HomeMy WebLinkAboutContract 59321-FP2FORT WORTH.
-FP2
City Secretary 59321
Contract No.
Date Received 3/24/2025
AT
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: South University Multifamily
City Project No.: 104321
Improvement Type(s): ❑ Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price: $61,756.00
Amount of Approved Change Order(s): $1,308.00
Revised Contract Amount: $0.00
Total Cost of Work Complete: $63,064.00
M a r 24, 2025
Contractor Date
Operations Manager
Title
C&S Utility Contractors
Company Name
Mar 24, 2025
Project Inspector
Date
Mw
M a r 24, 2025
Project Manager
Date
Kandice Herrick 24, 202515:30 CDT)
Mar 24, 2025
CU M45ager
Date
Lau r- Priou�r(H a r 24, 202515,32 CD I)
Mar 24, 2025
TPW Director Date
00*� M a r 25, 2025
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: South University Multifamily
City Project No.: 104321
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid '
Consent of Surety
Statement of Contract Time
Contract Time 165 WD Days Charged: 267 WD
Work Start Date: 8/8/2023 Work Complete Date: 10/9/2024
Completed number of Soil Lab Test: 58
Completed number of Water Test: 3
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name SOUTH UNIVERSITY MULTIFAMILY
Contract Limits
Project Type STREET LIGHTING
City Project Numbers 104321
DOE Number 4321
Estimate Number 1 Payment Number I
City Secretary Contract Number
Contract Date
For Period Ending 11/20/2024
WD
Project Manager NA
Contractor C & S UTILITY CONTRACTORS, INC.
6705 HIGHWAY 287
ARLINGTON , TX 76001
Inspectors T. GARDNER / C. HORTON
Contract Time 6WD
Days Charged to Date 267
Contract is 100.00 Complete
Tuesday, March 18, 2025 Page 1 of 4
City Project Numbers 104321 DOE Number 4321
Contract Name SOUTH UNIVERSITY MULTIFAMILY Estimate Number 1
Contract Limits Payment Number 1
Project Type STREET LIGHTING For Period Ending 11/20/2024
Project Funding
UNIT V: STREET LIGHTING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
FURNISH/INSTALL 10'-14' WASHINGTON
5 EA
$4,750.00
$23,750.00
5
$23,750.00
STANDARD LIGHT POLE FIXTURE LED
2
2" CONDT PVC SCH 4 (T) (CO#1)
318 LF
$44.00
$13,992.00
318
$13,992.00
3
CONDUIT BOX
4 EA
$750.00
$3,000.00
4
$3,000.00
4
RDWY HIUM FUNDATION TY 7
5 EA
$1,350.00
$6,750.00
5
$6,750.00
5
INSTALL ELEC SERV PEDESTAL
1 EA
$12,000.00
$12,000.00
1
$12,000.00
6
COPPER WIRE (CO#1)
650 LF
$4.00
$2,600.00
650
$2,600.00
7
#6 BARE COPPER (CO#1)
243 LF
$4.00
$972.00
243
$972.00
Sub -Total of Previous Unit
$63,064.00
$63,064.00
Tuesday, March 18, 2025 Page 2 of 4
City Project Numbers 104321
Contract Name SOUTH UNIVERSITY MULTIFAMILY
Contract Limits
Project Type STREET LIGHTING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Total Contract Price
DOE Number 4321
Estimate Number 1
Payment Number 1
For Period Ending 11/20/2024
$61,756.00
$1,308.00
$63,064.00
Total Cost of Work Completed $63,064.00
Less % Retained $0.00
Net Earned $63,064.00
Earned This Period $63,064.00
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
$63,064.00
Tuesday, March 18, 2025 Page 3 of 4
City Project Numbers 104321 DOE Number 4321
Contract Name SOUTH UNIVERSITY MULTIFAMILY Estimate Number 1
Contract Limits Payment Number 1
Project Type STREET LIGHTING For Period Ending 11/20/2024
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors T. GARDNER / C. HORTON Contract Date
Contractor C & S UTILITY CONTRACTORS, INC. Contract Time 60 WD
6705 HIGHWAY 287 Days Charged to Date 267 WD
ARLINGTON , TX 76001 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
$63,064.00
Less % Retained
$0.00
Net Earned
$63,064.00
Earned This Period $63,064.00
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
$63,064.00
Tuesday, March 18, 2025 Page 4 of 4
IPROJECT NAME:
(CONTRACT:
CFA #
(CITY PROJECT #
FID#
I FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACTAMOUNT
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
South University Multifamily
CHANGE
CS 59321
ORDER No:
22-0194
CITY PARTICIPATION: NO
104321
30114-0200431-104321-E07685
W-2877 X-27941
Josh Manry
Phone No: 817-392-8306
REVIEWED
Debbie Willhelm
Phone No: 817-392-2481
By Debbie J. W111he1m at 12:32 pm, Sep 18, 2024
WATER
Developer
Cost
City Cost
$37,578.00
$0.00
$0.00
$0.00
$0.00
$0.00
$37,578.00
$0.00
44,378.50
$0.00
$33,199.50
$0.00
$33,199.50
Dev. Cost:
SEWER
Developer
Cost City Cost
$59,828.50 $0.00
$0.00 $0.00
$0.00 $0.00
$59,828.50 $0.00
-$1,436.00 $0.00
$58,392.50 $0.00
$58,392.50
$248,099.68
CONTRACT UNIT I
PAVING DRAINAGE STREETLIGHTS I CONTRACT
Developer Developer Developer I DAYS
Cost
City Cost
Cost
City Cost
Cost
City Cost
$75,325.00
$0.00
$33,325.00
$0.00
$61,756.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$75,325.00
$0.00
$33,325.00
$0.00
$61,756.00
$0.00
-$15,206.32
$0.00
$0.00
$0.00
$1,308.00
$0.00
$60,118.68
$0.00
$33,325.00
$63,064.00
$0.00
$60,118.68
$33,325.00
$63,064.00
City Cost:
$0.00
$248,099.68
165
165
0
165
Revised: 10-12-2011 Page 1
You are directed to make the following changes in the contract documents:
CITYBID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
Unit I: Water Improvements
Unit I - #1
3312.20
-2.00
EA
1" Water Service.
