Loading...
HomeMy WebLinkAboutContract 48429-FP3 FORTWORTH. CITY SECRETARY CONTRACT NO. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project Ns: 100454 CICR Sem/few Ovie df*s/8-1zY Regarding contract 100454 for WALSH RANCH QUAIL VALLEY PHASE 1C as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. I m Original Contract Price: $1,901,331.00 Amount of Approved Change Orders: t r $65,908.00 NO 1,2,3 aNi I 1 0 r= Revised Contract Amount: Z ❑ a E, $1,967,239.00 7a a Total Cost Work Completed: $1,967,239.00 N 0 > c ° w U � 3 c Cc opo +, V M C 0 rr d o IL t— dd � drne1a o �►- � E — c r o Rm rnc � +rN _ M � a' � aic� was m gc , rnO - v E �, M o � 0 c da d w ya 0 NOLL � _ ami ❑ vat ❑ vc9t— v U 11 Recomme ceptance Date Asst. Direct - Development Services ' Accepted r y Date Director, TRANSPORTATION & PUBLIC WORKS � 1 Ass . Cit Manager Date Comments: OFFICIAL RECOR'- �'�� CITY SECRETARY FT.WORTH,TX Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH QUAIL VALLEY PHASE 1 C Contract Limits Project Type PAVING&ST LIGHTS City Project Numbers 100454 DOE Number 0454 Estimate Number 1 Payment Number 1 For Period Ending 8/29/2018 CD City Secretary Contract Number 2100454 Contract Time 200;D Contract Date 1/18/2018 Days Charged to Date 206 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RUFFIN / LIPKA Wednesday,August 29,2018 Page 1 of 4 City Project Numbers 100454 DOE Number 0454 Contract Name WALSH RANCH QUAIL VALLEY PHASE IC Estimate Number 1 Contract Limits Payment Number I Project Type PAVING&ST LIGHTS For Period Ending 8/29/2018 Project Funding UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 3.213.0302 CONC SIDEWALK CO#2 32247 SF $4.00 $128,988.00 32247 $128,988.00 2 3213.0506 BARRIER FREE RAMP TYPE P-1 CO#2 82 EA $1,200.00 $98,400.00 82 $98,400.00 3 9999.0001 BARRIER FREE RAMP DETAL'A' 51 EA $1,500.00 $76,500.00 51 $76,500.00 4 3213.0509 BARRIER FREE RAMP TYPE C-2 12 EA $1,500.00 $18,000.00 12 $18,000.00 5 3213.0510 BARRIER FREE RAMP TYPE C-3 1 EA $1,500.00 $1,500.00 1 $1,500.00 6 3213.0504 BARRIER FREE RAMP TYPE M-2 15 EA $1,500.00 $22,500.00 15 $22,500.00 CO#2 7 3216.0101 6"CONC CURB AND GUTTER CO#3 5 LF $30.00 $150.00 5 $150.00 Sub-Total of Previous Unit $346,038.00 $346,038.00 UNIT V:STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 3441.1501 GROUND BOX TYPE B CO#1 19 EA $750.00 $14,250.00 19 $14,250.00 2 3441.3404 2-2-2-4 QUADPLEX ALUM ELEC 26365 LF $3.00 $79,095.00 26365 $79,095.00 CONDUCTOR CO#1 3 2605.3015 2"COND PVC SCH 90(T)CO#ICO#3 22777 LF $8.00 $182,216.00 22777 $182,216.00 4 3441.1772 FURNISH/INSTALL 240-480 VOLT 4 EA $7,500.00 $30,000.00 4 $30,000.00 SINGLE PHASE TRANSOCKET METERED P 5 3441.3004 RDWY ILLU ASSMBLY SPECIAL 151 EA $5,000.00 $755,000.00 151 $755,000.00 6 3441.3201 LED LIGHTING FIXTURE 151 EA $2,000.00 $302,000.00 151 $302,000.00 7 3441.3303 RDWY ILLUM FOUNDATION TY 7 151 EA $1,000.00 $151,000.00 151 $151,000.00 8 2605.3016 2"COND PVC SCH 80(B)CO#1 3588 LF $30.00 $107,640.00 3588 $107,640.00 Sub-Total of Previous Unit $1,621,201.00 $1,621,201.00 Wednesday,August 29,2018 Page 2 of 4 City Project Numbers 100454 DOE Number 0454 Contract Name WALSH RANCH QUAIL VALLEY