HomeMy WebLinkAboutContract 61791-FP2—FP2
City Secretary 61791
Contract No.
FORT WORTH,
Date Received 06/25/2025
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: Carter Park East Drinkpak
City Project No.: 105311
Improvement Type(s): ❑x Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
CG�� WaGlreY 06/24/2025
Clav Walker (Jun 24. 2025 15:10 CDT
Contractor Date
Superintendent
Title
The Conlan Company
Company Name
Troy Gardhev
06/24/2025
Project Inspector
Date
z
06/25/2025
Project Manager
Date
c0Av4W.W
06/25/2025
CFA Manager
Date
06/25/2025
Lauren Prieur (Jun 25, 20251232 CDT
TPW Director
Date
Cvl�
06/25/2025
$267,300.57
$29,169.00
$296,469.57
$296,469.57
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Asst. City Manager
Date
Notice of Project Completion
Project Name: Carter Park East Drinkpak
City Project No.: 105311
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: 65 WD
Work Start Date: 11/18/2024
Completed number of Soil Lab Test: 54
Completed number of Water Test: 0
Days Charged: 100 WD
Work Complete Date: 5/19/2025
Comments: Revised copy submitted due to the correction of the final numbers on the cover page.
Page 2 of 2
FO TWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name CARTER PARK EAST DRI
Contract Limits
Project Type PAVING
City Project Numbers 105311
DOE Number 5311
Estimate Number 1 Payment Number 1 For Period Ending 5/19/2025
WD
City Secretary Contract Number Contract Time 6WD
Contract Date Days Charged to Date 100
Project Manager NA Contract is 100.00 Complete
Contractor THE CONLAN COMPANY
1501 LBJ FREEWAY STE 550
FARMERS BRANCH, TX 75234
Inspectors T. GARDNER / J. CERVANTES
Wednesday, May 28, 2025 Page 1 of 5
City Project Numbers 105311
Contract Name CARTER PARK EAST DRI
Contract Limits
Project Type PAVING
Project Funding
UNIT IV: PAVING IMPROVEMENTS
DOE Number 5311
Estimate Number I
Payment Number I
For Period Ending 5/19/2025
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
CONSTRUCTION STAKING
S
$0.01
$0.01
1
$0.01
2
REMOVE SIDEWALK
4730 SF
$2.00
$9,460.00
4730
$9,460.00
3
REMOVE CONC CURB & GUTTER
385 LF
$22.00
$8,470.00
385
$8,470.00
4
6" FLEXIBLE BASE, TYPE A, GR-1 (CO#1)
508 SY
$8.50
$4,318.00
508
$4,318.00
5
10" CONC PVMT (4,000 PSI) (CO#1)
0 SY
$105.84
$0.00
0
$0.00
6
4" CONC SIDEWALK
7010 SF
$6.08
$42,620.80
7010
$42,620.80
7
8" CONCRETE DRIVEWAY
4136 SF
$11.06
$45,744.16
4136
$45,744.16
8
BARRIER FREE RAMP, TYPE P-1
3 EA
$0.01
$0.03
3
$0.03
9
BARRIER FREE RAMP, TYPE P-2
1 EA
$0.01
$0.01
1
$0.01
10
8" SLD PVMT MARKINGS HAS (W)
165 LF
$14.00
$2,310.00
165
$2,310.00
11
LANE LEGEND ARROW
3 EA
$200.00
$600.00
3
$600.00
12
LANE LEGEND ARROW
3 EA
$200.00
$600.00
3
$600.00
13
TOPSOIL
62 CY
$0.01
$0.62
62
$0.62
14
BLOCK SOD PLACEMENT
369 SY
$0.01
$3.69
369
$3.69
15
TRAFFICE CONTROL
3 MO
$5,000.00
$15,000.00
3
$15,000.00
16
TYPE II- CR 4"
9 EA
$0.01
$0.09
9
$0.09
17
8" FEXIBLE BASE, TYPE A, GR-1 (CO#1)
505 SY
$45.89
$23,174.45
505
$23,174.45
18
10" CONC PVMT (4,500 PSI) (CO#1)
456 SY
$118.98
$54,254.88
456
$54,254.88
19
SPECIFIED REMOBILIZTION (CO#1)
