Loading...
HomeMy WebLinkAboutContract 49793-FP4 City Secretary 49793 -FP4 Contract No. FORTWORTHO. Date Received Oct30,2018 U 59(.cot 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: CHISHOLM TRAIL RANCH SECTION 1, PHASE 2 City Project No.: 100540 Improvement Type(s): Water X Sewer Original Contract Price: $700,389.50 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $700,389.50 . � R J- Gdt2 O(1((iCI:fJ,? .- Oct 20, 2018 Contractor Date Project Manager Title Conatser Construction TX,L.P. Company Name r 44i z ,2019) Oct 26, 2018 Project Inspector Date y� Sahu,PM(Oct 29,2018) Oct 29, 2018 Project Manager Date Janie Scarlett Morales Oct292018 Janie Scarlett Morales(Oct 29.2018) CFA Manager Date 14"a iL Oct 29 2018 Susan Alanls(Oct 29,2018) Asst. City Manager Date ®FRUAL AL"k P. 1RU Page 1 of 2 1 ,a Notice of Project Completion Project Name: CHISHOLM TRAIL RANCH SECTION 1, PHASE 2 City Project No.: 100540 P i City's Attachments Final Pay Estimate Change Order(s): ❑ Yes ® N/A Pipe Report: © Yes ❑ N/A i Contractor's Attachments i i Affidavit of Bills Paid i Consent of Surety j I Statement of Contract Time i Contract Time: 140 CD Days Charged: 316 Work Start Date: 11/29/2017 Work Complete Date: 10/10/2018 i t {h f 1 I' I i f I I Page 2 of 2 I� is 1005qV City Project Numbers 100540 DOE Number 0540 Contract Name CHISHOLM TRAIL RANCH SECTION 1,PHASE 2 Estimate Number I TI r; Contract Limits Payment Number I II1 Project Type WATER&SEWER For Period Ending 10/19/2018 p Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / DIVER Contract Date Contractor CONATSER CONSTRUCTION TXLP Contract Time 140 CD 5327 WICHITA ST Days Charged to Date 316 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH I SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded �II i i I Total Cost of Work Completed $700,389.50 Less %Retained $0.00 Net Earned $700,389.50 i Earned This Period $700,389.50 Retainage This Period $0.00 �hh Less Liquidated Damages I 0 Days @ $0.00 /Day $0.00 !� LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on IIand Less 15% $0.00 Balance Due This Payment $700,389.50 Friday,October 19,2018 Page 5 of 5 I i f FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHISHOLM TRAIL RANCH SECTION 1,PHASE 2 Contract Limits I' Project Type WATER&SEWER City Project Numbers 100540 DOE Number 0540 Estimate Number 1 Payment Number I For Period Ending 10/19/2018 i CD City Secretary Contract Number Contract Time I4CD j Contract Date Days Charged to Date 316 Project Manager NA Contract is 100.00 Complete �!I I I Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST l FORT WORTH, TX 76119 Inspectors DICKINSON / DIVER I II u l t Friday,October 19,2018 Page 1 of 5 I City Project Numbers 100540 DOE Number 0540 Contract Name CHISHOLM TRAIL RANCH SECTION 1,PHASE 2 Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 10/19/2018 Project Funding WATER Item Description of Items Estimated Llnit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----- -- --- - ------------------------------- 1 8"PVC WATER PIPE 3870 LF $34.00 $131,580.00 3870 $131,580.00 2 8"GATE VALVE&VALVE BOX 9 EA $1,150.00 $10,350.00 9 $10,350.00 3 FIRE HYDRANT ASSEMBLY 4 EA $4,500.00 $18,000.00 4 $18,000.00 4 1"DOMESTIC WATER SERVICES 98 EA $950.00 $93,100.00 98 $93,100.00 5 CONNECT TO EXISTING 8"W.L. 2 EA $600.00 $1,200.00 2 $1,200.00 6 36"X 8"TAPPING SLEEVE&VALVE I EA $7,500.00 $7,500.00 1 $7,500.00 7 DUCTILE IRON WATER FITTINGS 3.675 TN $4,000.00 $14,700.00 3.675 $14,700.00 W/RESTRAINT 8 TRENCH SAFETY 3870 LF $0.25 $967.50 3870 $967.50 Sub-Total of Previous Unit $277,397.50 $277,397.50 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"-SDR-26 PVC SEWER PIPE 3107 LF $38.00 $118,066.00 3107 $118,066.00 2 10"SDR-26 PVC SEWER PIPE 1508 LF $41.00 $61,828.00 1508 $61,828.00 3 CORE INTO EXISTING MANHOLE 1 EA $1,593.50 $1,593.50 1 $1,593.50 4 CONNECT TO EXISTING 8"S.S. 2 EA $800.00 $1,600.00 2 $1,600.00 5 CONNECT TO EXISTING 10"S.S. 1 EA $1,000.00 $1,000.00 1 $1,000.00 6 4'STD DIA S.S.MANHOLE 16 EA $3,600.00 $57,600.00 16 $57,600.00 7 5'STD DIA S.S.MANHOLE 3 EA $4,000.00 $12,000.00 3 $12,000.00 8 T EXTERNAL DROP MANHOLE 2 EA $5,000.00 $10,000.00 2 $10,000.00 9 EXTRA DEPTH FOR 4'STD DIA MANHOLE 57 VF $175.00 $9,975.00 57 $9,975.00 10 EXTRA DEPTH FOR 5'STD DIA MANHOLE 25 VF $185.00 $4,625.00 25 $4,625.00 11 EXTRA DEPTH FOR 5'EXTERNAL,DROP 18 VF $205.00 $3,690.00 18 $3,690.00 MANHOLE 12 REMOVE EXISTING S.S.MANHOLE AND 3 EA $1,000.00 $3,000.00 3 $3,000.00 DISPOSE OFFSITE 13 REMOVE EXISTING 10"S.S. 234 LF $20.00 $4,680.00 234 $4,680.00 14 PLUG EXISTING 10"S.S.AND FILL WITH 1118 LF $15.00 $16,770.00 1118 $16,770.00 FLOWABLE FILL 15 8"PVC SEWER PIPE W/CSS BACKFILL 140 LF $53.00 $7,420.00 140 $7,420.00 16 10"PVC SEWER PIPE W/CSS BACKFILL 80 LF $57.00 $4,560.00 80 $4,560.00 Friday,October 19,2018 Page 2 of 5 City Project Numbers 100540 DOE Number 0540 Contract Name CHISHOL.M TRAIL RANCH SECTION 1,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 10/19/2018 Project Funding 17 4"SEWER SERVICES 126 EA $650.00 $81,900.00 126 $81,900.00 18 TRENCH SAFETY 4835 LF $2.00 $9,670.00 4835 $9,670.00 19 EPDXY COATED MANHOLE LINER 44 VF $195.00 $8,580.00 44 $8,580.00 20 POST CCTV INSPECTION 4835 LF $0.70 $3,384.50 4835 $3,384.50 21 MANHOLE VACUUM TESTING 21 EA $50.00 $1,050.00 21 $1,050.00 Sub-Total of Previous Unit $422,992.00 $422,992.00 --------------------------------------- Friday,October 19,2018 Page 3 of 5 City Project Numbers 100540 DOE Number 0540 Contract Name CHISHOLM TRAIL RANCH SECTION 1,PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 10/19/2018 Project Funding Contract Information Summary Original Contract Amount $700,389.50 Chance Orders Total Contract Price $700,389.50 Total Cost of Work Completed $700,389.50 Less %Retained $0.00 Net Earned $700,389.50 Earned This Period $700,389.50 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $700,389.50 Friday,October 19,2018 Page 4 of 5 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Chisholm Trail Ranch PROJECT NUMBER: 100540 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF water pipe 8" pvc 3870 FIRE HYDRANTS: 4 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 1" copper 98 SEWER PIPE LAID SIZE TYPE OF PIPE LF sewer pipe 8" pvc 3107 10" pvc 1508 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 4" pvc 126 TRANSPORTATION AND PUBLIC WORKS The C4 of Fort NUorth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 l 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: CHISHOLM TRAIL RANCH, SEC 1,PH 2 WATER, SANITARY SEWER AND STORM DRAIN IMPROVEMENTS DOE#: N/A CFA PRJ#:2017-072 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP rock Huggins Subscribed and sworn to before me this 24'day of Septemb ,.O1 . BERTHA GIANULIS ''� Notary Public.store of Texas Notary Public in Tarrant County, Texas tv1y Commission Expires •:;;; ;;;;<,' September 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0212165 PROJECT: (name, address)Chisholm Trail Ranch,Section 1,Phase 2 Fort Worth,TX TO (Owner) IWALTONDEVELOPMENT AND MANAGEMENT Tx, ARCHITECT'S PROJECT NO: CFA No.2017-072 LLC AND THE CITY OF FORT WORTH CONTRACT FOR: 542Q LBJ Freeway,Suite 790 Water,Sanitary Sewer,and Storm Drain fof CTR Section 1,Phase 2 Dallas Tx 75240 J 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 there insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there 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 there Insert name and address of Owner) WALTON DEVELOPMENT AND MANAGEMENT TX, LLC AND THE CITY OF FORT WORTH 5420 LBJ Freeway,Suite 790 Dallas TX 75240 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 20th day of September,2018 BERKLEY INSURANCE COMPANY Surety Company / Attest: , (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-7280h 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. 