Loading...
HomeMy WebLinkAboutContract 43393-FP1 Department ofxp&W Const.Services CITY SEMAW, -� ' DOE# O Dat CONTR CT No. Projectmanager 11117* �� Received By Dep. Of Law Black T WO RT H Business Support Group p Brandy Crane Risk Management Joey Page JUL 15 2014 D.O.E. Brotherton CFA Knight/Scanned❑ n ,/� The Proceeding people have been Contacted concerning the request TION AND PUBLIC WORKS 1,�V� for final payment&have released this project for such payment. F PROJECT COMPLETION I Clearance Conducted By Etta Bacy D.O.E.No: 7009 Regarding contract 43393 for AVONDALE-HASLET RD US 287 TO WATER TANK SITE PHASE 1 as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 07/19/2011 through M&C C-25039 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $2,157,545.62 Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $2,157,545.62 Total Cost Work Completed: $2,105,773.62 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $2,105,773.62 Less Previous Payments: $2,049,288.34 Final Payment Due $56,485.28 a�� 4a �- ReRe o�ed fofAcceptalice Date Asst. Director, TPW - Infrastructure Design and Construction Ci. 'i - _ W////9 AcceptedDate Director, TRANSPORTATION AND Plirl TC WORKS DEPARTMENT City Manager Da(e Comments: FUND ACCT:C204-541200-207230141483 a 1 i /1 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Contract Limits PHASE I Project Type PAVING&STORM DRAIN City Project Numbers 01414 DOE Number 7009 Estimate Number 11 Payment Number 11 For Period Ending 6/15/2014 CD City Secretary Contract Number 43393 Contract Time 21 ED Contract Date Days Charged to Date 290 Project Manager Wilson Contract is .976185 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GREGORY / MILLER,TOM Tuesday,June 17,2014 Page 1 of 8 City Project Numbers 01414 DOE Number 7009 Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Estimate Number 11 Contract Limits PHASE I Payment Number I 1 Project Type PAVING&STORM DRAIN For Period Ending 6/15/2014 Project Funding UNIT III:PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I -------------------------- ------- 1 MOBILIZATION-SERVICES I LS $2,500.00 $2,500.00 1 $2,500.00 2 TRAFFIC CONTROL-INSTALL(PLANS 1 LS $6,500.00 $6,500.00 1 $6,500.00 REQUIRE TX REGISTERED ENGINEER'S SEAL) 3 IMPLEMENTATION OF SWPPP>THAN 1 Ac 1 LS $5,500.00 $5,500.00 1 $5,500.00 SWPPP-INSTALL 4 SIGN-PROJECT DESIGNATION-INSTALL 5 EA $300.00 $1,500.00 5 $1,500.00 5 PORTABLE CHANGEABLE MESSAGE SIGN 180 DY $20.00 $3,600.00 180 $3,600.00 6 SITE PREPARATION-GRUB EXCAVATION- 3 AC $1,000.00 $3,000.00 3 $3,000.00 REMOVE 7 REMOVE EXISTING HMAC PAVEMENT 7250 SY $5.50 $39,875.00 7250 $39,875.00 8 REMOVE EXISTING CONCRETE PAVEMENT 1362 SY $6.00 $8,172.00 1362 $8,172.00 9 PAVEMENT-UNCLASSIFIED STREET 11877.38 CY $4.00 $47,509.52 11877.38 $47,509.52 EXCAVATION-REMOVE 10 FILL MATERIAL-BORROW-INSTALL 1500 CY $8.00 $12,000.00 1500 $12,000.00 I 1 SUBGRADE-LIMEFOR STABILIZATION- 351.8 TN $160.00 $56,288.00 351.8 $56,288.00 INSTALL 12 SUBGRADE-8 INCH LIME STABILIZED- 16752.55 SY $3.00 $50,257.65 16752.55 $50,257.65 INSTALL 13 CONCRETE PAVEMENT-10INCH-INSTALL 16311 SY $45.00 $733,995.00 16311 $733,995.00 14 PAVEMENT-6 INCH HMAC-INSTALL 2230 SY $34.00 $75,820.00 2230 $75,820.00 15 CURB-7INCH-INSTALL 3946 LF $2.50 $9,865.00 3946 $9,865.00 16 CURB-6 INCH-INSTALL 490 