1 EA
$49,523.71
$49,523.71
1
$49,523.71
-------------
Sub -Total of Previous Unit
$256,080.45
$256,080.45
UNIT V: STREET LIGHTING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
2" CONDT PVC SCH 80 (T)
235 LF
$83.17
$19,544.95
235
$19,544.95
2
2" CONDT PVC SCH 80, BORE
200 LF
$0.01
$2.00
200
$2.00
3
2' CONDTRM (RISER)
10 LF
$78.16
$781.60
10
$781.60
4
EXPLORATORY EXCAVATION OF EXISTING
5 EA
$0.01
$0.05
5
$0.05
UTILITIES
5 NO 2 INSULATED ELEC CONDR
6 GROUND BOX TYPE B
325 LF $24.44 $7,943.00
1 EA $2,101.12 $2,101.12
325 $7,943.00
1 $2,101.12
Wednesday, May 28, 2025 Page 2 of 5
City Project Numbers 105311 DOE Number 5311
Contract Name CARTER PARK EAST DRI Estimate Number I
Contract Limits Payment Number I
Project Type STREET LIGHTING For Period Ending 5/19/2025
Project Funding
7 GROUND BOX TYPE B, W/ APRON
6 EA
$1,050.56
$6,303.36
6
$6,303.36
8 REMOVE GROUND BOX
2 EA
$350.00
$700.00
2
$700.00
9 RDWY MUM FOUNDATION TY 3,5,6,AND 8
2 EA
$0.01
$0.02
2
$0.02
10 RELOCATE STREET LIGHT POLE
2 EA
$1,500.00
$3,000.00
2
$3,000.00
11 REMOVE STREET LIGHT FOUNDATION
2 EA
$0.01
$0.02
2
$0.02
12 REMOVE NO2 WIRING
1300 LF
$0.01
$13.00
1300
$13.00
Sub -Total of Previous Unit
$40,389.12
$40,389.12
Wednesday, May 28, 2025 Page 3 of 5
City Project Numbers 105311
Contract Name CARTER PARK EAST DRI
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 5311
Estimate Number 1
Payment Number I
For Period Ending 5/19/2025
$267,300.57
$29,169.00
$296,469.57
Total Cost of Work Completed $296,469.57
Less % Retained $0.00
Net Earned $296,469.57
Earned This Period $296,469.57
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
$296,469.57
Wednesday, May 28, 2025 Page 4 of 5
City Project Numbers 105311
Contract Name CARTER PARK EAST DRI
Contract Limits
Project Type STREET LIGHTING
Project Funding
Project Manager NA
Inspectors T. GARDNER / J. CERVANTES
Contractor THE CONLAN COMPANY
1501 LBJ FREEWAY STE 550
FARMERS BRANCH, TX 75234
DOE Number 5311
Estimate Number 1
Payment Number I
For Period Ending 5/19/2025
City Secretary Contract Number
Contract Date
Contract Time 65 WD
Days Charged to Date 100 WD
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 $296,469.57
Less % Retained $0.00
Net Earned $296,469.57
Earned This Period $296,469.57
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
$296,469.57
Wednesday, May 28, 2025 Page 5 of 5
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
FID #
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
CARTER PARK EAST DRINKPAK
WATER, PAVING, & STREET LIGHTS
CFA24-0056 I CITY PARTICIPATION
105311
30114-0200431-10531l-E07685
K-3230
I•►n
Jesse Cervantes Phone No: (817) 392-8306
Debbie Willhelm Phone No: (817) 392-2481
CONTRACT UNIT
WATER SEWER I PAVING
CHANGE
ORDER No:
1
REVIEWED
By Debbie J. Willhelm at 8:47 am, Jan 13, 2025
DRAINAGE STREET LIGHTS
Cost
City Cost
Cost
City Cost
I Cost
City Cost
Cost
ORIGINAL CONTRACT
$7,055.01
$0.00
$0.00
$0.00
I $226,911.45
$0.00
$0.00
EXTRAS TO DATE
$0.00
$0.00
$0.00
$0.00
I $0.00
$0.00
$0.00
CREDITS TO DATE
$0.00
$0.00
$0.00
$0.00
I $0.00
$0.00
