Loading...
HomeMy WebLinkAboutContract 61778-FP2FORT WORTH -FP2 City Secretary Contract No. 61778 Date Received 8/14/2025 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: The Heights at Crowley City Project No.: 105437 Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $143,911.98 Amount of Approved Change Order(s): $0.00 Revised Contract Amount: $0.00 Total Cost of Work Complete: $143,911.98 �a 07/30/2025 Contractor Date Manager Title Watermark Commercial Contactors, LLC Company Name 08/07/2025 Project Inspector Date xti,,0, n,�,�, 25 2 08/11/2025 Project Manager Date 08/14/2025 CFA Manager Date 08/14/2025 TPW Director Date C--Pv 08/14/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: The Heights at Crowley City Project No.: 105437 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 60 WD Days Charged:181 WD Work Start Date: 9/3/2024 Work Complete Date: 6/24/2025 Completed number of Soil Lab Test: 103 Completed number of Water Test: 5 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE HEIGHTS AT CROWLEY Contract Limits Project Type DRAINAGE 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 DOE Number 5437 Contract Name THE HEIGHTS AT CROWLEY Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 6/24/2025 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH 57 LF $15.00 $855.00 57 $855.00 2 27' RCP, CLASS III 47 LF $58.00 $2,726.00 47 $2,726.00 3 30" RCP, CLASS III 10 LF $64.00 $640.00 10 $640.00 4 10" REXESSED INLET 2 EA $5,800.00 $11,600.00 2 $11,600.00 Sub -Total of Previous Unit $15,821.00 $15,821.00 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONCRETE DRIVE 504 SF $2.50 $1,260.00 504 $1,260.00 2 REMOVE CONC CURB & GUTTER 177 LF $15.00 $2,655.00 177 $2,655.00 3 REMOVE 10' CURB INLET 2 EA $1,500.00 $3,000.00 2 $3,000.00 4 SWPPP> 1 ACRE 1 LS $4,500.00 $4,500.00 1 $4,500.00 5 4" CONC SIDEWALK, ADJACENT TO CURB 2723 SF $6.25 $17,018.75 2723 $17,018.75 6 6" CONCRETE DRIVEWAY 1513 SF $5.95 $9,002.35 1513 $9,002.35 7 BARRIER FREE RAMP, TYPE P-2 4 EA $9,039.47 $36,157.88 4 $36,157.88 8 6" CONC CURB AND GUTTER 60 LF $105.00 $6,300.00 60 $6,300.00 9 BLOCK SOD PLACEMENT 478 SY $11.50 $5,497.00 478 $5,497.00 10 IMPORTED EMBEDMENT/BACKFILL, 160 CY $36.00 $5,760.00 160 $5,760.00 ACCEPTABLE Sub -Total of Previous Unit $91,150.98 $91,150.98 UNIT V: STREET LIGHTING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 LED LIGHTING FIXTURE 4 EA S1,500.00 $6,000.00 4 $6,000.00 2 TRIPLEX ALUM ELEC CONDUCTOR 948 LF $30.00 $28,440.00 948 $28,440.00 3 RELOCATE STREET LIGHT POLE 1 EA $2,500.00 $2,500.00 1 $2,500.00 Sub -Total of Previous Unit $36,940.00 $36,940.00 Tuesday, July 15, 2025 Page 2 of 4 City Project Numbers 105437 Contract Name THE HEIGHTS AT CROWLEY Contract Limits Project Type STREETLIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Total Contract Price DOE Number 5437 Estimate Number 1 Payment Number 1 For Period Ending 6/24/2025 $143,911.98 $143,911.98 Total Cost of Work Completed $143,911.98 Less % Retained $0.00 Net Earned $143,911.98 Earned This Period $143,911.98 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 $143,911.98 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 STREETLIGHTS 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 $143,911.98 Less % Retained $0.00 Net Earned $143,911.98 Earned This Period $143,911.98 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 $143,911.98 Tuesday, July 15, 2025 Page 4 of 4 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, Kh,[J,,t,Yl>F:A,J& l_fJS J3. 1[/) DT; T 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