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 o 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;Selly A. Westbrook; Tina McEwan;or Joshua A. Saunders of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attomey-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 v if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. v v This Power of Attomey shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, o N without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following oresolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: o RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive C Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are o hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute a bonds,undertakings,recognizances,or other suretyship obligations on behalf of the Company,and to affix the corporate seal o .c of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attomey-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 other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner v and to the extent therein stated;and further C.- RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and o do further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or ami 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 n person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have yo ceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this day of T: _, Zo t Attest: / Berkley Insurance Com pan o (Seal) By J By -° Ira<Cedc4an Jef 'e fler o Executive Vice President&Seaetary e o i esident o WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) N ) ss: 0 o COUNTY OF FAIRFIELD ) Sworn to before me,a Notary Public in the State of Connecticut, this r4 day of AUq T , by Ira S. Lederman and Jeffrey M. Iiaftcr who are sworn to me to be the Executive Vice Pre 'de and Secretary, n the Senior Vice President v respectively,of Berkley Insurance Compa[VARIAC.RUNDBAKEN /� f d NOTARY PUBLIC MY COMMISSION EXPIRES /`�otary Public,State of Connecticut APRIL 30.2019 CERTIFICATE Z z 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct a 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' at h s'n full force and effect as of this date. Given under my hand and seal of the Company,this 20th day of Sep pteem r 0 (Seal) `" Michael J.H ey Greensheet for Chisholm Trail Ranch Section 1 Ph 2 by CPN#100540 WS ,. Adobe Sign Document History 10/30/2018 Created: 10/19/2018 By: Shameka.Kennedy@fortworthtexas.gov Status: Signed Transaction ID: CBJCHBCAABAAXT3TGarOhsSC4QrG3EmD389hPXJdRDmk "Greensheet for Chisholm Trail Ranch Section 1 Ph 2 CPN#100 540 WS" History Document created by Shameka.Kennedy@fortworthtexas.gov 10/19/2018-11:01:27 AM CDT-IP address:209.194.29.100 '» Document emailed to Jacob Gatewood Oacob.d.gatewood@conatserconstruction.com)for signature 10/19/2018-11:04:36 AM CDT Document viewed by Jacob Gatewood Qacob.d.gatewood@conatserconstruction.com) 10/20/2018-12:53:57 PM CDT-IP address: 199.227.35.58 �i Jacob Gatewood Oacob.d.gatewood@conatserconstruction.com) uploaded the following supporting documents: (/ File Attachment 1 CO/ File Attachment 2 10/20/2018-12:59:47 PM CDT Document e-signed by Jacob Gatewood Qacob.d.gatewood@conatserconstruction.com) Signature Date:10/20/2018-12:59:47 PM CDT-Time Source:server-IP address:199.227.35.58 Document emailed to james.diver@fortworthtexas.gov for signature 10/20/2018-12:59:48 PM CDT r`Q Shameka.Kennedy@fortworthtexas.gov replaced signerjames.diver@fortworthtexas.gov with James diver Qdiver@ltraengineers.com) 10/25/2018-9:19:29 AM CDT-IP address:209.194.29.100 17• Document emailed to James diver Odiver@ltraengineers.com)for