Loading...
HomeMy WebLinkAboutContract 56954-FP4-FP4 City Secretary 56954 Contract No. ______ _ fORTWORTH® Date Received 12/30/2024 EW NOTICE OF PROJECT COMPLETION (Developer Projects) The T ransportation and Public Wo rks Department upon the recommendation of the P roject Manage r has accepted the following p roject as complete: P roject Name: Waterside Townhomes Phase 1 City P roject No.: 102794 Imp rovement Type(s): � Paving □D rainage □St reet Ligh ts □T raffic Signal s =Original Cont ract Price:$62,999.50 Arrount of App roved Change Order(s): $10,823.00 Revised Cont ract Arrount: $73,822.50 Total Cost of Wor k Complete: $73,822.50 �P.:.IU,(,ltf-Matthew Gaunt (Dec 2 �CST) Dec 23, 2024 Contractor Date Project Manager Title Dennett Const ruction Company Name tt::!II� Dec 23, 2024 William Fauver (Dec 23, 202411:57 CST) P roject Inspecto r Date ow6a9 w�Dec 30, 2024 P roject Manage r Date � Dec 30, 2024 Kandice Memck {Dec 30, 2024 08:53 CST c�-�-�:r Date Dec 30, 2024 Lauren Prieur (Dec 30, 2024 23:13 CST) TPW Di rector Date Dec 31, 2024 Asst. City Manage r Date Page 1 of 2 Notice of Project Completion Project Name: Water Townhomes Phase 1 City Project No.: 102794 City's Attachments Final Pay Estimate � Change Order(s): � Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid �� Consent of Surety �'� Statement of Contract Time Contract Time 68 WD Days Charged: 414 Work Start Date: 9/1/2022 Work Complete Date: 6/24/2024 Completed number of Soil Lab Test: 106 Completed number of Water Test: 28 Page2of2 FORTWORTH CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name WATERSIDE TOWNHOMES PHASE I Contract Limits Project Type PAVING City Project Numbers 102794 DOE Number 2794 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 6/24/2024 WD Project Manager NA Contractor DENNETT CONSTRUCTION 2313 CULLEN ST FORT WORTH, TX 76106 Inspectors GLOVER / ROBERSON Contract Time 6sVD Days Charged to Date 414 Contract is 100.00 Complete Tuesday, December 10, 2024 Page 1 of 4 City Project Numbers 102794 Contract Name WATERSIDE TOWNHOMES PHASE I Contract Limits Project Type PAVING Project F+unding UNTT IV: PAVING IMPROVE�IENTS Item Description of Items No. 1 HYDRATED LIME 2 6" LIME TREATMENT 3 4° CONC SIDEWALK 4 6" CONC PVMT 5 BARRIER FREE RAMP 6 TOPSOIL 7 BLOCK SOD PLACEMENT 8 FURNISH/INSTALL ALUM SIGN GROUND MOUNT CITY 9 BORROW BY PLAN 10 EMBANKMENT BY PLAN 11 TRAFFIC CONTROL (CO #1) 12 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL (CO #1) Estimated Unit Quanity 17 TN 630 SY 514 SF 494 SY 2 EA 130 CY 1143 SY 1 EA DOE Number 2794 Estimate Number 1 Payment Number 1 For Period Ending 6/24/2024 Unit Cost Estimated Completed Completed Total Quaniry Total $225.00 $3,825.00 17 $3,825.00 $7.15 $4,504.50 630 $4,504.50 $625 $3,212.50 514 $3,212.50 $58.50 $28,899.00 494 $28,899.00 $290.00 $580.00 2 $580.00 $18.00 $2,340.00 130 $2,340.00 $9.50 $10,858.50 1143 $10,858.�0 $950.00 $950.00 1 $950.00 736 CY $6.00 $4,416.00 47 CY $12.00 $564.00 2 MO $2,850.00 $5,700.00 67 SY $119.00 $7,973.00 736 $4,416.00 47 $564.00 2 $5,700.00 67 $7,973.00 Sub-Total of Previous Unit $73>822.50 $73>822.50 Tuesday, December 10, 2024 Page 2 of 4 City Project Numbers 102794 Contract Name WATERSIDE TOWNHOMES PHASE I Contract Limits Project Type PAVING Project F+unding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Total Contract Price DOE Number 2794 Estimate Number 1 Payment Number 1 For Period Ending 6/24/2024 $62,999.so $10,823.00 $73,822.50 Total Cost of Work Completed $73,822.50 Less % Retained $0.00 Net Earned $73,822.50 Earned This Period $73,822.50 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 $73,822.