Loading...
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