PHASE IC Estimate Number I Contract Limits Payment Number 1 Project Type PAVING&ST LIGHT For Period Ending 8/29/2018 Project Funding Contract Information Summal y Original Contract Amount $1,901,331.00 Chante Orders Change Order Number 1 ($7,978.00) Change Order Number 2 $10,600.00 Change Order Number 3 $63,286.00 Total Contract Price $1,967,239.00 cc Total Cost of Work Completed $1,967,239.00 Date D O Less %Retained $0.00 for Net Earned $1,967,239.00 Vvy �,� Earned This Period $1,967,239.00 Date Ins p c o S erv' or Retainage This Period $0.00 Less Liquidated Damages Date Days @ /Day $0.00 Projec a p� LessPavement Deficiency $0.00 Date Less Penalty $0.00 Ast.D Y Less Previous Payment $0.00 D to /Z► p Plus Material on Hand Less 15% $0.00 Director/ ontracting Department Balance Due This Payment $1,967,239.00 Wednesday,August 29,2018 Page 3 of 4 City Project Numbers 100454 DOE Number 0454 Contract Name WALSH RANCH QUAIL VALLEY PHASE 1C Estimate Number I Contract Limits Payment Number I Project Type PAVING&ST LIGHT For Period Ending 8/29/2018 Project Funding Project Manager NA City Secretary Contract Number 2100454 Inspectors RUFFIN / LIPKA Contract Date 1/18/2018 Contractor CONATSER CONSTRUCTION TxLP Contract Time 200 CD 5327 WICHITA ST Days Charged to Date 206 CD 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 $1,967,239.00 Less %Retained $0.00 Net Earned $1,967,239.00 Earned This Period $1,967,239.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days n $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 $1,967,239.00 Wednesday,August 29,2018 Page 4 of 4 f L 6 ;CI p D C7 O O O C7 n (7 �D ° < ozm p �U) � rmyO O � �- nv ZcZ p�p o Ovv m � � m � Dz0 0 -i D Cn y C'm m m m -ti -I m p O o ° o 0 0 -u m G O1 m m om o � 1 �� � O0 p �j -1 Z a ro < o moi o D m `" b� y .. c„ ` n D p m o C o °i n m ° Z m m O N ZZy x —I d "a z D O m # n C m D O U Oi O m H C p Z i C) p o o z Z z n A EnO < N A W X a ' m ? o n p r:nRti A � v m o W Z r K < r Xx r w O o w m T 00 0n � v s i � n in D Cn w n d eo N Ln _ _t7 A a =r =r C7 CL m0 w k _ O O O TU E CD CD CD o 0 0 D LI � L D n 0 -� S o O D z " jo'o oo z O m C co V(WO iLl N � c _ _ A A W m worn 0 w w w 0 � m m m o w m w m rt 1 � zm 0 y N in o �Na m p W m _ N p o O Z 71,ei'_ G') ° Z O O O 0 D b N j C; , 5 ;u D r < G N �• N T o (D CL o � � v N CD a Z { p h 00 # ry 1 o m C � 0 f, m C) utw #w y N CL m � o_ p r»s ° c � 3 m Y C -n-n-n Z 1 jl _m N oo m o c D rn pp �I 1 000 D to r G)m 6) G) a1 �1 O N N N N o o N o 0 o n o W o D O OOID ID�m T y r D-� r r C)CL r z D m oC)XQ 1 m 2=Dmm c 11 003 m n 3 Q CL U) Oa �l O -p 0, O z c z 60 y w � ca [n o ;o o m m o n 0 0 0 o m 0 0 0 0 i -i 1 O 69 A co�lAvi � (C VI!t1 O>N I N O A A O m o ova o ID N � § \ § ; ¢ § § & . § k m \ z § ) E B § mE ` / 2 §) ) ■ \ § § N§ J ¥ §— rn k/ � )k \ 'o, ] §� % M. £ J § ;q ril / \ ^ ; �a a 2 « §2 al\ ~ � m � m / 2 R G / 9 « m � 2 = § # § m ( 7 � ) �x k �& 2 m{ ° � ,I s I '&Niro -u-u m m D mm�i � ` � m 4 c iOO2 r co ri y A aba �. m T 44 mr 0 3 m 0 0 0 Y A b `� p ® www m Pa 00 RM Z ant 9.4 I � S o I i€ f i l Q J E 5 d A A 8 r m 4 W EP fD 3 x -.1 J O 7 1 i I I J J �q g $o 0 N | . . � � I � � k � J � ( § § o � z § g kLh 46 (A _ # & ;a 7 rn126§ §2 ■ 0 \� rl 2 GQ E J 9 i , n � §k \ p§ E k ) 9 « § � $ k I � � , � y \ m )§ / k ) § k } §§ Co 0 m 2 m j \ k } � / im z ; g z % m m # K m m # 2 p $ ) m ;° 2 n ° , a 0 00 2 m o § § ;G � � ) u G u j o n ® ( » § ,m$ ƒ § § q 4 2 m m 0 0 m \ § ;;n 2 # \ m m ¥ 2 m - ; \ z 2 g / \ RR2§ # m 2qFm cod � 4k QI o § § a c —- - p ¥ z < � m y [ CD k \ Q . 