HomeMy WebLinkAboutContract 61778-FP1FORT WORTH,,)
105437
City Secretary
Contract No. 61778
Date Received 8/8/2025
-FP1
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 Heights at Crowley
City Project No.: 105437
Improvement Type(s): Water 0 Sewer 0
Original Contract Price: $286,399.50
Amount of Approved Change Order(s):-$58,250.00
Revised Contract Amount: $228,149.50
Total Cost of Work Complete: $228,149.50
� � 4� 08/07/2025
,.I
Gambini fA.e7.202511-19:27 CDTI
Contractor Date
Manager
Title
Watermark Commercial Contactors, LLC
Company Name
e' 08/07/2025
Project Inspector
Date
&L "'o 4
Khal Jaafn P.E. (A.e72 517:32: DT)
08/07/2025
Project Manager
Date
Jz�
08/08/2025
CFA Manager
Date
de .7Tu.,,,,_
08/08/2025
Lauren Prieur (Aug 8, 2025 08:37:17 CDT)
TPW Director
Date
op�
08/08/2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name:
City Project No.: 105437
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 60 WD
Work Start Date: 9/3/2024
Completed number of Soil Lab Test: 103
Completed number of Water Test: 5
Days Charged:181 WD
Work Complete Date: 6/24/2025
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name THE HEIGHTS AT CROWLEY
Contract Limits
Project Type WATER & SEWER
City Project Numbers 105437
DOE Number 5437
Estimate Number 1 Payment Number 1 For Period Ending 6/24/2025
WD
City Secretary Contract Number Contract Time 6WD
Contract Date Days Charged to Date 181
Project Manager NA Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors T. GARDNER / C. HORTON
Tuesday, July 15, 2025 Page 1 of 4
City Project Numbers 105437
Contract Name THE HEIGHTS AT CROWLEY
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
Item Description of Items
No.
1 12" WATERLINE LOWERING
2 TRENCH SAFETY
3 20" CASING BY OTHER THAN OPEN CUT
4 DUCTILE IRON WATER FITTINGS W/
RESTRAINT
DOE Number 5437
Estimate Number 1
Payment Number 1
For Period Ending 6/24/2025
Estimated Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
1 EA
$1,500.00
$1,500.00
1
$1,500.00
119 LF
$8.00
$952.00
119
$952.00
105 LF
$150.00
$15,750.00
105
$15,750.00
0.6 TN
$1,250.00
$750.00
0.6
$750.00
5
8" PVC WATER PIPE, SELECT BACKFILL
119 LF
$48.00
$5,712.00
119
$5,712.00
6
1 1/2 WATER SERVICE
1 EA
$1,300.00
$1,300.00
1
$1,300.00
7
2" WATER SERVICE
3 EA
$1,600.00
$4,800.00
3
$4,800.00
8
12" CUT -IN GATE VALVE
3 EA
$3,800.00
$11,400.00
3
$11,400.00
Sub -Total of Previous Unit
$42,164.00
$42,164.00
-------------------
UNIT
H: SANITARY SEWER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
POST -CCTV INSPECTION
1351 LF
$2.00
$2,702.00
1351
$2,702.00
2
MANHOLE VACUUM TESTING
5 EA
$450.00
$2,250.00
5
$2,250.00
3
TRENCH SAFETY (CO#1)
1851 LF
$2.50
$4,627.50
1851
$4,627.50
4
20" CASING BY OTHER OTHER THAN OPEN
151 LF
$150.00
$22,650.00
151
$22,650.00
CUT (CO#1)
5
IMPORTED EMBEDMENT/BACKFIL, CSS
6800 CY
$8.00
$54,400.00
6800
$54,400.00
6
8" SEWER PIPE (CO#1)
1091 LF
$46.00
$50,186.00
1091
$50,186.00
7
8" DIP SEWER PIPE (CO#1)
260 LF
$72.00
$18,720.00
260
$18,720.00
8
EPDXY MANHOLE LINER
630 VF
$15.00
$9,450.00
630
$9,450.00
9
4' MANHOLE
4 EA
$4,800.00
$19,200.00
4
$19,200.00
10
4' DROP MANHOLE
1 EA
$1,800.00
$1,800.00
1
$1,800.00
Sub -Total of Previous Unit
$185,985.50
$185,985.50
Tuesday, July 15, 2025 Page 2 of 4
City Project Numbers 105437
