Loading...
HomeMy WebLinkAboutContract 49835-FP1 City Secretary 49835 -FPI Contract No. FORTWORTH. Date Received Mar 5,2019 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: Chapel Creek Phase 2 City Project No.: 100992 Improvement Type(s): 0 Paving 0 Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $1,631,274.70 Amount of Approved Change Order(s): $7,590.00 Revised Contract Amount: $1,638,864.70 Total Cost of Work Complete: $1,638,864.70 Jacob od(Feb 18,2019) Feb 18,2019 Contractor Date Project Manager Title Conatser Construction TX, L.P. Company Name 1`9Ate Tae Feb 19,2019 ,2019) Project Inspector Date G.SAHG., PM Feb 19 2019 G.SAHU,PM(Feb 19,2019) Pr 'ect Manager Date Feb 19 2019 AScarlett Morales(Fel CFA Manager Date Susan lan_.,v(Feb 19,2019) Feb 19,2019 Asst. City Manager Date Page 1 of 2 Notice of Project Completion Project Name: Chapel Creek Phase 2 City Project No.: 100992 City's Attachments Final Pay Estimate Fx] Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 180 CD Days Charged: 180 Work Start Date: 11/27/2017 Work Complete Date: 2/12/2019 Page 2 of 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHAPEL CREEK PHASE 2 Contract Limits Project Type PAVING&DRAINAGE City Project Numbers 100992 DOE Number 9920 Estimate Number 1 Payment Number I For Period Ending 2/12/2019 CD City Secretary Contract Number 1100992 Contract Time 18CD Contract Date 10/27/2017 Days Charged to Date 180 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors MILLER,W / HABTE I I Friday,February 15,2019 Pagel of 5 /1 r City Project Numbers 100992 DOE Number 9920 Contract Name CHAPEL CREEK PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 2/12/2019 Project Funding UNIT IV:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 21"RCP CLASS III 417 LF $45.00 $18,765.00 417 $18,765.00 2 24"RCP CLASS III(CO 2A) 1295 LF $50.00 $64,750.00 1295 $64,750.00 3 24"RCP CLASS IV 40 LF $60.00 $2,400.00 40 $2,400.00 4 30"RCP CLASS III 372 LF $65.00 $24,180.00 372 $24,180.00 5 30"RCP CLASS IV 20 LF $75.00 $1,500.00 20 $1,500.00 6 33"RCP CLASS III 253 LF $75.00 $18,975.00 253 $18,975.00 7 36"RCP CLASS III 444 LF $90.00 $39,960.00 444 $39,960.00 8 36"RCP CLASS IV 20 LF $105.00 $2,100.00 20 $2,100.00 9 54"RCP CLASS III 307 LF $155.00 $47,585.00 307 $47,585.00 10 10'CURB INLET 7 EA $3,200.00 $22,400.00 7 $22,400.00 11 15'CURB INLET I EA $4,200.00 $4,200.00 1 $4,200.00 12 20'CURB INLEET 11 EA $5,200.00 $57,200.00 11 $57,200.00 13 T STORM JUNCTION BOX I EA $6,000.00 $6,000.00 1 $6,000.00 14 6'STORM JUNCTION BOX 2 EA $7,500.00 $15,000.00 2 $15,000.00 15 6'DROP INLET I EA $7,500.00 $7,500.00 1 $7,500.00 16 TRENCH SAFETY 3168 LF $1.00 $3,168.00 3168 $3,168.00 17 4'DROP STORM JUNCTION BOX 6 EA $7,000.00 $42,000.00 6 $42,000.00 18 REMOVE HEADWALL/SET 1 EA $1,500.00 $1,500.00 1 $1,500.00 ------------------- ------------------- Sub-Total of Previous Unit $379,183.00 $379,183.00 ------------- UNIT V:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"CONC PVMT 17539 SY $34.00 $596,326.00 17539 $596,326.00 2 6"LIME TREATMENT 19293 SY $3.00 $57,879.00 19293 $57,879.00 3 HYDRATED LIME 386 TN $175.00 $67,550.00 386 $67,550.00 4 6"CONC CURB AND GUTTER 10160 LF $2.00 $20,320.00 10160 $20,320.00 5 5"CONC SIDEWALK 47307 SF $3.15 $149,017.05 47307 $149,017.05 6 BARRIER FREE RAMP TYPE R-1 20 EA $1,200.00 $24,000.00 20 $24,000.00 7 BARRIER FREE RAMP TYPE M-2 3 EA $1,500.00 $4,500.00 3 $4,500.00 8 TRAFFIC CONTROL 1 MO $1,000.00 $1,000.00 1 $1,000.00 Friday,February 15,2019 