�0 Tuesday, December 10, 2024 Page 3 of 4 City Project Numbers 102794 Contract Name WATERSIDE TOWNHOMES PHASE I Contract Limits Project Type PAVING Project F+unding DOE Number 2794 Estimate Number 1 Payment Number 1 For Period Ending 6/24/2024 Project Manager NA City Secretary Contract Number Inspectors GLOVER / ROBERSON Contract Date Contractor DENNETT CONSTRUCTION Contract Time 63 WD 2313 CULLEN ST Days Charged to Date 414 WD FORT WORTH, TX 76106 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 Less % Retained Net Earned Earned This Period $73,822.50 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $73,822.50 $0.00 $73,822.50 $0.00 $0.00 $0.00 $0.00 $0.00 $73,822.50 Tuesday, December 10, 2024 Page 4 of 4 DocuSign EnvelopelD:44B94627-8B99-4DFF-96F7-204A96CA1SDA DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: WATERSIDE TOWNHOMES PHASE 1 CHANGE CONTRACT: WATER, SEWER, AND PAVING ORDER No: CFA # CFA21-0074 CITY PARTICIPATION: NO CITY PROJECT # 102794 � FID # 301140200431-102794E07685 FILE # W-2728; X-26678 INSPECTOR: Riley Robertson Phone No: 682-213-1837 REVIEWED PROJECT MANAGER: Debbie Willhelm Phone No: 517-392-2451 By Debbie J. Willhelm at 8:44 am, Aug 19, 2022 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer Developer Develaper DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $214,649.50 $321,854.00 $62,999.50 $0.00 $0.00 68 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $214,fi49.50 $0.00 $321,854.00 $0.00 $62,999.50 $0.00 $0.00 $0.00 $0.00 $0.00 68 AMOUNT OF PROP. CHANGE ORDER $ 5,128.00 $ 2,03200 $ 10,823.00 68 REVISED CONTRACT AMOUNT $219,777.50 $0.00 $323,886.00 $0.00 $73,822.50 $0.00 $0.00 $0.00 $0.00 $0.00 136 TOTAL REVISED CONTRACT AMOUNT PERUNT $219,777.50 $323,BBfi.00 $73,822.50 $0.00 $0.00 REVISED COST SHARE Dev. Cost: $617,486.00 City Cost: $0.00 TOTAL REVISED CONTRACT $617,486.00 Revised:l0-12-2011 Page 1 DocuSign EnvelopelD:44B94627-8B99-4DFF-96F7-204A96CA1SDA 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: Kimley-Horn and Associates, Inc. Hines Waterside LLC Bv: Bv: see attached Name: C dy Brewer, P.E. Name: ROb2Ci W. Wlii2 Title: Associate Title: SerilOY Mariaglllg D1YeCYOY' APPROVED: Dennett Construction LC ey: Name: Edward Serna Title: Superintendent Revised:l0-12-2011 Page 2 REASONS FOR CHANGE ORDER Existing sewer line found at elevation inconsistant with as-built plans. Existing sewer lateral to be removed and new lateral installed at correct elevation. Additionally, 2- 12" gate valves to be installed at connections to existing 12" water line for isolocation and testing purposes. Changes correspond to Revision No. 1 as shown on sheets 7, 9-11, 15, 19, and 23 of the construction plans. DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: WATERSIDE TOWNHOMES PHASE 1 CHANGE CONTRACT: WATER, SEWER, AND PAVING ORDER No: CFA # CFA21-0074 CITY PARTICIPATION: NO CITYPROJECT# 102794 Z FID # 30114-0200431-102794E07685 FILE # W-2728; X-26678 INSPECTOR: Brandon Phillips PROJECT MANAGER: Debbie Willhelm Phone No: 682-715-7010 REVIEWED Phone No: 817-392-2481 By Debbie J. Willhelm at 11:47 am, Jun 01, 2023 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINALCONTRACT $214,649.50 $321,854.00 $62,999.50 $0.00 $0.00 68 EXTRAS TO DATE $5,128.00 $2,032.00 $10,823.00 $0.00 $0.00 68 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $219,777.50 $0.00 $323,886.00 $0.00 $73,822.50 $0.00 $0.00 $0.00 $0.00 $0.00 136 AMOUNT OF PROP. CHANGE ORDER $0.00 $(82,680.00) $0.00 0 REVISED CONTRACT AMOUNT $219,777.50 So.00 $241,206.00 $0.00 573,822.50 $0.00 $0.00 $0.00 $0.00 $0.00 136 TOTAL REVISED CONTRACT AMOUNT PER UNIT $219,777.50 $241,206.00 $73,822.50 $0.00 $0.00 REVISED COST SHARE Dev. Cost: $534,806.00 City Cost: $0.00 TOTAL REVISED CONTRACT $534,806.00 Revised: 10-12-2011 Page 1 You are direded to make the followin chan es in the contract documents. CITY BID ITEM PAYITEM# # QUANTITY UNIT ITEMDESCRIPTION UNITPRICE TOTAL 4� TOTAL REASONS FOR CHANGE ORDER Changes correspond to Revision No. 2 as shown on sheet 10 of the construction plans. Due to low cover, concrete encasement is needed for the sewer laterals. Additionally, there was a reduction of $3, 543/EA unit cost for the 4" sewer services. 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: Kimley-Horn and Associates, Ina Hines Waterside LLC Dennett Construction LC BY: BY: ��s.¢P C.�.