Loading...
HomeMy WebLinkAboutContract 51320-FP2 °,, City Secretary 51320 -FP2 •- Contract No. ,aECENED FORT WORTH.. Date Received Oct 18,2019 OCT U 2Q19 CI�OF S CREfARY 11 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: WALSH RANCH ADDITION (COOKS CHILDREN'S URGENT CARE CLINIC) City Project No.: 101258 Improvement Type(s): Water ® Sewer ED Original Contract Price: $1,438,360.00 Amount of Approved Change Order(s): $95,475.40 Revised Contract Amount: $1,533,835.40 Total Cost of Work Complete: $1,533,835.40 - Oct 16,2019 Contractor Date Project Manager Title Conatser Construction TX,L.P. Company Name �f�j�OYA/0�lldl�`GID�L 67�Eustorgio An rade Jr(Oct lti Oct 162019 ,2019� , Project Inspector Date par -' ck Buckley Patrick Buckley(Oct 16,2019) Oct 16,2019 Priest Manager Date [� Jennifer Ezzernac on on of Janie Morales(Oct 18,2019) Oct 18,2019 CFA Mana er 00, Date Dana Bff(Oct 18,20 Oct 18,2019 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH,TX Notice of Project Completion Project Name: WALSH RANCH ADDITION (COOKS CHILDREN'S URGENT CARE CLINIC) City Project No.: 101258 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: 180 CD Days Charged: 323 Work Start Date: 11/12/2018 Work Complete Date: 10/1/2019 Page 2of2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH ADDITION Contract Limits COOK CHILDREN'S URGENT CARE CLINIC Project Type WATER&SEWER City Project Numbers 101258 DOE Number 1258 Estimate Number 1 Payment Number I For Period Ending 10/15/2019 CD City Secretary Contract Number Contract Time 18aD Contract Date Days Charged to Date 323 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors OWEN / ANDRADE Tuesday,October 15,2019 Page 1 of 5 City Project Numbers 101258 DOE Number 1258 Contract Name WALSH RANCH ADDITION Estimate Number I Contract Limits COOK CHILDREN'S URGENT CARE CLINIC Payment Number I Project Type WATER&SEWER For Period Ending 10/15/2019 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------------ 1 DUCTILE IRON WATER FITTINGS 10.17 TN $4,500.00 $45,765.00 10.17 $45,765.00 W/RESTRAINT CO#1 CO#2 CO#3 2 6"WATER PIPE CO#1 115 LF $34.00 $3,910.00 115 $3,910.00 3 8"WATER PIPE CO#1 22.3 LF $38.00 $847.40 22.3 $847.40 4 8"GATE VALVE CO#1 I EA $1,150.00 $1,150.00 1 $1,150.00 5 12"WATER PIPE CO#1 CO#2 1823.5 LF $46.00 $83,881.00 1823.5 $83,881.00 6 12"GATE VALVE CO#1 5 EA $2,200.00 $11,000.00 5 $11,000.00 7 12"WATER LOWERING 2 EA $4,500.00 $9,000.00 2 $9,000.00 8 24"DIP WATER 648 LF $148.50 $96,228.00 648 $96,228.00 9 24"WATER PIPE PVC 962 LF $128.50 $123,617.00 962 $123,617.00 10 24"GATE VALVE W/VAULT 1 EA $30,500.00 $30,500.00 1 $30,500.00 11 FIRE HYDRANT 5 EA $4,200.00 $21,000.00 5 $21,000.00 12 6"GATE VALVE CO#1 6 EA $950.00 $5,700.00 6 $5,700.00 13 30"X24"TAPPING SLEEVE&VALVE 1 EA $37,500.00 $37,500.00 1 $37,500.00 14 42"CASING BY OTHER THAN OPEN CUT 616 LF $965.00 $594,440.00 616 $594,440.00 15 CONCRETE ENCASEMENT FOR UTILITY PIPES 54 LF $30.00 $1,620.00 54 $1,620.00 16 AIR RELEASE VALVE 1 EA $7,500.00 $7,500.00 1 $7,500.00 17 WATER SAMPLING STATION 1 EA $5,500.00 $5,500.00 1 $5,500.00 18 TRENCH SAFETY CO#3 3491 LF $5.00 $17,455.00 3491 $17,455.00 19 AUTOMATIC FLUSHER 1 EA $8,500.00 $8,500,00 1 $8,500.00 2A 4"WATER PIPE CO#1 10 LF $32.00 $320.00 10 $320.00 12A 4"GATE VALVE CO#1 2 EA $750.00 $1,500.00 2 $1,500.00 14A IMPORTED EMBEDMENT CO#2 164 CY $120.00 $19,680.00 164 $19,680.00 14 42"CASING CO#1 616 LF $40.00 $24,640.00 616 $24,640.00 14 42"CASING/OPEN CUT C092 20 LF $1,005.00 $20,100.00 20 $20,100.00 20 12X4 TAPPING SLEEVE CO#3 1 EA $4,500.00 $4,500.00 1 $4,500.00 21 4"WATER SERVICE IRR CO#3 21 LF $32.00 $672.00 21 $672.00 89 3"WATER METER/VAULT CO#3 1 EA $12,500.00 $12,500.00 1 $12,500.00 1 2-90'12"BEND CO#2 1.425 TN $5,000.00 $7,125.00 1.425 $7,125.00 Sub-Total of Previous Unit $1,196,150.40 $1,196,150.40 ---------------------------------------- Tuesday,October 15,2019 Page 2 of 5 City Project Numbers 101258 DOE Number 1258 Contract Name WALSH RANCH ADDITION Estimate Number I Contract Limits COOK CHILDREN'S URGENT CARE CLINIC Payment Number I Project Type WATER&SEWER For Period Ending 10/15/2019 Project Funding SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 4'EXTRA DEPTH MANHOLE 2 VF $185.00 $370.00 2 $370.00 2 5'EXTRA DEPTH MANHOLE 59 VF $205.00 $12,095.00 59 $12,095.00 3 4'MANHOLE 6 EA $4,200.00 $25,200.00 6 $25,200.00 4 5'MANHOLE 8 EA $5,200.00 $41,600.00 8 $41,600.00 5 5'DROP MANHOLE 1 EA $6,200.00 $6,200.00 1 $6,200.00 6 8"SEWER PIPE 1305 LF $44.00 $57,420.00 1305 $57,420.00 7 18"SEWER PIPE 1455 LF $74.00 $107,670.00 1455 $107,670.00 8 21"SEWER PIPE 20 LF $120.00 $2,400.00 20 $2,400.00 9 24"SEWER PIPE 200 LF $150.00 $30,000.00 200 $30,000.00 10 8"DIP SEWER PIPE CSS BACKFILL 20 LF $74.00 $1,480.00 20 $1,480.00 11 CONCRETE ENCASEMENT FOR UTILITY PIPES 25 CY $200.00 $5,000.00 25 $5,000.00 12 8"SEWER PLUG 5 EA $500.00 $2,500.00 5 $2,500.00 13 18"SEWER PLUG 1 EA $800.00 $800.00 1 $800.00 14 21"SEWER PLUG I EA $1,000.00 $1,000.00 1 $1,000.00 15 24"SEWER PLUG 1 EA $1,200.00 $1,200.00 1 $1,200.00 16 TRENCH SAFETY 3000 LF $6.00 $18,000.00 3000 $18,000.00 17 POST CCTV INSPECTION 3000 LF $3.00 $9,000.00 3000 $9,000.00 18 EPDXY MANHOLE LINER 60 VF $225.00 $13,500.00 60 $13,500.00 19 MANHOLE VACUUM TESTING 15 EA $150.00 $2,250.00 15 $2,250.00 -------------------------------------- Sub-Total of Previous Unit $337,685.00 $337,685.00 -------------------------------------- Tuesday,October 15,2019 Page 3 of 5 City Project Numbers 101258 DOE Number 1258 Contract Name WALSH RANCH ADDITION Estimate Number 1 Contract Limits COOK CHILDREN'S URGENT CARE CLINIC Payment Number I Project Type WATER&SEWER For Period Ending 10/15/2019 Project Funding Contract Information Summary Original Contract Amount $1,438,360.00 ChanLxe Orders Change Order Number 1 $38,218.40 Change Order Number 2 $39,412.50 Change Order Number 3 $17,844.50 Total Contract Price $1,533,835.40 Total Cost of Work Completed $1,533,835.40 Less %Retained $0.00 Net Earned $1,533,835.40 Earned This Period $1,533,835.40 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 $1,533,835.40 Tuesday,October 15,2019 Page 4 of 5 City Project Numbers 101258 DOE Number 1258 Contract Name WALSH RANCH ADDITION Estimate Number I Contract Limits COOK CHILDREN'S URGENT CARE CLINIC Payment Number I Project Type WATER&SEWER For Period Ending 10/15/2019 