Contract Name THE HEIGHTS AT CROWLEY
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Total Contract Price
DOE Number 5437
Estimate Number 1
Payment Number 1
For Period Ending 6/24/2025
$286,399.50
($58,250.00)
$228,149.50
Total Cost of Work Completed $228,149.50
Less % Retained $0.00
Net Earned $228,149.50
Earned This Period $228,149.50
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
$228,149.50
Tuesday, July 15, 2025 Page 3 of 4
City Project Numbers 105437 DOE Number 5437
Contract Name THE HEIGHTS AT CROWLEY Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 6/24/2025
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors T. GARDNER / C. HORTON Contract Date
Contractor CONATSER CONSTRUCTION TxLP Contract Time 60 WD
5327 WICHITA ST Days Charged to Date 181 WD
FORT WORTH, TX 76119 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 $228,149.50
Less % Retained $0.00
Net Earned $228,149.50
Earned This Period $228,149.50
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
$228,149.50
Tuesday, July 15, 2025 Page 4 of 4
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME:
The Heiqhts of Crowley CHANGE
CONTRACT:
The Construction of Water, Sewer, Drainaqe, Pavinq and Street Lights ORDER No:
CFA#
CFA24-0098 I CITY PARTICIPATION: NO
CITY PROJECT #
105437
CITY SECRETARY CONTRACT #
61778
FID #
30114-02-00431-105437-e07685
SEWER PROJECT #
X-28101
FILE #
W-3033
INSPECTOR: Jesse Cervantes Phone No: 817-392-2222 RECEIVED
PROJECT MANAGER: Khal Jafaari Phone No: 817-392-7872 By Khal Jaafari at 11:51 pm, May 18, 2025
CONTRACT UNIT
WATER
SEWER
DRAINAGE PAVING
STREET LIGHTS
CONTRACT
Developer
Developer
Developer i Developer
Developer =;,
DAYS
Cost City Cost
Cost city Gost
cost City Cost I Cost __city Cost
Cost City Cost
ORIGINAL CONTRACT
$42,164.00 $0.00
$244A35.50
$15,821.00 50.00, $91,150.98 $0.00
$36,940.00 $0.00
60
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
60
AMOUNT OF PROP. CHANGE ORDER
($58,250.00)
0
REVISED CONTRACT AMOUNT
$42,164.00 $0.00
$186,985.50 $0.00
$15,821.00 $0.00 $91,150.98 $0.00
$36,940.00 $0.00
60
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
$42,164.00
$185.985.50
$15,821.00 $91,150.98
$36,940.00
REVISED COST SHARE
Dev. Cost:
$372,061.48
City Cost:
$0.00
TOTAL REVISED CONTRACT
$372,061.48
Revised: 12-17-2018 Page 1
.... ......:. .
You are directed to make the foliowirlh'C,.•�p(i198'�p•. fiticont -act documents:
CITY BID ITEM
i
PAY.ITEM # •"
#
QUANTITY
UNIT
ITEM DESCRIPTION _
UNIT PRICE
I TOTAL
i Unk,ll: Senita�'Sewer irimprovements
—F
-
1
305,0.109.
3 .. (
.500
_ ,LF -^ .,.
-...._ TrenchSefety"-- _
$2.50
$1,250.00
330,1103
4
.410
LF
20"'Casiri9 8y Other Then Open Cut_
$150.00
_.-$46,500.90
L _ 3331.4.116
6
5o0
LF . . ... .. .......
_ dd
-._ - ..--8_:Sewer Pipe a .
�,,. $46.00 :
$23,00.0.00 .. .
;a 3331A119-_
:` _.-- 7 I
-500...
_lF__ ... ..:.-_-_..._.,. .. _ .
,: - 8" DIP Sewer Pipe
� $72.00
-$36-,000,30
:i
_- -
�r -
_
TOTAL...:
-$5t},250.00.
Asterisk (1) indicates New Pay Item
REASONS FOR CHANGE ORDER Portion of sewer line between Sta 4+95.32-Sta 9+95.32 now being constrcutred by open cut Instead of bore per agreement between owners and contractor,,
Changes correspond to Revision No,.1 shown on sheets 10 & 11 ofthe constnlctlon plans.