LF $2.00 $980.00 490 $980.00 17 CURB&GUTTER-7 INCH W/18 INCH GUTTER 200 LF $22.00 $4,400.00 200 $4,400.00 -INSTALL 18 CONCRETE MEDIAN-INSTALL 1290 SF $4.00 $5,160.00 1290 $5,160.00 19 DECORATIVE PAVEMENT(PREMIUM COST 666.67 SY $81.00 $54,000.27 666.67 $54,000.27 FOR BRICK PAVERS)--INSTALL 20 DRIVEWAY-6 INCH--INSTALL 12330 SF $5.00 $61,650.00 12330 $61,650.00 21 WALK-INSTALL 22375 SF $3.00 $67,125.00 22375 $67,125.00 22 WALK-ADA WHEELCHAIR RAMP-INSTALL 1030 SF $4.00 $4,120.00 1030 $4,120.00 23 GUARDRAIL W/SGT&4"CONC MOW STRIP-- 175 LF $50.00 $8,750.00 175 $8,750.00 INSTALL 24 RIPRAP-INSTALL 5 CY $65.00 $325.00 5 $325.00 25 SIGN-GROUND MOUNT-FURNISH& 45 EA $600.00 $27,000.00 45 $27,000.00 INSTALL-INSTALL(INCLUDES SIGNS,SUPPO Tuesday,June 17,2014 Page 2 of 8 i f i I City Project Numbers 01414 DOE Number 7009 Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Estimate Number I I Contract Limits PHASE I Payment Number 11 Project Type PAVING&STORM DRAIN For Period Ending 6/15/2014 Project Funding 26 PAVEMENT MARKING-SYMBOL&WORDS-- 28 EA $200.00 $5,600.00 28 $5,600.00 INSTALL 27 PAVEMENT MARKING—TRAFFIC BUTTON— 300 EA $4.00 $1,200.00 300 $1,200.00 INSTALL 28 PAVEMENT MARKING-STOP BAR-WHITE- 500 LF $8.00 $4,000.00 500 $4,000.00 18 INCH—INSTALL 29 PAVEMENT MARKING-STRIPING—INSTALL 10400 LF $1.00 $10,400.00 10400 $10,400.00 30 CONDUIT-2 SCH 80 CONDUIT-W/3 NUM 4 5585 LF $11.05 $61,714.25 5585 $61,714.25 AWG&1 NUM 8G—INSTALL t t 31 ELECTRICAL GROUND BOX—INSTALL 14 EA $475.00 $6,650.00 14 $6,650.00 32 LIGHT-ILLUMINATION ASSEMBLY—INSTALL 14 EA $2,395.00 $33,530.00 14 $33,530.00 33 LIGHT-CONCRETE FOUNDATION TYPE 3,5,6 14 EA $890.00 $12,460.00 14 $12,460.00 &8—INSTALL 34 TOPSOIL—INSTALL 274.04 CY $15.00 $4,110.60 274.04 $4,110.60 35 GRASS-SOD—INSTALL 1458.04 SY $3.00 $4,374.12 1458.04 $4,374.12 36 GRASS-HYDROMULCH SEEDING—INSTALL 4124.11 SY $1.00 $4,124.11 4124.11 $4,124.11 37 UTILITY ADJUSTMENTS TO SURFACE 6 EA $100.00 $600.00 6 $600.00 38 REMOVE EXISTING CURB 275 LF $10.00 $2,750.00 275 $2,750.00 39 REMOVE AND REPLACE BARB WIRE FENCE 2239 LF $8,00 $17,912.00 2239 $17,912.00 40 MISCELLANEOUS FORCE ACCOUNT— 105000 FA $1.00 6105,000.00 79614 $79,614.00 INSTALL 41 MISCELLANEOUS UTILITIES FORCE 35000 FA $1.00 $35,000.00 9014 $9,014.00 ACCOUNT--SERVICE i -------------------------------------- Sub-Total of Previous Unit $1,599,317.52 $1,547,945.52 UNIT IV:DRAINAGE t ItemDescription of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I PIPE-48 INCH-CL III—INSTALL 135 LF $120.00 $16,200.00 135 $16,200.00 2 PIPE-48 INCH-CL V—INSTALL BY OTHER 180 LF $825.00 $148,500.00 180 $148,500.00 THAN OPEN CUT I 3 PIPE-36 INCH-CL III—INSTALL 431 LF $85.00 $36,635.00 431 $36,635.00 4 PIPE-30 INCH-CL III—INSTALL 475 LF $75.00 $35,625.00 475 $35,625.00 5 PIPE-24 INCH-CL III—INSTALL 337 LF $66.00 $22,242.00 337 $22,242.00 6 PIPE-21 INCH-CL III—INSTALL 298 LF $61.00 $18,178.00 298 $18,178.00 i 7 INLET-DROP-4 FT —INSTALL I EA $3,000.00 $3,000.00 1 $3,000.00 F 8 INLET-RECESSED-IOFT—INSTALL 6 EA $2,500.00 $15,000.00 6 $15,000.00 i 9 INLET-RECESSED-15 FT—INSTALL 1 EA $3,500.00 $3,500.00 1 $3,500.00 1 Tuesday,June 17,2014 Page 3 of 8 I E f City Project Numbers 01414 DOE Number 7009 Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Estimate Number 11 Contract Limits PHASE I