�or�,o,o By: �� Name: Co rewer, P.E. Name: Jose Campos Name: Edward Serna Title: Associate Title: Senior Construction Manager Title: Superintendent Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 44B94627-8B99-4DFF-9BF7-204A9BCA18DA HINES WATERSIDE LLC, a Delaware limited liability company By: Hines Waterside Associates LP, a Texas limited partnership, its sole member By: Hines Interests Limited Partnership, a Delaware limited partr.e: ehin i4e „onoral partner DS �o�Signed`-by:� `�• �� By: R� w;x� Na : $����o Witte Title: Senior Managing Director �o��r ����r�� TRANSPORTATION AND PUBLIC WORKS August 2, 2024 Dennett Construction LC 2313 Cullen Street Fort Worth TX 76106 RE: Acceptance Letter Project Name: Waterside Townhomes Phase 1 Project Type: Water, Sewer and Paving City Project No.: 102794 To Whom It May Concern: On August 2, 2024 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 August 2, 2024, 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 682- 213-1612. Sincerely, ae66� C� GtJ��z 0 Debbie J. Willhelm, Project Manager Cc: William Fauver, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Andrew Goodman P.E, Program Manager Kimley Horn, Consultant Dennett Construction LC, Contractor Hines, 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 Fln Neve, Vice President Of Scott Dennett Construction LLC, 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; Waterside Townhomes Phase 1 BY Fln Neve, Vice President Subscribed and sworn before me on this date 14th of October, 2024. � �"""'' KASEY DENNETT . . _.` `�0,�l/tV PVg�i ``�---':'—�,___ _ 2, tios Notary Pubiic, State of Texas � ;�'�:�°4= Comm. E�ires 09-02-2026 Notary P lic �'��,°;,��� Notary ID 133944634 Tarrant, exas CONSENT OF SIJRETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 OWNER ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER ❑ Bond # 178866C PROJECT: WATER, SEWER, & PAVING IMPROVEMENTS TO SERVE WATERSIDE TOWNHOMES PHASE I (name, address) TO (Owner)Hines Waterside LLC 2200 Ross Ave, Ste 4200W Dallas, TX 75201 CONTRACTOR: Scott Dennett Construction, L.C. ARCHITECT'S PROJECT NO: 20164 CONTRACT FOR: WATER, SEWER, & PAVING IMPROVEMEIVTS CONTRACT DATE: February 15, 2021 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above. the (here msert name a�id address of Surety Company) Westfield Insurance Company P O Box 5001 Westfield Center, OH 44251-5001 on bond of (here insert name and address of Contractor) Scott Dennett Construction, L.C. 2313 Cullen Street Fort Worth, TX 76107 _SURETY COMPANY, .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 msert name �uid address of O���ner) Hines Waterside LLC 2200 Ross Ave, Ste 4200W Dallas, TX 75201 ,OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has here�mto set its hand this 22nd day of October, 2024 Westfield [nsurance Company Surety Company �..�IVY—�---- Wi L�Y.Q`�2/� _ Signature of Authorized Representative Aitest_ � � _ .� n. (seal): Brooke Gordon. Client Service Specialist Brennan Williamson, Atton�ey-in-Fact , Title NOTF This fonn is lo be used as a compa�uon document to AlA DOCLJMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT AND CI,A�MS, CwTent Edmon 41A DOCUNIENT G707 * CONSENT OF SURETY COMPANY TO PINAL PAYMGNT *APR[L 1970 EDITION "AIA 1970 THE AMERICAN INSTITUT� OF ARCHITECTS, 1735 NEW YORK AVE NW WASHINGTON, D C. 2006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW, General Power of Attorney CERTIFIED COPY !�les�eld i�ationa� Insurance Co. ahEo Farmers ins�rance Co. Westfield Center, Ohio Know All Me�7 by These Preser�ts, That WESTFIELD INSURANCE COMPRNY. WESTFIELD NATI�NAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referrecl to individually as a"Company and collectively as "Companies," duly oryanized and existing under the laws of the State of Ohio, and having its pnnapal office in Westfield Center, Medina County, Ohio, do by these presents �r�ake, constitute and appomt TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON. BRENNAN WILLIAMSON, JARdD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR SEVERALLY of ROCKWALL and 5tate of TX its true and lawful Attorney(s)-ln-Fact, wrth full power and authonty hereby confen�ed m rts name, place and stead, to execute, acknowledye and cleliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit, ancl to binci any of the Corripanies thereby as fully and to the sarne extent as if such bonds were signed by the President. sealed v�nth the co��porate seal of the applicable Company and duly attested by rts Secretary, hereby ratifyin,y and confirminy all that the said Attorney(sj-in-Fact rnay do in the premises. Said appointrl�ent is rnade under and by authority of the followinct resolution adopted by the 6oard ��f Directors of each of the �VESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Seruor Exec�ative, any Secretary or �ny Rdelity & Surety Operations Executive or other Executive shall be and is hereby vesteci ��vith f�_ill power and authority to appoint any one or more suitable persons as Attorriey(sj-in-Fact to represent and act for and on behalf of the Corripany subject to the following provisions: The Attorney-in-Fact may be given f�dl power and autriority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver. any and all bonds. recognizanr,es, contracts, agreements of mdemnity anc7 other r.ondYtiorial or obligatory undertakings and am� and all notices and dor.uments canr,eling or terminating the Cornpany's liabiliry thereunder, and any such instruments so executed k�y am/ such Attorney-ir�-Fact shall ue as binding upon tlie Compariy as if slyned by the President and sealed and attested by the Corporate Secretary.' "Be rt Fur�ther Resolved, that the signature ofi any such designated person and the seal of the Company heretofnre nr hereafter affixed to any power of attorney or any certificate rela5ng thereto by facsimlle, and any power of attorney or certrficate bearinc� facsimile signatures or facsimile seal shall be valld and hinding upon the Company with respect to any bond or undertak'mg to which it is attached." (Each adopted at a meeting held on February 8. 200U). !n Wrtness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS I�lSURANCE COMPANY have causecl tliese presents to be signed by their National Surety Leader ancl Senior Executive and their corporate seals to be hereto affixed this 10th day of OCTOBER A.D., 2024 . Corporaie ,,.�••� +"�,,,,,.. Seals f'*�4u12ak�%,, ��tt�.«�� t�� ; ' „c�," . � `: � ar : '• �. . i �t ���� •?� i �',,' 'x` ��� State of Ohio -""w•��""'� County of Mediria ss.: ,`,I.` :.'' : L� - � `= � rl��. _ _ ..*. WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FRRMERS INSURANCE COMPANY Bv: � Gary W.'Stumper, Nationa! Surety Leader and Senior Execut�ve Or� this 10th day of OCTOBER R.D., 2024 , before me personally came Gary W. Stumper to me known, who. being by me cluly sworn, clid depose ancl say, that he resides in Medina, �H; that he is National Surety Leader and Senior Executi�e of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY. the companies describecl in and which executed the above mstrument; that he knows the seals of said Companies; that the seals affixed to said instrurnent are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signEd his name thereto by hke ordei•. Notarial Seal Affixed State of Ohio County of Meclii�a ,,.� ` A � ..�, y p ���t��� f %/5.� ' � J . S� �:� A �' � _ ' � � ;+ � v ss.: � x _ M1. a � .9r� �F � � David A. Kotnik, Attor-ney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Serretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoiny is a true and correct copy of a Pow�r of Attorney. executed by saicl Companies, which Is still in full force and effect; and furthermore, the i�esolutions of the Boards of Directors. set out in the Power of Attorney are in full force and effect. In NJitness bVhereof, I have hereunto set rny hand and affixed the seals of said Companies at Westfield Center, Ohio, this 22nd day �f October A.D.. 2024 • �N��i���41�I�yy � t� r „ rJn,' �, .f��agu�a,,��:, ''<,,� � :;1',`.., ,�� � ��� - - �� ���.� a� : = SE�1I. - _ �' •, m.�f �,Z` - �'",,v4.��� , �,'F,,,� POWER NO. 4220012 14 �t/e�tfi�ld Ins�rance Coe s►hSil��;��� �� � ������p ;� 3 � Secr-etary ; � _ Frank A. Carrino, Secretary 1�4� ; 4 = .... ?. ,���.�„�.��"' BPOAC2 (combined) (OS-24)