Revised: 12-17-2018 Page 2
RECOMMENDED: APPROVED:
BGE Inc. TX Crowley 20.2.3,LLTD
By: 8y: 14, 1
Name: a ier D. Jar Ila, P.E. Name: Adrian Iglesias
Title: irector Title: Authorized Representative
APPROVAL RECOMMENDED:
CFW - Sponsoring Department
By:
Name: N/A
Title:
RECOMMENDED:
CFW - *Contract Compliance Manager
By:
Name: NIA
Title:
M&C Number: NIA
M&C Date Approved: N/A
APPROVED:
CFW - Assistant City Manager
By.
Name: NIA
Title:
RECEIVED
By Khal Jaafari at 11:51 pm, May 18, 2025
APPROVED:
Watermark me la/ Contra t rs, LLC
V
By.
Name. John Gambini
Title: Owner
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By.
Name: N/A
Title:
ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
N/A ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary (] There are NO City Funds associated with this Contract
El There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORT WORTH,
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: The Heights at Crowley
CITY PROJECT NUMBER: 105437
WATER
PIPE LAID SIZE TYPE OF PIPE
OPEN CUT 8" PVC
FIRE HYDRANTS: N/A
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
PIPE LAID
OPEN CUT
BORE
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
LF
119 LF
VALVES (16" OR LARGER) N/A
SIZE TYPE OF PIPE LF
YES ALL PASSED
2" COPPER 3 EA
SEWER
SIZE TYPE OF PIPE LF
8" PVC 1,091 LF
8" DIP 260 LF
SIZE
N/A
TYPE OF PIPE
YES ALL PASSED
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
LF
FORTWORTH.
M,
TRANSPORTATION AND PUBLIC WORKS
July 14, 2025
Watermark Commercial Contractors, LLC
2530 West Fitzhugh Rd
Dripping Springs, TX 78620
RE: Acceptance Letter
Project Name: The Heights at Crowley
Project Type: Water, Sanitary Sewer, Drainage, Street Lights, and Paving
City Project No.: 105437
To Whom It May Concern:
On July 1, 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 July 14, 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 July 14, 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-
392-7872.
Sincerely,
Khal Jaafari, Project Manager
Cc: Cody Horton, Inspector
Troy Gardner, Inspection Supervisor
Emanuel Nieto, Senior Inspector
Andrew Goodman, Program Manager
BGE, Inc., Consultant
Watermark Commercial Contractors, LLC, Contractor
Generation Housing Partners, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF HAYS
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared John Gambini,
Owner of Watermark Commercial Contractors, LLC, 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; Heights at Crowley at 7500 Crowley
Rd, Fort Worth, TX 76134 - Public Water and Sewer
Contract Description
BY?_Q �L
Name or Title
Subscribed and sworn before me on this date Day of Month, Year.
30+44 of Zoly Zoe;,-'
Notary Public
County, State
ANDREA TERRELL
:
; Notary Public, State of Texas
�c Comm. Expires 07.25-2028
1'111111011111.1%%Notary ID 135008863
CONSENT OF SURETY
TO FINAL PAYMENT
AL4 Document G707
Bond No. S7A2S00004272
TO OWNER:
(Name and addrtNNJ
City of Fort Worth, Texas
200 Texas Street
Fort Worth. TX 76102
PROJECT:
(Name and mklrmu
The Heights at Crowley
Water, Sanitary Sewer, Drainage, Street Lights and Paving
City Project No.: 105437
OWNER Si
ARCHITECT
CONTRACTOR
SURT:TY IRl
OTHFR ❑
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: The Heights at Crowley
The Construction of community facilities
in the City of Fort Worth, TX
CONTRACT DATED: August 6, 2024
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated ahove, the
/irr,K•r7 rrallrY earl (1r.1(I)k'\'f uf.1j[rY•1T1
American Alternative Insurance Corporation
555 College Road East - P.O. Box 5241
Princeton, NJ 08543
SURETY,
on bond of
fhLwrt warm, and mklrex, of Confrrlclor )
Watermark Commercial Contractors, LLC
2530 West Fitzhugh Rd.
Dripping Springs, TX 78620
, CONTRACTOR,
herehy 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
(livery narru•aud rukfrem of Otem r)
City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
, OWNER,
asset forth in said Surety's lord.
IN WIT4NF.SS WHFRF,OF, the Surety has hereunto set its hand on this clatc: August 6, 2025
fltawn irr uwting rbe motob jollou cad b,- My Lunn ric elate (rod ttarr.)
