Loading...
HomeMy WebLinkAboutContract 55410-FP1 (2)Page 1 of 2 City Secretary Contract No.__________________ Date Received ______________ 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: The Huntley at 904 E Weatherford Street City Project No.: 102870 Improvement Type(s): Paving Drainage Street Lights Traffic Signals Original Contract Price:$404,319.50 Amount of Approved Change Order(s): -$8,751.00 Revised Contract Amount:$395,568.50 Total Cost of Work Complete:$395,568.50 Contractor Date Title OHT DFW Construction LLC Company Name Project Inspector Date Project Manager Date CFA Manager Date ______________________________________ __________________________________ TPW Director Date Asst. City Manager Date Page 2 of 2 Notice of Project Completion Project Name: The Huntley at 904 E Weatherford Street City Project No.: 102870 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 222 WD Work Start Date: 5/3/2021 Days Charged:WD Work Complete Date: 6/26/2024 Completed number of Soil Lab Test: 119 Completed number of Water Test: 0 CITY OF FORT WORTH Contract Name THE HUNTLEY AT Contract Limits Project Type DRAINAGE DOE Number 2870 Estimate Number 1 Payment Number 1 For Period Ending 6/26/2024 FINAL PAYMENT REQUEST City Secretary Contract Number WD Contract Date OHT CONSTRUCTION, LLC NA 901 S. MOPAC EXPRESSWAY, BOP III, SUITE 220 AUSTIN TX 78746 G.DEYON J.KOONCE 222WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 102870 Wednesday, July 31, 2024 Page 1 of 5 Contract Name THE HUNTLEY AT Contract Limits Project Type DRAINAGE DOE Number 2870 Estimate Number 1 Payment Number 1 For Period Ending 6/26/2024 Project Funding City Project Numbers 102870 UNIT III: DRAINAGE IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 TRENCH SAFETY 41 LF $7.00 $287.00 41 $287.00 2 REMOVE 10' CURB INLET (CO#1)2 EA $1,500.00 $3,000.00 2 $3,000.00 3 10' CURB INLET (CO#1)1 EA $7,251.00 $7,251.00 1 $7,251.00 4 REMOVE 15" STORM LINE 96 LF $31.00 $2,976.00 96 $2,976.00 5 15" STORM ABANDONMENT PLUG 1 EA $1,500.00 $1,500.00 1 $1,500.00 6 24" RCP, CLASS III 41 LF $139.00 $5,699.00 41 $5,699.00 7 4' MANHOLE 1 EA $8,500.00 $8,500.00 1 $8,500.00 $29,213.00 $29,213.00Sub-Total of Previous Unit UNIT IV: PAVING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 SWPPP 1 LS $1,750.00 $1,750.00 1 $1,750.00 2 Traffic Control 1 MO $3,500.00 $3,500.00 1 $3,500.00 3 Remove Concrete Drive 2633 SF $2.50 $6,582.50 2633 $6,582.50 4 Remove Conc Curb&Gutter 499 LF $12.00 $5,988.00 499 $5,988.00 5 Remove Sidewalk 4004 SF $2.50 $10,010.00 4004 $10,010.00 6 Remove Sign Panel and Post 1 EA $315.00 $315.00 1 $315.00 7 4" Conc Sidewalk 5610 SF $6.00 $33,660.00 5610 $33,660.00 8 Barrier Free Ramp, Type R-1 2 EA $525.00 $1,050.00 2 $1,050.00 9 Barrier Free Ramp, Type P-1 1 EA $525.00 $525.00 1 $525.00 10 6" Conc Pvmt 2445 SF $7.00 $17,115.00 2445 $17,115.00 11 6" Conc Curb and Gutter 610 LF $27.00 $16,470.00 610 $16,470.00 12 4" SLD Pvmt Marking HAS (W)140 LF $2.50 $350.00 140 $350.00 $97,315.50 $97,315.50Sub-Total of Previous Unit UNIT V: STREETLIGHTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 2" CONDT PVC SCH 80 (T)1215 LF $15.00 $18,225.00 1215 $18,225.00 2 2" CONDT PVC SCH 80 (B)225 LF $15.00 $3,375.00 225 $3,375.00 Wednesday, July 31, 2024 Page 2 of 5 Contract Name THE HUNTLEY AT Contract Limits Project Type STREETLIGHTS DOE Number 2870 Estimate Number 1 Payment Number 1 For Period Ending 6/26/2024 Project Funding City Project Numbers 102870 3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 75 EA $200.00 $15,000.00 75 $15,000.00 4 FURNISH/INSTALL TYPE 33B ARM 7 EA $1,000.00 $7,000.00 7 $7,000.00 5 FURNISH/INSTALL 240-480 VOLT SINGLE PHASE TRANSOCKET