signature 10/25/2018-9:19:29 AM CDT Foxed Adobe Sign Document viewed by James diver Odiver@ltraengineers.com) 10/26/2018-10:43:04 AM CDT-IP address:99.203.23.192 Ge, Document e-signed by James diver Odiver@ltraengineers.com) Signature Date:10/26/2018-10:44:06 AM CDT-Time Source:server-IP address:99.203.23.192 . Document emailed to Michael O. Glover(michael.glover@fortworthtexas.gov)for approval 10/26/2018-10:44:08 AM CDT �u Document viewed by Michael O. Glover(michael.glover@fortworthtexas.gov) 10/29/2018-7:38:52 AM CDT-IP address:209.194.29.100 Ge, Document approved by Michael O. Glover(michael.glover@fortworthtexas.gov) Approval Date:10/29/2018-7:39:36 AM CDT-Time Source:server-IP address:209.194.29.100 Document emailed to G.Sahu, PM (gopal.sahu@fortworthtexas.gov)for signature 10/29/2018-7:39:37 AM CDT `J Document viewed by G.Sahu, PM (gopal.sahu@fortworthtexas.gov) 10/29/2018-8:47:38 AM CDT-IP address:209.194.29.100 ✓`. Document e-signed by G.Sahu, PM (gopal.sahu@fortworthtexas.gov) Signature Date:10/29/2018-8:48:29 AM CDT-Time Source:server-IP address:209.194.29.100 Document emailed to Janie Scarlett Morales Qanie.morales@fortworthtexas.gov)for signature 10/29/2018-8:48:31 AM CDT Document viewed by Janie Scarlett Morales Qanie.morales@fortworthtexas.gov) 10/29/2018-8:48:51 AM CDT-IP address:209.194.29.100 Document e-signed by Janie Scarlett Morales (Janie.morales@fortworthtexas.gov) Signature Date:10/29/2018-8:50:25 AM CDT-Time Source:server-IP address:209.194.29.100 Document emailed to Susan Alanis(susan.alanis@fortworthtexas.gov)for signature 10/29/2018-8:50:26 AM CDT Document viewed by Susan Alanis (susan.alanis@fortworthtexas.gov) 10/29/2018-8:14:21 PM CDT-IP address:209.194.29.100 .7, Document e-signed by Susan Alanis (susan.alanis@fortworthtexas.gov) Signature Date:10/29/2018-8:14:35 PM CDT-Time Source:server-IP address:209.194.29.100 C'w Document emailed to Allison Tidwell (cso_finalpay@fortworthtexas.gov)for filling 10/29/2018-8:14:36 PM CDT Document viewed by Allison Tidwell (cso_finalpay@fortworthtexas.gov) 10/30/2018-2:22:07 PM CDT-IP address:209.194.29.100 Ford : S Adobe be Sign Go Form filled by Allison Tidwell (cso_finalpay@fortworthtexas.gov) Form filling Date:10/30/2018-2:22:30 PM CDT-Time Source:server-IP address:209.194.29.100 P-. Document emailed to Trudy Brotherton (Zelalem.Arega@fortworthtexas.gov)for delivery 10/30/2018-2:22:31 PM CDT r�J Document viewed by Trudy Brotherton (Zelalem.Arega@fortworthtexas.gov) 10/30/2018-2:57:26 PM CDT-IP address:209.194.29.100 bo Document receipt acknowledged by Trudy Brotherton (Zelalem.Arega@fortworthtexas.gov) Receipt Acknowledgement Date:10/30/2018-3:20:26 PM CDT-Time Source:server-IP address:209.194.29.100 '► Document emailed to Julie A Geho Qulie.geho@fortworthtexas.gov)for delivery 10/30/2018-3:20:27 PM CDT Document viewed by Julie A Geho Oulie.geho@fortworthtexas.gov) 10/30/2018-3:49:14 PM CDT-IP address:209.194.29.100 tSQ Document receipt acknowledged by Julie A Geho Qulie.geho@fortworthtexas.gov) Receipt Acknowledgement Date:10/30/2018-3:49:30 PM CDT-Time Source:server-IP address:209.194.29.100 Document emailed to TPW Fiscal Staff(tpwcfafiscal@fortworthtexas.gov)for delivery 10/30/2018-3:49:31 PM CDT Document viewed by TPW Fiscal Staff(tpwcfafiscal@fortworthtexas.gov) 10/30/2018-3:50:20 PM CDT-IP address:209.194.29.100 de+ Document receipt acknowledged by TPW Fiscal Staff(tpwcfafiscal@fortworthtexas.gov) Receipt Acknowledgement Date: 10/30/2018-3:50:41 PM CDT-Time Source:server-IP address:209.194.29.100 Signed document emailed to Michael O. Glover(michael.glover@fortworthtexas.gov), Allison Tidwell (cso_finalpay@fortworthtexas.gov), Julie A Geho Qulie.geho@fortworthtexas.gov), Jacob Gatewood (Jacob.d.gatewood@conatserconstruction.com), and 8 more 10/30/2018-3:50:41 PM CDT FORT WORTH, Adobe Sign