$ 2,142.00
�4,284.00�
Unit I - #8
3305.01
-63.00
LF
Trench Safety
$ 1.50
-$94.501
1
Water Total
44,378.501
Unit II: Sanitary Sewer Improvements
Unit II - #3
3331.31
-1.00
EA
4" Sewer Service
$ 1,427.00
41,427.001
Unit II - #4
3305.01
-6.00
LF
Trench Safety
$ 1.50
-$9.001
Sanitary Sewer Total
41,436.001
Unit IV: Paving Improvements
Unit IV - #2
0241.0100 300.00
SF
Remove Sidewalk
$ 3.00
$900.00
Unit IV - #3
0241.0401 92.00
SF
Remove Concrete Drive
$ 3.00
$276.001
1 Unit IV - #7
3201.0202-190.00
SY
Asphalt Pvmt Repair Beyond Defined Width, Arterial
$ 27.00
-$5,130.001
1 Unit IV - #8
3213.0101-168.00
SY
6" Concrete Pvmt
63.94
-$10,741.921
1 Unit IV - #9
3211.01-185.00
SY
4" Flexible Base, Type A, GR-1
23.84
-$4,410.401
1 Unit IV - #10
3213.0301 300.00
SF
4" Conc. Sidewalk
$ 13.00
$3,900.001
1
Paving Total
-$15,206.321
Unit V: Street Lighting Improvements
Unit V - #2
2605.30
26.00
LF
2" CONCT PVC SCH 40 (T)
$ 44.00
$1,144.00
Unit V - #6
9999.00
82.00
LF
#6 XHHW Copper Wire
$ 4.00
$328.001
Unit V - #7
9999.00
-41.00
LF
#6 Bare Copper
$ 4.00
-$164.001
Street Lighting Total
$1,308.001
1
TOTAL
-$19,712.821
REASONS FOR CHANGE ORDER
Plan Revision 1-The Northern lot no longer needs public water and sanitary sewer improvements -Sheets 6, 7, 8, 13, 16 & 19.
Plan Revision 2-Revised alley slope -Sheets 15 & 19- NO QUANTITY CHANGE
Plan Revision 3-Adjust pedestrian
lights to avoid sidewalk conflict -Sheets 6, 19, & 20
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 k OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
APPROVED:
APPROVED:
FLANAGAN Jr
By:
Name: Reece Flanagan
Title: Civil Enqineer
Trophy Construction Services, LLC
By: Davis
Davis (Aug 22, 202412:40 CDT)
Name: Davis Allard
Title: Project Manager
West River Homes
By: Matt Coop
Matt Coop (Aug 26, 2024 12 CDT)
Name: Matthew Coop
Title: Project Manager
C&S Utilty Contractors, Inc.
By:
Name: Blake Menapace
President
Title:
JRP Pawing, LLC
Name: Joe Pevehouse
Title:
Owner
Revised: 10-12-2011 Page 2
FORTWORTH.
M"
TRANSPORTATION AND PUBLIC WORKS
February 26, 2025
C&S Utility Contractors, Inc.
6705 HWY 287
Arlington, TX 76001
RE: Acceptance Letter
Project Name: South University Multifamily
Project Type: Water, Sanitary Sewer, Paving, Drainage, and Street Lights
City Project No.:104321 Click here to enter text.
To Whom It May Concern:
On December 4, 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 December 4,
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 817-
392-6251.
Sincerely,
Andrew Goodman, Project Manager
Cc: Cody Horton, Inspector
Troy Gardner, Inspection Supervisor
Emanuel Nieto, Senior Inspector
Andrew Goodman, Program Manager
Flanagan Land Solutions, LLC, Consultant
C&S Utility Contractors, Inc., Contractor
West River Home, 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 Charles Saylors,
President Of C&S Utility Contractors, Inc., 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;
South University Multifamily CPN 104321
BY
Charles Saylors, President
Subscribed and sworn before me on this date 24 of March, 2025.