METERED PEDESTAL 1 EA $3,000.00 $3,000.00 1 $3,000.00 6 FURNISH/INSTALL 10' - 14' WASHINGTON STANDARD LIGHT POLE & FIXTURE LED 22 EA $4,600.00 $101,200.00 22 $101,200.00 7 FURNISH/INSTALL LED LIGHTING FIXTURE (70 WATT ATBO COBRA HEAD) 7 EA $1,100.00 $7,700.00 7 $7,700.00 8 FURNISH/INSTALL RDWAY ILLUM TY 11 POLE 7 EA $1,400.00 $9,800.00 7 $9,800.00 9 NO 10 INSULATED ELEC CONDR 6970 LF $2.50 $17,425.00 6970 $17,425.00 10 GROUND BOX TYPE B 6 EA $735.00 $4,410.00 6 $4,410.00 11 GROUND BOX TYPE B, W/APRON 22 EA $835.00 $18,370.00 22 $18,370.00 12 RDWY ILLUM FOUNDATION TY 1,2, AND 4 7 EA $1,350.00 $9,450.00 7 $9,450.00 13 RDWY ILLUM FOUNDATION TY 7 22 EA $1,350.00 $29,700.00 22 $29,700.00 14 12"-18" TREE REMOVAL 5 EA $400.00 $2,000.00 5 $2,000.00 15 18"-24" TREE REMOVAL 8 EA $650.00 $5,200.00 8 $5,200.00 16 BLOCK SOD PLACEMENT 237 SY $3.50 $829.50 237 $829.50 17 PLANT 3" TREE 40 EA $400.00 $16,000.00 40 $16,000.00 18 TOPSOIL 237 CY $1.50 $355.50 237 $355.50 $269,040.00 $269,040.00Sub-Total of Previous Unit Wednesday, July 31, 2024 Page 3 of 5 Contract Name THE HUNTLEY AT Contract Limits Project Type STREETLIGHTS DOE Number 2870 Estimate Number 1 Payment Number 1 For Period Ending 6/26/2024 Project Funding City Project Numbers 102870 Contract Information Summary Change Orders $404,319.50Original Contract Amount $395,568.50Total Contract Price $395,568.50 Less Total Cost of Work Completed % Retained $0.00 Net Earned $395,568.50 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $395,568.50 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $395,568.50 $0.00 1 ($8,751.00)Change Order Number Wednesday, July 31, 2024 Page 4 of 5 Contract Name THE HUNTLEY AT Contract Limits Project Type STREETLIGHTS DOE Number 2870 Estimate Number 1 Payment Number 1 For Period Ending 6/26/2024 Project Funding City Project Numbers 102870 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $395,568.50 Less Total Cost of Work Completed % Retained $0.00 Net Earned $395,568.50 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $395,568.50 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $395,568.50 $0.00 City Secretary Contract Number WD Contract Date OHT CONSTRUCTION, LLC NA 901 S. MOPAC EXPRESSWAY, BOP III, SUITE 220 AUSTIN TX 78746 G.DEYON J.KOONCE 222 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Wednesday, July 31, 2024 Page 5 of 5 W � C.'J Z Z W T Q Q _ � U O w 2 � W i � � W Z � � H � H Z W w z � O � Q d � � U � � Z � � w � J � } I--� � cn U Q 0 � W 0 Q d' � � � 2 � � Q w W W J � O O � L11 N N Q � O O Z � M M � a N O O � � o (� J �i 0 O O � Z H N t� � � � Z i � � N Q N d 2 U � Z � � � W � � � U Z 1- w U � U � � O Z Q� w�* � W �* � O�� O o o J a. U U U o��� O � M OD � � � � M M n � � � O O Z Z � � d � U C Y '� (0 A N � � � � L � Y O � H ~ U U ww � � � O z� — � � M O O M O M Zp O U � 0 0 0 0 0 0 0 N V o 0 0 0 0 0 F, �, o 0 0 0 0 0 _ .. » » u> F» u� » o � V o 0 J � F O W O O O � W O O O � Fy � O O O O y N p_ o 0 0 0 0 > in m w c�a m � � U � � � � O O � N 0 0 0 0 0 0 0 (,) O O O O O O T O O O O O O W a� 1A 4i M (A f9 fA p � U o Q ai Z N R' � � O � N 0 O O 0 O � a � o o � ai O � O O � h N —y � w ty � � � > in � w `H �N � U N .. � v o 0 0 0 0 o y 0 0 0 0 0 0 � z �, o 0 0 0 0 o V � .. ta f» ta F» w .» p � v � � �n U Z u' V � Q i M N � Q o 0 0 �` iti H a u� �n �n � m Z y �ry C C uj C �Ij � C') O Q O O O d3 U p M p 0 M � M y ,., r � � n � r� > � °�» w w O V N O O O O O O O V O O O O O O � O O O O O O 0 � � � � � � � � U � W o ,� � o � W y N fn Cf y o 0 0 0 0 0 � p_ o 0 0 0 0 0 0 0 0 0 0 0 0 ea w en fn ea f» w o 0 V � O o 0 0 0 0 0 V o 0 0 0 0 0 T O O O O O O � � � � � � � U W � F o Q o 3 � �o 0 0 0 0 o y Q o 0 0 0 0 0 � p o 0 0 0 0 o V ua f» tn