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