$0.00
CONTRACT TO DATE
$7,055.01
$0.00
$0.00
$0.00
I $226,911.45
$0.00
$0.00
AMOUNT OF PROP. CHANGE ORDER
I $ 29,169.00
REVISED CONTRACT AMOUNT
$7,055.01
$0.00
$0.00
$0.00
I $256,080.45
$0.00
$0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$7,055.01
$0.00
$256,080.45
REVISED COST SHARE
Dev. Cost:
$303,524.58
City Cost:
TOTAL REVISED CONTRACT
$303,524.58
ueveioper
City Cost Cost City Cost
$0.00 $40,389.12 $0.00
$0.00 $0.00 $0.00
$0.00 $0.00 $0.00
$0.00 $40,389.12 $0.00
$0.00 $40,389.12 $0.00
00 $40,389.12
$0.00
CONTRACT
DAYS
65
0
0
65
0
65
Revised: 10-12-2011 Page 1
You are directed to make the following changes in the contract documents
CITY BI#D ITEM
PAY ITEM #
I
QUANTITY
UNIT ITEM DESCRIPTION
UNIT PRICE
TOTAL
UNIT IV: PAVING IMPROVEMENTS
4
3211.0112
-5826
SY 6" Flexible Base, Type A, GR-1
$ 8.50
$
(49,521.00)
5
3213.0105
-456
SY 10" Conc Pvmt 14,000 PSI)
$ 105.84
$
(48,263.04)
NEW
3211.0113
505
SY 8" Flexible Base, Type A, GR-1
$ 45.89
$
23,174.45
NEW
3213.0105
456
SY 10" Conc Pvmt (4,500 PSI)
$ 118.98
$
54,254.88
NEW
0170.0101
1
EA Specified Remobilization
$49,523.71
$
49,523.71
TOTAL UNIT IV: PAVING IMPROVEMENTS
$
29,169.00
REASONS FOR CHANGE ORDER
Plan revision to
clarify pavement and subgrade design. Bid Item 4(6"Flexible Base, Type A, GR-1) quantity was updated to reconcile the orginal bid. 508 SY of
6" Flexible Base, Type A, GR-1 to be used under the driveways. Changes correspond to Plan Revision 1 as shown on
Sheets C-06 & C-07 of the
construction
plans.
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:
Kimley-Horn and Associates, Inc.
By:
Name: C rewer, P.E.
Title: Vice President
APPROVED:
Carter Park East BTS 2, L.L.C.
a Delaware LLC
By: Carter East Investor, L.L.C.,
a Delaware LLC its managing
By:
Name: Matthew E. Colter
Title: Vice President
APPROVED:
The Conlan Company
By:
Name: Justin min
Title: Vice President
Revised: 10-12-2011 Page 2
FORTWORTH.
M,
TRANSPORTATION AND PUBLIC WORKS
May 27, 2025
The Conlan Company
1501 LBJ Freeway Suite 450
Farmers Branch, TX 75234
RE: Acceptance Letter
Project Name: Carter Park East Drinkpak
Project Type: Water, Paving and Street Lights
City Project No.: 105311
To Whom It May Concern:
On May 22, 2025 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 May 27, 2025. 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 May 27, 2025, 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 817-
392-6251.
Sincerely, ¢.'�
C�i� /� _04,�
Andrew Goodman, Project Manager
Cc: Jesse Cervantes, Inspector
Troy Gardner, Inspection Supervisor
Ariel Duarte, Senior Inspector
Andrew Goodman, Program Manager
Kimbley Horn, Consultant
The Conlan Company, Contractor
Matthew Colter, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF Texas
COUNTY OF Dallas
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Justin Swaim, Sr.
Vice President Of The Conlan Company, 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;
Carter Park East Land, LLC c/o Clarion Partners
BY
stin Swaam, Sr. Vice President
Subscribed and sworn before me on this date 18th of June, 2025.