0 \ ƒ 2 / m , _ n n m M. 9 m 2 & m m < Co 0. r: \ ~ \u / :3 m ] & 7 k 0 / BX33 g k ° 000 ) o \ kn Am $ § ) / ( ( > 0 ¥ m 0 \ / 7 n \ 2z $ \ 2 \_ `k § --- o ° z § ) § § ° kk § § eo S § G 0 � � � ; z . n § 22 ® \k zm I e � co / / ] _ j & � ! ( § q 0 0 0 � � 2 \ ( ID I } / CD { ) tj z [ \ 00 00 \ co 2 m % } ED M \ co - - - - g\ / �{ « it m ; e / � ( \ o J § © w CO W C. j ( � � § m-n \ j§§ o]/ ° » �kk 3)( ) m j §NNmC) o g 3 )§SZioOB j n4 0 Good /R -n $ / \ # -0g; nater m - �r§§§ C: 'D & m 2 M:c }q §s (\ _ - (D m S ) \0 \\ m $a§ ) & ) . fa (D000 \j\ . � - 2 \ \ X m 2 \ , m ) S z § g f — k j � n z \ \ @ \ § z m ) ` ° \ A } \ • 0 \ /0 \ / \ C> 2 §) cu ) e I m 0 ■ ] k CO E ; me 2 / rn \ \ F �/ ] 7 §R | _ % § e $ i z )k J } F CL Z CL } » §� 0 z § C: ( / § k § \\ ( � ]% d M } $ E �\ } ]§ / \ k! ® 9§ \ 0UD 0 < § } 0 a / k / § 03 k g k k q ! � / a § § IDJ DocuSign Envelope ID:1340834F-687E-456C-90ED-1 E59E2CF7107 CONTRACT REVIEW Contract Title:change order 3 - Phase Ic 2nd CFA Project: WR RPG Entity: Quail valley Devco I job Code: Other Party: Ratliff / Hz Point of Contact: DM Scope: Add boring for street lights conduit; remove M-2 ramp on Roundtree Date Received: 5/2/2018 Cir. Payment Terms: Contract Amt: 63,286 CONSTRUCTION APPROVAL DocuSigned by: Approved by: E6B71A5FFBA26LA7UVj (,�t,ct�W .. Date: 5/17/2018 Comments: This was caused by FTw delaying release for construction. The delay allowed the home builders to pour driveways prior to infrastructure being constructed tn� W FINANCE APPROVAL by: Approved by: ED—Signed 4,OA WLtr EA01A668AFA4401... Date: 5/21/2018 Comments: LEGAL APPROVAL DocuSigned by: Approved by: 117102BB29AlB94EB 14, L14 i .. Date: 5/21/2018 Comments: - - MISCELLANEOUS COTES OK SB C01 AR, CO link FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Walsh Ranch Quail Valley Phase 1C PROJECT NO.: 100454 CONTRACTOR: Conatser Construction LP DOE NO.; None PERIOD FROM,01/29/18 TO: 08/22/18 FINAL INSPECTION DATE: 22-Aug-18 WORK ORDER EFFECTIVE:N/A CONTRACT TIME: 200 O WR�) CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 206 PERIOD PREVIOUS PERIOD TOTALS 206 TO DATE *REMARKS: C ATE 64SPECTOIC DATE ENGINEERING DEPARTNNIENT E` The Cih of Fort Worth•1000 Throckmoxton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 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 Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: WALSH RANCH— QUAIL VALLYE—PH 1C SIDEWALKS, RAMPS AND STREET LIGHTING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2017-063 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSE CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 7th day of August 9t 201 F BERTHA GIANULIS e:_ Notary Public,State of Texas l N, t ;,, My Commission Expires Notary Public in Tarrant County, Texas September 18, 2019 V 0 