Page 2 of 5 City Project Numbers 100992 DOE Number 9920 Contract Name CHAPEL CREEK PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 2/12/2019 Project Funding 9 INSTALL EOR BARRICADE 3 EA $500.00 $1,500.00 3 $1,500.00 10 REMOVE EOR BARRICADE 4 EA $250.00 $1,000.00 4 $1,000.00 11 FURNISH/INSTALL ALUM SIGN GROUND 12 EA $750.00 $9,000.00 12 $9,000.00 MOUNT CITY STD 12 FURNISH/INSTALL W 1-I&W13-1P SIGNS 2 EA $600.00 $1,200.00 2 $1,200.00 -------------------------------------- Sub-Total of Previous Unit $933,292.05 $933,292.05 UNIT IV:OFFSTIB PAVING IMPROVEMENTS-AMBER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 2 6"LIME TREATMENT(CO 2A) 2232 SY $3.00 $6,696.00 2232 $6,696.00 3 HYDRATED LIME 125 TN $175.00 $21,875.00 125 $21,875.00 4 6"CONC CURB AND GUTTER 4008 LF $2.00 $8,016.00 4008 $8,016.00 5 TRAFFIC CONTROL 1 MO $2,500.00 $2,500.00 1 $2,500.00 7 REFL RAISED MARKER TY 11-C-R 70 EA $4.00 $280.00 70 $280.00 8 24"SLD PVMT MARKING HAE(W) 119 LF $30.00 $3,570.00 119 $3,570.00 9 4"SLD PVMT MARKING HAS(W) 551 LF $2.00 $1,102.00 551 $1,102.00 12 8"SLD PVMT MARKING HAS(W) 295 LF $4.00 $1,180.00 295 $1,180.00 13 LANE LEGEND ARROW 2 EA $650.00 $1,300.00 2 $1,300.00 14 BARRIER FREE RAMP TYPE P-1 8 EA $1,200.00 $9,600.00 8 $9,600.00 15 INSTALL EOR BARRICADE I EA $500.00 $500.00 1 $500.00 16 REMOVE EOR BARRICADE 1 EA $250.00 $250.00 1 $250.00 17 10'SIDEWALK 11771 SF $3.15 $37,078.65 11771 $37,078.65 IA 7"CONCRETE PVMT(CO 2A) 5687 SY $40.00 $227,480.00 5687 $227,480.00 1B 7"CONCRETE PVMT(CO 2A) 2029 SY $36.00 $73,044.00 2029 $73,044.00 IC 7"CONCRETE PVMT(CO 2A) -2029 SY $40.00 ($81,160.00) -2029 ($81,160.00) 2A 6"LIME TREATMENT(CO 2A) 4024 SY $3.25 $13,078.00 4024 $13,078.00 -------------------------------------- Sub-Total of Previous Unit $326,389.65 $326,389.65 -------------------------------------- Friday,February 15,2019 Page 3 of 5 City Project Numbers 100992 DOE Number 9920 Contract Name CHAPEL CREEK PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING&DRAINAGE For Period Ending 2/12/2018 Project Funding Contract Information Summary Original Contract Amount $1,631,274.70 Change Orders Change Order Number 2A $15,638.00 Change Order Number 3A ($8,048.00) Total Contract Price $1,638,864.70 Total Cost of Work Completed $1,638,864.70 Less %Retained $0.00 Net Earned $1,638,864.70 Earned This Period $1,638,864.70 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 $1,638,864.70 Friday,February 15,2019 Page 4 of 5 City Project Numbers 100992 DOE Number 9920 Contract Name CHAPEL CREEK PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 2/12/2018 Project Funding Project Manager NA City Secretary Contract Number 1100992 Inspectors MILLER,W / HABTE Contract Date 10/27/2017 Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 CD 5327 WICHITA ST Days Charged to Date 180 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 $1,638,864.70 Less %Retained $0.00 Net Earned $1,638,864.70 Earned This Period $1,638,864.70 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 $1,638,864.70 Friday,February 15,2019 Page 5 of 5 ! ! ! 