AV h' 'n' " t , 1 R�Sa�n
Notary Public
Dallas, Texas
!r
NglF O F �;��•:
�c ''•.�32556.• �� \��
0 7j O 100\\\
CONSENT OF SURETY
TO FINAL PAYMENT
,ALA Document G707
.Bnnd_ptn im9nizzg
TO OWNER
(Name and ad,1n,&)
Carter Park East BTS 2, L.L.C. and City of Fort Worth, TX
2323 Victory Avenue, Suite 1500
Dallas, TX 75219
PROJECT:
(Name and addra-xi)
OXVNNF.R
❑
ARCHITF.CT
D
CONTRACTOR
❑
SURETY
S)
OTHER
❑
ARCHITECT'S PROJECT NO.:
CFAAgreement #24-0056 designated as Water,
CONTRACT FOR: Pavinpen j itreeb-j P in� I�rcWvem nts to serve
Carte a ast n pa ak Grove Road, Fort
Worth, TX 76140
CONTRACT DATED:
CFAAgreement #24-0056 designated as Water, Paving and Street Lighting Improvements to serve Carter Park
East Drinkpak, 777 Oak Grove Road, Fort Worth, TX 76140
In accordance with the provisions of the Contract between die Owner and the Contractor as indicated above, the
Ansel i2ame and addrtax ofSar qjq
Continental Casualty Company
151 N. Franklin Street
Chicago, IL 60606
. SURFTY,
on bond of
(Incen rrameand address ojCa,rractur)
The Conlan Company
1501 LBJ Freeway, Suite 450
Farmers Branch, TX 75234
, CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of
any of its obligations to
ffi)w 7 name and addmv of Oa ner)
Carter Park East BTS 2, L.L.C. and City of Fort Worth, TX
2323 Victory Avenue, Suite 1500
Dallas, TX 75219
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: J u ne 18, 2025
(Itmil in uv*f,{q rbe wontb fol oaad fit the nwnerk draeawl jwar,)
Continental Casualtv Comoanv
cor+aoAAr,$:- o� () - -
Z
OSEAL ( ,a rrofamborfazamr
(seal): � talAW)
Arrest: r� Brittany L. Manna, Attorney -in -Fact
,
Deborah B. Sasser (r,»,rNd,ra:nea„dNtle)
, OWNER,
G707--1994
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know AD Lien By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an
Illinois insurance company, and American Casualty Company of Reading, Pennsylvania., a Petmsyhwiia inswance company (herein called "the CNA Companies, am
duty organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures
and seals herein affixed hereby make, constitute and appoint
Brittany L. Manna , Individually
of Alpharetta, GA their true and lawful Attomiey(s)-m-Fact with fiill power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instnmients of similar nature
- In Unlimited Amounts -
Surety Bond No: 30220532
P,indpal: The Conlan Company
Obligee: Carter Park Fast BTS 2, L.L.C. and City of Fort Worth, TX
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of
said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed below, duly adopted, as indicated, by the
Boards of Directors of the insurance companies.
In Witness IvVhereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this
9th day of January, 2024.
CASUq� ya�q y Continental Casualty Company
National Fire Insurance Company of Hartford
cAAPORArt .rcMr�o a American Casualty Company of Pennsylvania
0 Sty i
C(.
toot Larry Kasten Vice President
State of South Dakota, County of Minnehaha, ss:
On this 9th day of January, 2024, before me personally came Larry Kasten to me known, who, being by me duly sworn, did depose and say: that he resides in the
City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance
Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and
which executed the above instrument; that he knows the seals of said insurance companies: that the seals affixed to the said instrument are such corporate seals; that
they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,
and acknowledges same to be the act and deed of said insurance companies.
My commission expires M. BENT
avuray ruSLrc!•"
March 2, 2026 : OAKOI,, M. Bent Notary Public
CERTIFICATE
I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insuratice Company of Hartford, an Illinois
insurance company, and American Casualty Company of Reading. Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney
herein above set forth is still in force, and fiuther certify that the By -Laws and Resolutions of the Board of Directors of the insurance companies printed below are still
in force In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 18th day of June 2025 .
caSu ter tM P a Continental Casualty Company
16, National Fire Insurance Company of Hartford
cPt+OKAre 4 ..ttR►a+4r�o a American Casualty Company of Reading, Pennsylvania
Z $ mar a,
Qu SFJ�L � �xt
D. Johnson' Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF EACH OF CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA (as defined above, the "CNA Companies'):
This Power of Attorney is made and executed pursuant to and by authority of the following resolution dully adopted by the Board of Directors of each of the above CNA
Companies at a meeting held on May 12, 1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the
Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be
provided in writing by the Senior or Group Vice President to the Secretary of the Company poor to such execution becoming effective"
This Power of Attorney is signed by Larry Kasten Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on
behalf of each of the CNA Companies.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of each of the above
Companies by unammous written consent dated the 25* day of April, 2012:
"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers') to execute
various policies, bonds, undertakings and other obligatory instruments of like nature; and
Whereas. from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or
otherwise in an electronic format (collectively, "Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer
shall be valid and binding on the Company."
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the
following Resolution adopted by the Board of Directors of each of the above CNA Companies by unanimous written consent dated the 27th day of Apnl, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify
and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.cnasuretv.com > Owner I Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F6853-WO23