American Alternative Insurance Corporation
,rt•1,'
fJ{q+raltnt•rrfurulrrrrrzrrl rrpn�•ufutrr'i'J -_ _ _ _ - . -
Attuec rdd
(Seam: Debra Robinso , Witness Neira Hernandez. Attorney -in -Fact = 4
ff3-r7rtedur«ne«orlNdeJ — __ _ - -
CAUTION: You should sign an original AIA document that has this caution pri�tsd in red. An.
i l original assures that changes will not be obscured as may occur when documents ar_reprodpce,d.
See Instruction Sheet for Limited License for Reproduction of this document.
AIA DOCUMEW G707 • CONSENTOF suRFtY T'O FINAL PAYMFN I* • 1944 EDITION • ' AlA
V 1991 • TTfF AMERICAN INS-nTI.7rF OF ARCF{ITF.CN, 1735 NEW YORK AVENUE, NW. V Asli-
tNGTON. D.C. 20taxr5292 • WARMINIG: Unlicensed photocopying violates U.S. copy- G707--1994
right laws and will subieet the vlotalor to legal prosecution.
CERTIFIED COPY POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the
laws of the State of Delaware ("Corporation') with offices at 555 College Road East, Princeton, N.J. 08543. has made, constituted and appointed, and by these presents,
does make, constitute and appoint:
Russ Frenzel; Brady K. Cox; William D. Baldwin; Brent Baldwin; Michael B. bill; Keith Rogers; Sam Freirsich;
Brock Anglin; Cindy Alford; Yamlllec Ramos; Neira Hernandez; Katherine Vaniklotis; and Kristi Dale
its true and lawful Attomeys-in-Fact, at Princeton, in the State of New Jersey. each of them alone to have full power to act without the other or others, to make, execute and
deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and ail purposes, also to execute and deliver an its behalf as aforesaid renewals, extensions,
agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall
obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars fS100.000.000),
Such bonds and undertakings for said purposes, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed
by the President of said Company under its corporate seal attested by its Secretary.
This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th
day of August. 1975. a copy of which appears below.
IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed
by its duly authorized officers this 241 day of September, 2021.
N,l1111111i N1111II��
;-a:•. SEAL.-_
Michael G. Kerner
President
1923
Attest:
Ignacio Rivera
Deputy General Counsel & Secretary
STATE OF NEW JERSEY, COUNTY OF SOMERSET
The foregoing instrument was acknowledged before me by means of online notarization this 241" day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are
personally known to me.
,alp —
.c��, h
' JI n SanRtippo rotary Pu €c +
S to of New J y I
My Commission Expires February 8, 2026
SECRETARY'S CERTIFICATE
The undersigned. Ignacio Rivera, hereby certifies:
1. That the undersigned is Secretary of Amencan Alternative Insurance Corlurrrtion, a corporation of the State of Delaware;
2. That the original power of allomey of -which the foregoing is a copy was duty executed on behalf of said Corporation on the day of its date, and has not since been
revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original powcr of attorney, and that the saute is a true and correct
copy of said original power of attorney and of the whole thereof,
3. That the original resolution of which the tollowing is a copy was duty adopted at, and recorded in the minutes of, u regular meeting ofthe Board of
Directors of said Corporation duly held on .August 4, 199& and has not since been revoked, amended or modified.
RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents,
and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or
attorneys -in -fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent
or agents or attorney or attorneys -in -fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety
bonds, surety undertakings or surety contracts made by this Corporation as surety thereon.
RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of
attorney and revocation of any power of attomcy or certificate of either given for the execution of any surety bond, surety undertaking, or surety
contract, such signature and scat, when so used being hereby adopted by the Corporation as the original signature of such officer and the original
seal of the Corporation, to he valid and binding upon the Corporation with the same force and effect as though manually affixed.
FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved.
FURTHER RESOLVED. that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom
such certification and delivery may be deemed necessary and desirable in the opinion ofsuch Secretary or Assistant Secretary, a true copy of the foregoing
resolution.
4. The undersigned has compared the tbregoing copies of said original resolutions as so recorded, and they are the same true and correct copies of said
original resolutions as so recorded and of the whole thereof
Witness the hand of the undersigned and the .eal of said Corporation this 6th day of August
4,lµltllllllrrll�Il ^ _
�t4vE�NSUq�` a Al<1k R1CAiV ALTERNATIVE INSURANCE CO[2P0 ]rtHPx _ w - -
�3��ot:Portarf•
?a. SEAL: 4= i titb.a,<�7Y 1406F0t1 r —
Ignacio Rivera —
Deputy Genera€ Counsel & Secretary T rf�Qi