4| « ® ° ` k8�°8 ; �\ § \ § k �\ \\� \` k� 2 2 R no \ §§ ! \ � �am { : ■ ■ §§ § §| °§`6.2 k. . s - § / § ; |■ f � n, | O ! ;&� �§§ k � | | � � \( � k \ / � §§ $ | ! , ]2 & . o )) � . | \\|k\) : � | | ■ E �& 2 § | Q \ / S IC= � I © � � � | \��� ] . ! /\ 2 m� 0 / § 0c� � � � § k� ]i i ! @ ■! ! � | � ■a ! — • > � K ( |§ § ��� )` I E ■ , l , , . ° e £ ! ` # § ! f As, 0;0 ,; 22 2§ st \ - ) §• } § ) mq ; - _ % ' � ■ � § § ` § \ ;` ¥ $ \ ��■ \ % a } /` _ i � - � 7 [ ■ \ \ / C ( ® \) ` f E £ [ § i . R ° 21 ;( 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: CHAPEL CREEK, PH 2 WATER, SANITARY SEWER, STORM DRAIN AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2017-149 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 23rd day of August,2018. F. ;t ULIS Notaryy Publc,��statJe at Texas Notary Public in Tarrant County, Texas - My Commission Expires +P'' 2019 OF�,�� September 1 B, CONSENT OF OWNER ❑ (( _ P V SURETY COMPANY ARCHITECT ❑ !1 TO FINAL PAYMENT CONTRACTOR ❑ Conforms with the American Institute of SURETY ❑OTHER Architects,AIA Document G707 Bond No 0212170 PROJECT: (name, addreSs)Chapel Creek Phase 2 Fort Worth,TX TO (Owner) ID.R.HORTON-TEXAS, LTD AND CITY OF FOR- ARCHITECT'S PROJECT NO: CFA No. 2017-149 WORTH CONTRACT FOR: 6751 North Freeway Water,Offsite Water,Sanitary Sewer,Drainage,Paving,and Offsite Fort Worth TX 76131 Paving Improvements for Chapel Creek Phase 2 _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 (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) D.R. HORTON-TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 22nd day of August, 2018 BERKLEY INSURANCE COMPANY Surety Company Attest: � •� � .rte__ _ ��-� (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 III .ni-/aaun 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 1 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, Tina McEwan;or Joshua A. Saunders of Aon Risk Services Southwest, Inc. of 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 ^J if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in 1' a their own proper persons. ^J This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: r. RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive r :: Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are F hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds,undertakings,recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal _ of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and a 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 :L 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 r ? RESOLVED, that such power of attorney revokes all previous powers issued on behalf'of the attorney-in-fact named; and t,; 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 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 person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have IA 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 O 1 Attest. / ! Berkle Insurance Compan o F (Seal) By r By Ira SrdederAan Jef •e fter ry en o i " Executive Vice President&Secreta •esident •Y V' V G r .fl WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY"SECURITY PAPER. J ' STATE OF CONNECTICUT) o } ss: COUNTY OF FAIRFIELD ) Sworn to before me,a Notary Public in the State of Connecticut, this day of VJugt j r �. _, by Ira S. Lederman Zi and JeNrey M. I-lat3er who are sworn to me to be the Executive Vice Pre 'de t and Secretary�n the Senior Vice President, y respectively,of Berkley Insurance ComparNARIAC.RUNDBAKEN Zr NOTARY PUBLIC J �� 1'�^ MY COMMISSION EXPIRES otar Public,State of Connecticut APRIL 30,2019 CERTIFICATE j I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct u 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 Y Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attom s'n full force and effect as of this date. Given under my hand and seal of the Company,this 22nd day of August-," 0 (Seal) T Michael J.H ey