C: _
00 0 d
j
�§ d �
& 2co
7 `
2;
0§ 53
\
` �§ -
(�
§ ED (\0
\ \z
] §
a z f o § \
/ ] � 2 {
r a®\ o }
k k f
\ / q :
[
9` _ (
z ]] -
) \ \\
( j ( em
G
\ /N))
I
I
FORTWORTH®
TRANSPORTATION AND PUBLIC WORKS
September 8, 2021
Conatser Construction TX. LP
5327 Wichita Street
Fort Worth TX, 76119
RE: Acceptance Letter
Project Name: North Beach St. Ph.213
Project Type: Developer
City Project No.: 102891
To Whom It May Concern:
On September 7,2021 a final inspection was made on the subject project. There were no punch list
items identified at that time. The final inspection indicates 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 final inspection 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-
392-2481.
Sincerely,
Debbie J. Willhelm, Project Manager
Cc: Fabian Diaz, Inspector
Wade Miller, Inspection Supervisor
Shawn Fargo,Senior Inspector
Victor Toreno, Program Manager
Tanya Warbretton(Peloton Land Solutions), Consultant
Conatser Construction, Contractor
Hillwood Alliance Services, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.08/20/19
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:
ALLIANCE CENTER NORTH—NORTH BEACH ST.
WATER& SANITARY SEWER IMPROVEMENTS
DOE#: N/A
CFA PRJ#: 20-0109
CITY PROJCT #: 102891
CITY OF FORT WORTH
STATE OF TEXAS
CONATSER CONSTRUCTION TX, LP
Brock Huggil s
Subscribed and sworn to before me this 9th day of September, 2021
KAMRA HOERIG Notary Public in Tarry t County, Texas
t i Notary Public,State ofTem
,4%,'y Comm.Expires p8/15/2023
4TE.Of lac+P
Notary ID 13213162-8
COWSENT OF OWNER ❑
` SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707
Bond No 0235114
PROJECT:
(name, addreSS)Alliance Center North- North Beach Street
STA 59+02.42 to 74+33.63 Ft.Worth,TX
TO (Owner)
CITY OF FORT WORTH AND HILLWOOD ALLIANCE ARCHITECT'S PROJECT NO: CFA 20-0109
SERVICES,LLC CONTRACT FOR:
1000 Throckmorton Water&Sanitary Sewer Alliance Center North-North Beach Street
Fort Worth rx 76102 --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
there insert name and address of Surety Company)
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830 , SURETY COMPANY
on bond of Ihere 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)
CITY OF FORT WORTH AND HILLWOOD ALLIANCE SERVICES, LLC
1000 Throckmorton
Fort Worth TX 76102 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this 3rd day of September, 2021
BERKLEY INSURANCE COMPANY
Surety Company
Attest:
(Seal): Signature of Authorized Representative
Robbi Morales Attorne•;-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
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 signed and attested by its appropriate officers and its
corporate seal hereunto affixed this end day of ,rune - 2020
4��u ffcF
Attest: Berld•v Insurance Company
fi
By BY -
g�� L. Berman Je nqresident
fter
Executive Vice President&Secretary Se '
STATE OF COMATCTICUT)
) Ss:
COUNTY OF F'AIRF'IELD )
Sworn to before me, a Notary Public in the State of Connecticut,this 2nd day of .rune 2020 ,by Ira S.Lederman
and Jeffrey M. Hafter who are sworn to me to be the Executive Vice Presiden Secretary, and ' Senior Vice President,
respectively,of Berkley Insurance Company. MARoraar�'auA►vim
CONNECTICUT
C RM
APRIL 302 24PI _ otary Public,State of Connecticut
CERTIFLCA.TE
I,the undersigned,Assistant Secretary of BERM EY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a
true,correot and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded
Mn h1+€ authority of the Artorney%n Fact set forth therein, who executed the bond or undertal . to which this Power of
RAty :y
�dehec�is in full force and effect as of this date.
ri der my hand and seal of the Company,this 3rd day of Se ten z� 2021
SISAL z
AF ww t VincentMorte���