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / ANDRADE Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 CD 5327 WICHITA ST Days Charged to Date 323 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 $1,533,835.40 Less %Retained $0.00 Net Earned $1,533,835.40 Earned This Period $1,533,835.40 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 $1,533,835.40 Tuesday,October 15,2019 Page 5 of 5 . I $ # ) / § 2 ; ƒ mm $ x000 « \ ( / / ! / ) ) § \ \ ` / \ \ m ; ®' ` § o ^ _ _ ( m §27B / ) � \ § 7\2/ ) ® [ § ) ) R - 5 ; ; ; . • Z / } \ / / / { § wG � ( t z ze/3 { \ / J . . n ; � o ° ~ -u \ I § � f \ lo � \ \ 2 ; \ \ \ } . • \ \ §� I a W •� � y _ a a '11 N f!1 GI A N U Ot(T N W � m4m z W 3 3 3 3 3 v 3 a 3 3� 3 �3 a o � 3 � � � `; � a > > o `•; 4 b — F A O oa'u Al o D D n D ip a y y !C �"�'aigla Lei o a nnaannn c R ao pW _ J y f r Z4 n Oas°o a� a' m fn t -i ti~u - - - 3 Cf O lilt �5 da w X m q O T W 3n• 3 t3i ''9 O N N j prom Z y � h rt � � �m^ L• b 'J Gt � 0 O 21 ti X V 'V C p p � G1 O p O NN m J+ nwi p -1 Ca Q P O<]O j, - W A tom. 1 N 1CN�J ONE�M ID (A j X C) C) 0 '9 0 A Mo n N ? m m mm < zio b Po o 0 o n X � XC m a ° o Si r 3 0 7s1 2 C) -) a 5 nr m m a1 O 2Q n m m -i Rl �j 2 it L7 ft A n a M ci nl - O r [] 3 0 VV N 09 N O p fa b j n a w w m i C) Y N N d O V a u H N u o P z I ox n IN pjr' 2 o m r ca a w N � Q V n O N w' 7 m 0 rn d s, -• x 2 R � ➢ O y In a 4! a �7 13 tm') a m3 m o e tr o z " aa [! fp -+ 2 8 4g A v 3 = �x codes _y z w n Gcc " Y yy m Y 11 LAl7 < W P x x' z m < p uppp R7 m z ` m x � bf 0 rt. o � z i n o A ijr n m n O � o O y ' z co rn m 3 f O T [1 a C7 A i U U 0 3 2 O y k C y O � 2 o I r H .'0 gG3 � m 2 'nu) X000 'o\ j \ § ( ) § $ ) ` � > \ ( § ® ° 0 g m X ;u r § | ) ) j ® § R o $ $ p oe § § lok � E § ) ) \ ^ / @ ] © / § \§/ / , n In III , - k2 ;a ) § 0 In ; In In In \ / \ j § bq � i m ) ) , 0 ( ( m _ 2 Jcl ( q ƒ { In sr � ( / zs/- � ! n q 2 D) w , a \ $ � ® & @ --- - -- - -- » ± - ] E \ G { R ; \ ® � / § Read • ■ C) ) $ 0 0 in Im ° \ \ / \ ~ - - ---0 a {m ƒ � ( ] \ / ¥ 5 - . § e � 7 , , £ . , 2 /j a a d to§ � F G qyf � to N Uf A ± W O ii U U �{ A t•r S ^ S. K 3aj o fi C m m o b 0 m Q y Qn m z R c F = al of Ti"/1 '(i P T D Z cz a n w y J m ai q� Z W J � 9 SO f��l O 5 4 ��`� P �•�p 2` m y � G1 �•• G 2 � N 1 � 'U � � m (+ Q '9 pp m D' O10 - 0 A x > � a H goo 00 U FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Walsh Ranch(Cook Childrens Urgent Care Clinic) PROJECT NUMBER: 101258 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Open Trench 6" C900 125 LF Open Trench 8" C900 22.3 LF Open Trench 12" C900 1823.5 LF Bore 24" DIP 648 LF Open Trench 24" C900 962 LF FIRE HYDRANTS: 5 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF None DENSITIES: Passed NEW SERVICES: 4" IRR Copper 21 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF Open Trench 8" SDR 26 1305 LF Bore 8" DIP 20 LF Open Trench 18" SDR 26 1455 LF Open Trench 21" SDR 26 20 LF Open Trench 24" SDR 26 200 LF PIPE ABANDONED SIZE TYPE OF PIPE LF None DENSITIES: Passed NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton 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 ADDITION WATER, SANITARY SEWER, IMPROVEMENTS DOE#: N/A