Notary Public
Tarrant, Texas
i1AY P(e BLAKE M£NAPACE
Notary i0 #130991676
r My Commission Expires
"taF February 2, 2079
-1 r
SURETEC INSURANCE COMPANY
2103 CityWest Boulevard, Suite 1300
Houston, TX 77042
CONSENT OF SURETY
TO FINAL PAYMENT
BOND NO.: 4462990
TO OBLIGEE:
(Name and Address)
City of Fort Worth, TX
c/o Development Services
100 Fort Worth Trail, Fort Worth, TX 76102
PROJECT:
(Name and Address)
City Project No. 104321
South University Multifamily
PRINCIPAL: C&S Utility Contractors, Inc.
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
►Sj
OTHER
❑
Gl H7.*_:y &
Street Lighting Improvements
CONTRACT DATED:
At the request of the Obligee and the Principal indicated above, (insertname and address of Surety)
SureTec Insurance Company, 2103 CityWest Boulevard, Suite 1300, Houston, TX
77042, SURETY,
on bond of (Insert name and address of contractor)
C&S Utility Contractors, Inc., 6705 Highway 287, Arlington, TX 76001
, CONTRACTOR,
and conditioned on the representation by Obligee that all Contract provisions relating to the payment
of final payment under the Contract have been satisfied by Principal as of the date of final payment,
and that no claims by Obligee or any third party are known or believed by Obligee or its
representatives to exist as of the date of final payment, representations as to the truth and accuracy
of the foregoing conditions being deemed to have been made by Obligee in connection with this
request for Consent of Surety, hereby approves of the final payment to the Principal, and agrees that
final payment in accordance with the terms hereof shall not relieve the Surety of its obligations to
(Insert name and address of Obligee)
City of Fort Worth, TX, c/o Development Services, 100 Fort Worth Trail, Fort Worth, TX 76102
,OBLIGEE,
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: March 12, 2025
(Insert in wrifrng the month followed by the numeric date and year.)
SureTec Insurance Company(Surety)
(Signature of authorized representative)
Collin Brence , Attorney -in -Fact
SIC COS Final Payment rev 10_2021 Page 1 of 1
POA #: 4221060
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Frank Swingle, Warren Gravely, Jr., Matthew B. Elmore, Kirk D. Dreyer, John M. Huff, Stacey Healy, DeAnna Hansford Crombie, Lynsie DeCet, Lawrence
Wesson, Jr., Katie Hunt, Crystal Carlson, Collin Brence, Sarah Swain
its true and lawtut Attorney-m-tact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Five Million and 001100 Dollars ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec
Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'h of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this loth day of August A.D. 2024
SURANcfi SURETEC INSURANCE COMPANY
��tr. x q By:
w w i m_ Michael C. K mig, President
M `.. 5 P
State of Texas ss: ••
County of Harris^""
On this loth day of August , A.D. 2024 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose
and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed
the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by
order of the Board of Directors of said Company; and that he sign�e+d thie+A>trn4+t ereto by like order.
0,4 i;A�''F��
(P _ Chelsea Turner, Notary Public
My commission expires July 6, 2028
�a OF A�y� •' 4�
I, M. Brent Beaty, Assistant Secretary of SURETEC INSUk ereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is'�effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect. �
Given under my hand and the seal of said Company at Houston, Texas this day of 1 A I=k202� > A.D.
M. I ant cretary
Any instrument issued in excess of the penalty stated above is totally void and without any validity. 4221060
For verification of the authority of this power you may call (713) 812.0800 any bu3iness day between 8:30 am and 5:00 pm CST.
�� N ��
�mNN��� N ���� N����NN��k������ ����0����������
=~~ ~~ ~ ~�~� �~~=��°==��~��� ��"°���=°�=~�
THUS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make
a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
GureTeo|nounanoe Company
S737Great Hills Trail, Suite 32O
Austin, Tx 78759
You may contact the Texas Department ofInsurance hoobtain information oncompanies, coverage, rightsnrcomplaints
at 1-800-252- 3439. You may write the Texas Department of Insurance at:
POBox 14S1O4
Austin, TX78714-S1O4
Fax#:512-4SO'1OO7
Web: hftp-:0wwvv.hdimtate.tx.uo
Email: Conournodznobaotion@tdi.texaa.gov
PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should
contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Texas Rider 06042015
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Limitation on Bond Penalty Increase
Notwithstanding any provision in the bonds or subcontract to the contrary, the penal sum of this Bond
shall automatically be adjusted to reflect the additive or deductive amounts of all change orders
issued to the Subcontract; provided, however, that Obligee shall notify Surety if an individual change
order increases the Subcontract Price by more than 10%, and, if at any point the aggregate amount
of all change orders increases the Subcontract Price by more than 35% of the Subcontract Price, the
Surety's consent shall be required to increase the penal sum of this Bond in excess of 35% of the
Subcontract Price, such consent not to be unreasonably withheld. The failure to provide the required
notice shall not release Surety from its obligations to the extent of the bond penalty in force prior the
change that required such notice.
Texas Rider 010106