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0213777 PROJECT: (name, address)Walsh Ranch-Quail Valley Phase 1C Fort Worth,TX TO (Owner) QUAIL VALLEY DEVCO 1, LLC AND THE CITY OF ARCHITECT'S PROJECT NO: CFA No. 2017-063 FORT WORTH CONTRACT FOR: 8401 N.Central Expressway,Suite 350 Walsh Ranch-Quail Valley Phase 1C-Sidewalks, Ramps,and Street Lighting Dallas TX 75225 CONTRACT DATE: CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) QUAIL VALLEY DEVCO 1, LLC AND THE CITY OF FORT WORTH 8401 N. Central Expressway, Suite 350 Dallas TX 75225 , OWNER, as set forth in the said Surety Company's bond, IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 8th day Of August, 2018 BERKLEY INSURANCE COMPANY Surety Company Attest: 221— (Seal): (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE ` No. BI-72808 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof Please review carefully. o KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted x and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene '� Marshall, Sophinie Hunter, Robbi Morales; Kelly A. Westbrook; or Tina McEwan of Aon Risk Services Southwest, Inc. of v Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own E proper persons. ..o ; This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, o without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: o c RESOLVED, that, with respect to the Surety business written by Berkley Surety.Group, the Chairman of the Board, Chief z Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant o Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to c execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o c corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such ¢ attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances, or 'C other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner ;? > and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and o to further ' RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 3 power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or 15 Icu ~ other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as . though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any o E person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have o ceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its o �corporate seal hereunto affixed thisday of 2016. Attest: Berkley Insurance Company F -o (Seal) By LI:J B g Ira S.Lederman .le' after Executive Vice President&Secretary S nior V President b E a WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE 41 BERKLEY SECURITY PAPER, E STATE OF CONNECTICUT) N p ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut,this 2Z day o , 2016,by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, :a2de Senior Vice President, respectively,of Berkley Insurance Company.MARIA C.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES Notary Public, State of Connecticut z APRIL 30,2019 CERTIFICATE K u I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct 3 and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. . Given under my hand and seal of the Company,this 8th day of August 17 (Seal) Vincent P.-Forte