Loading...
HomeMy WebLinkAboutContract 52441-FP2 City Secretary 52441 -FP2 Contract No. FORTWORTH, pate Received Feb 17,2020 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: VENTANA PHASE 3A-1 City Project No.: 101973 Improvement Types): ® Paving © Drainage © Street Lights ❑ Traffic Signals Original Contract Price: $840,008.50 Amount of Approved Change Crder(s): Revised Contract Amount: Total Cost of Work Complete; $840,008.50 Jac at Feb 13,2020) Feb 13,2020 Contractor Date Project Manager Title Conatser Construction TX, L.P Company Name Ramon Chavez(Feb 1 02 Feb 13,2020 Project Inspector Date Pal-eck L"Q Patrick Buckley(Feb 13,202 Feb 13,2020 Project Manager Date Janie scdrle*f Morales Feb 16 2020 Janie scarlett Morales(Feb 16,2020) f CFA Manager Date Dana Burghdoff(Feb 17,20 Feb 17,2020 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name:VENTANA PHASE 3A-1 City Project No.: 101973 City's Attachments Final Pay Estimate 7 Change nrder(s): ❑ Yes ® NIA Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 180 CD Days Charged: 216 Work Start Date: 7/13/2019 Work Complete Date: 2/4/2020 Page 2 of 2 FoRT WORT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VENTANA PHASE 3A-1 Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 101973 DOE Number 1973 Estimate Number 1 Payment Number I For Period Ending 2/13/2020 CD City Secretary Contract Number Contract Time 18aD Contract Date Days Charged to Date 180 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHI TA ST FORT WORTH, TX 76119 Inspectors OWEN 1 C14AVEZ u I Thursday,February 13,2020 Page i of 5 City Project Numbers 101973 DOE Number 1973 Contract Name VENTANA PHASE 3A-1 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 2/13/2020 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE EXISTING 48"STORM LINE 18 LF $30.00 $540.00 18 $540.00 2 12"RIPRAP,DRY 567 SY $95.00 $53,865.00 567 $53,865.00 3 TRENCH SAFETY 1179 LF $1,00 $1,179.00 1179 $1,179.00 4 CONCRETE COLLAR 2 EA $500.00 $1,000,00 2 $1,000.00 5 21"RCP 214 LF $55.00 $11,710.00 214 $11,770.00 6 24"RCP 544 LF $60.00 $32,640,00 544 $32,640.00 7 27"RCP 211 LF $65.00 $13,715.00 2I1 $13,715.00 8 48"RCP 40 LF $145.00 $5,800,00 40 $5,800.00 9 4'X 4'RCB 71 LF $220.00 $15,620,00 71 $15,620.00 10 4'STORM JUNCTION BOX 3 EA $4,500,00 $13,500,00 3 $13,500.00 i 1 5'STORM RJNCTION BOX i EA $5,500.00 $5,500,00 I $5,500.00 12 10'CURB INLET 6 EA $3,000.00 $18,000.00 6 $18,000.00 13 IT CURB INLET 4 EA $4,000,00 $16,000,00 4 $16,000.00 14 TRAFFIC CONTROL I LS $500.00 $500.00 1 $500.00 15 2-4`X4'MBC 99 LF $400.00 $39,600,00 99 $39,600.00 16 4'X 4'TXDOT PW-1 WINGWALL 2 EA $17,500.00 $35,000.00 2 $35,000.00 17 2-4'X 4'TXDOT PW-i WINGWALL 2 EA $26,500,00 $53,000.00 2 $53,000.00 18 TV TESTING 1179 LF $2.00 $2,358,00 1179 $2,358.00 19 REMOVE EXISTING 48"HEADWALL i EA $1,500.00 $1,500.00 1 $1,500.00 Sub-Total of Previous Unit $321,087,00 $321,087.00 PAVING Rein Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I HYDRATED LIME 135.6 TN $180.00 $24,408.00 135.6 $24,408.00 2 6"LIME TREATMENT 9040 SY $3,00 $27,120,00 9040 $27,120.00 3 6"CQNC PVMT 8465 SY $36.00 $304,740,00 8465 $304,740.00 4 4"CONC SIDEWALK 3134 SF $3.25 $10,I85.50 3134 $10,185.50 5 BARRIER FREE RAMP 8 EA $1,200.00 $9,600,00 8 $9,600,00 6 TRAFFIC CONTROL 1 LS $500,00 $500,00 1 $500.00 7 HANDRAIL 320 LF $120.00 $38,400.00 320 $38,400.00 Thursday,February 13,2020 Page 2 of 5 I City Project Numbers 101973 DOE Number 1973 Contract Name VENTANA PHASE 3A-1 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 2/1 312 02 0 Project Funding 8 BARRICADE 2 EA $600.00 $t,200.00 2 $1,200.00 9 PAVEMENTHEADER 58 LF $20.00 $1,160,00 58 $1,160.00 10 REMOVE EXISTING BARRICADE 2 EA $300.00 $600.00 2 $600.00 11 CONNECT TO EXISTING HEADER 2 EA $500.00 $1,000,00 2 $1,000.00 Sub-Total of Previous Unit $418,9I3.50 $418,913.50 ST LIGHT Item Description of Items Estimated Unit Unit Cust Estimated Completed Completed No. Quanity Total Quanity 'Total I 2"CONDT PVC SCH 80 1298 LF $12.00 $15,576.00 €298 $I5,576.00 2 NO 10 INSULATED ELEC CONDUCTOR 3894 LF $3.00 $11,682.00 3894 $11,682.00 3 FURNISIIIINSTALL RDWY ILLUM TY I I POLE 15 EA $3,000,00 $45,000.00 15 $45,000.00 4 FURNISWINSTALL I.ED LIGHTING FIXTURE 15 EA $650.00 $9,750.00 15 $9,750.00 5 RDWY ILLUM FOUNDATION 15 EA $1,200.00 $18,000.00 15 $I8,000.00 Sub-Total of Previous Unit $100,008.00 $100,008.00 -------------- Thursday,February 13,2020 Page 3 of 5 City Project Plumbers 101973 DOE Number 1973 Contract Name VENTANA PHASE 3A-1 Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/13/2020 Project Funding Contract Information Summar Original Contract Amount $840,008,50 Change Orders Total Contract Price $840,008.50 Total Cost of Work Completed $840,008.50 Less %Retained $0.00 Net Earned $8402008.50 Earned This Period $840,008.50 Retainage This Period $0.00 Less Liquidated Damages Days @ 1 Day $0.00 LemPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $840,008.50 Thursday,February 13,2020 Page 4 of 5 City Project Numbers 101973 DOE Number 1973 Contract Name VENTANA PHASE 3A-I Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 2/13/2020 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / CHAVEZ Contract Date 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 Cast of Work Completed $840,008.50 Less %Retained $0.00 Net Earned $840,008.50 Earned This Period $840,008.50 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 l 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 $840,008.50 Thursday,February 13,2020 Page 5 of 5 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: VENTANA, PH 3A-1 WATER, SANITARY SEWER,STORM DRAIN,PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 19-0021 CITY PROJCT M N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 31 day of Jan ,, growl'Q,.A tUL Mycoi1,rn,s.r,,� Notary Public in Tarrant County,Texas • ti.. c•:R�3fYI�P.� i . ��� ti r CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0224508 PROJECT: (name, address)Ventana, Phase 3A-1 Fart Worth,TX TO (Owner) �{,—, • IMERITAGE HOMES OF TEXAS,LLC AND THE CITY—] ARCHITECT'S PROJECT NO: CFA 19-0021 OF FORT WORTH CONTRACT FOR: Water,Sewer,Starm,Paving&Street Light Improvements for Ventans,Phase 3A-1 L Tx ,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 Ihars insert name and address of owner) MERITAGE HOMES OF TEXAS. LLC AND THE CITY OF FORT WORTH Tx OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 30th day of January, 2020 BERKLEYINSURANCECOMPANY Surety Company Attest: JL�� (Seal), Signature of Authorized Representative i Morplu Attorney-in-Fact Title NOTE: This form Is to be used as a tompanion document to AIA DOCUMENT 6706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Ediftn ONE PAGE No.BI-7280j 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_ q KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly as 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; -� Robhi Morales;Kelly A. Westbrook; Tina McEwan; Joshua A. Saunders; or Tonie Retranek ofAon Risk Services Southwest, Y 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 00l100 U.S. Dollars (U.S.S50,000,000.00), 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. 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 14 c resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: Z. oRESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute ° `� bonds,undertakings,reco ces,or other suretyship obligations on behalf of the Company, and to affix the corporate seal g , flan tY P g p Y� tF 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 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 RESOLVER,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further ¢ to 5 RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any V 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 ceased to be such at the time when such instruments shall be issued. ❑ p IN WITNESS WHEREOF, the Com ap y has caused these presents to be signed and attested by its appropriate officers and its o corporate seal hereunto affixed this ' day of M a 1$ Attest 8erkle Insurance Corrrpan J (Seal) By By a Ira .Lede an Je fter o Executive Vice President&Secretary e o i den =1XD ti WARNING:THIS POWER INVALID I1+NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. CL STATE OF CONNECTICUT) E ) ss; o COUNTY OF FAIRFIELD } yo Sworn to before me,a Notary Public in the State of Connecticut,this da of y _ s I q , by Ira S. Lederman and Jeffrey M. Hafter who at-c sworn to me to be the Executive Vice Pre 'de and Secretary, the 5cnior Vice President, respectively,of Berkley Insurance CornparMAftIAG.RUNDBAKEN ; NOTARY PUSLIc .2 MY COMMISSION EXPIRES otary Public,State of Connecticut v APPAL 30.2019 . .' CERTIFICATE { I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true,correct ig 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 5 Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full farce and effect as of this date. Given under my hand and seal of the Company,this 30 th day of Janu 020 (Seal) m ent .Forte