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)