w ta f» 0 U G f- � Z w � 0 F O � a � � jH U Z � � � ai O Q � � f. V ~ W U� O� O W U � U U K U W F p p � 0 W O > � 0 0 O a Z N a ul � J O� V p� w w ¢ Q� cn a r o� � p Z Q H� Z W J F � � 0 H � � F F W Z O j � O w U �U Q � ~ � (9 d N N � R d � � � c N � 7 U O � U � C 0 U N r c .3 0 0 � r � Y N � 0 � N U � � N N O } � � a U � a a w � O 2 2 N W U G O Y 0 L W a 0 � c m t U � w G � O w � Z Q 2 U � � LL N 2 0 N Q W � ❑ W 7 O � a a Q � � a a U J J C O U � N � � U � O ti 2 O � � � � � � � � � � � � U C y N N U O N Q a c N C `o S m E X � c � �' z � 2 J � � � m z � � T � � W � U m � m � � � z 0 N N O N N � N � Rev. 8/20/19 TRANSPORTATION AND PUBLIC WORKS September 15, 2016 OHT DFW Construction LLC 5440 Harvest Hill Road Suite 101 Dallas, TX 75230 RE: Acceptance Letter Project Name: The Huntley at 904 E. Weatherford Street Project Type: Developer City Project No.: 102870 To Whom It May Concern: On April 29, 2024 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 June 26, 2024. 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 June 26, 2024, 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 (832) 527-5406. Sincerely, Khal Jaafari, Project Manager Cc: Jeremy Koonce, Inspector Lorrie Pitts, Inspection Supervisor Gary Deyon, Senior Inspector Andrew Goodman, Program Manager Kimley Horn, Consultant OHT DFW Construction LLC, Contractor Stonehawk Capital Partners, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me, the undersigned author•ity, a notary public in the state and county aforesaid, on this day personally appeared Andrew Munsch, Project Manager of OHT DFW Construction, LLC, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; Tilat all persons, firms, associations, corporations, or other organizations fiirnishing 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 fiill; That there are no claims pending for personal inju�y and/or property datnages; On Contract described as; CPN l 02870, The Huntley at 904 E Weatherford Street Drainage, Paving, & Streetlights BY An rew Munsch Subscribed and sworn before tne on tllis date 7`�' of August, 2024. � �� Notajy P�iblic Dallas, Texas _„� z'CPRY P�6� YULIANA ROJAS NotarylD #132717032 � p My Commission Expires '�"oF��+ October 7, 2024 City of Fort Worth 1000 Throckmorton Street Fort Worth, Tx 76102 Paving, Drainage, Landscape, and Lighting Improvements To Serve The Huntley At 904 E. Weatherford Street X Construction February 25, 2021 Hartford Fire Insurance Company One Hartford Plaza Hartford, CT 06155 OHT DFW Construction, LLC 5440 Harvest Hill Road Suite 101 Dallas, Tx 75230 City of Fort Worth 1000 Throckmorton Street Fort Worth, Tx 76102 Bond Number: 46BCSIG7253 August 7, 2024 Hartford Fire Insurance Company Jeff Husk Attorney-In-Fact POWER OF ATTORNEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-11 One Hartford Plaza Hartford, Connecticut 06155 Bond.Claims@thehartford.com call:888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT:Agency Name: Agency Code: Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the “Companies”) do hereby make, constitute and appoint, up to the amount of : their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by , 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. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President On this 20th day of , 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. I, the undersigned, Assistant Vice President of the Companies, 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 effective as of ___________________________. Signed and sealed in Lake Mary, Florida. Keith D. Dozois, Assistant Vice President Lake Mary Jessica Ciccone My Commission HH 122280 Expires June 20,2025 August 7, 2024