CFA PRJ #: 2017-171 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 2nd day of Septe , N ic��}\;��an� Qw , xas }8 _a4�° , Plo Corr�m�ss�o 201 t...,�,•,+� My mpet CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0216402 PROJECT: (name, addreSs)Walsh Ranch Addition (Cook Children's Urgent Care Clinic) TO (Owner) Ft.Worth,TX CFA No. COOK CHILDREN'S HEALTH CARE SYSTEM AND ARCHITECT'S PROJECT NO: 2017-171 THE CITY OF FORT WORTH CONTRACT FOR: 801 7th Avenue Water and SanitarySewer for Walsh Ranch Adition(Cook Children's Urgent Care Clini Fort Worth TX 76104 _f 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) COOK CHILDREN'S HEALTH CARE SYSTEM AND THE CITY OF FORT WORTH 801 7th Avenue Fort Worth TX 76104 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 1St day of October,2019 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-7280j POWER OF ATTORNEY BERKLEY INSURANCE COMPANY m 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 and appointed, and does by these presents make, constitute and appoint Ricardo J. Reyna; Don E. Cornell;Sophinie Hunter; .�Robbi Morales,Kelly A. Westbrook; Tina McEwan;Joshua A. Saunders; or Tonie Petranek 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, a� 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 proper persons. iu 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 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: ° F c RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive ri Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are chereby 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 c = of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and a w 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 F" 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 attomey-in-fact named; and further o an u . 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 10 other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as Ethough manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any U°v person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. c IN WITNESS WHEREOF, the Cornga�r y has caused these presents to be signed and attested by its appropriate officers and its o x corporate seal hereunto affixed this day of M p I q c 30 Attest: / Berkle Insurance Company c (Seal) By r By Ira . Lede an Je a fter ° Executive Vice President&Secretary en o i •esident U C o E WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss: o COUNTY OF FAIRFIELD } o •c Sworn to before me,a Notary Public in the State of Connecticut, thislj� day of kthgdw l� , by Ira S. t.ederman and Jeffrey M. Hafter who arc sworn to me to be the Executive Vice Pre 'de and Secretary, n the Senior Vice President, respectively,of Berkley Insurance ComparlOARIAC.RUNDBAKEN d NOTARY PUBLIC i o MY COMMISSION EXPIRES otary Public,State of Connecticut 0 t4 APRIL 30,2019 Z 0 CERTIFICATE •SI,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct 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 3 Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in furl force and effect as of this date. Given under my hand and seal of the Company,this 1st day of Oe tob 19 (Seal) *ment .Forte