Payment Number 1 I Project Type PAVING&STORM DRAIN For Period Ending 6/15/2014 Project Funding 10 MANHOLE->THAN 4 FT SQUARE—INSTALL 2 EA $2,800.00 $5,600.00 2 $5,600.00 11 MANHOLE-4 FT—INSTALL 1 EA $3,000.00 $3,000.00 1 $3,000.00 12 HEADWALL-24 INCH PIPE(TxDOT TYP CH- I EA $2,500.00 $2,500.00 1 $2,500.00 PW-0)—INSTALL 13 HEADWALL-48 INCH PIPE(TxDOT SET TYP 11) 1 EA $4,000.00 $4,000.00 1 $4,000.00 INSTALL 14 RIPRAP—INSTALL 50 CY $65.00 $3,250.00 50 $3,250.00 15 UNCLASSIFIED CHANNEL EXCAVATION— 600 CY $10.00 $6,000.00 600 $6,000.00 REMOVE 16 MISCELLANEOUS CONCRETE STRUTURE 10 CY $200.00 $2,000.00 10 $2,000.00 (FLUMES) 17 UNCLASSIFIED TRENCH EXCAVATION& 1350 CY $4.00 $5,400.00 1350 $5,400.00 BACKFILL—INSTALL 18 GRASS-HYDROMULCH SEEDING—INSTALL 2000 CY $1.00 $2,000.00 2000 $2,000.00 19 TRENCH SAFETY SYSTEM 5 FOOT DEPTH— 1500 LF $3.00 $4,500.00 1500 $4,500.00 INSTALL 20 CHANNEL-TxDOT 5"CLASS B CONCRETE 453 LF $96.00 $43,488.00 453 $43,488.00 RIPRAP—INSTALL 21 CONNECTION"CUT-IN"TO EXISTING 1 LS $2,500.00 $2,500.00 1 $2,500.00 CONCRETE CHANNEL 22 REMOVE EXISTING 18"PIPE&HEADWALL I LS $2,000.00 $2,000.00 1 $2,000.00 23 REMOVE EXISTING CULVERT SYSTEM& I LS $4,000.00 $4,000.00 1 $4,000.00 HEADWALLS ON NORTH SIDE OF ROAD 24 REMOVE EXISTING DOUBLE 24"CULVERT 1 LS $2,500.00 $2,500.00 1 $2,500.00 AND HEADWALLS Sub-Total of Previous Unit $391,618.00 $391,618.00 UNIT V:TRAFFIC SIGNALS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------------------------- 1 SIGNAL-FOUNDATION FOR SIGNS-TRAFFIC 5 EA $1,970.00 $9,850.00 5 $9,850.00 SIGNALS—INSTALL 2 SIGNAL-SIGNAL HEAD-3 SECTION— 13 EA $735.00 $9,555.00 13 $9,555.00 INSTALL 3 SIGNAL-TRAFFIC SIGNAL CONTROLLER BOX 2 EA $2,720.00 $5,440.00 2 $5,440.00 —INSTALL 4 SIGNAL-TRAFFIC SIGNAL POLE ASSEMBLY 4 EA $1,045.00 $4,180.00 4 $4,180.00 &MAST ARE--INSTALL 5 ELECTRICAL GROUND BOX—INSTALL 5 EA $495.00 $2,475.00 5 $2,475.00 6 CABLE-NUM 8 AWG-STRANDED BARE— 315 LF $0.75 $236.25 315 $236.25 INSTALL Tuesday,June 17,2014 Page 4 of 8 City Project Numbers 01414 DOE Number 7009 Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Estimate Number 11 Contract Limits PHASE I Payment Number 11 Project Type PAVING&STORM DRAIN For Period Ending 6/15/2014 Project Funding 7 CABLE-NUM 8 XHHW BLACK-INSTALL 265 LF $0.95 $251.75 265 $251.75 8 CABLE-NUM 8 SHHW WHITE-INSTALL 265 LF $0.95 $251.75 265 $251.75 9 PAVEMENT MARKING-12 INCH- 522 LF $7.00 $3,654.00 522 $3,654.00 CROSSWALK LINE-WIRTE-INSTALL 10 PAVEMENT MARKING-STOP BAR-WHITE- 134 LF $8.00 $1,072.00 134 $1,072.00 18 INCH-INSTALL 11 SIGN-LARGE OVERHEAD MOUNT-ITEM 4 EA $220.00 $880.00 4 $880.00 PROVIDED BY THE CITY-INSTALL 12 SIGN-MEDIUM-OVERHEAD MOUNP-ITEM 2 EA $100.00 $200.00 2 $200.00 PROVIDED BY THE CITY-INSTALL 13 SIGNAL-10 FT PEDESTAL POLE ASSEMBLY 1 EA $155.00 $155.00 1 $155.00 ITEM PROVIDED BY THE CITY--INSTAL 14 SIGNAL-INTERNATIONAL PEDESTRIAN 10 EA $600.00 $6,000.00 10 $6,000.00 SIGNAL TYPE P-INSTALL 15 SIGNAL-SIGNAL HEAD 4 SECTION VERTICAL 3 EA $925.00 $2,775.00 3 $2,775.00 HEAD TYPE C 16 SIGNAL-MAST ARM STABILIZER-INSTALL 2 EA $185.00 $370.00 2 $370.00 17 SIGNAL-SIGNAL HEAD 5 SECTION VERTICAL 2 EA $1,365.00 $2,730.00 2 $2,730.00 HEAD TYPE E-ITEM PROVIDED BY 18 CONDUIT-2 INCH-RIGID METAL-INSTALL 40 LF $12.00 $480.00 40 $480.00 19 CONDUTI-3 INCH BORE-SCH 40-INSTALL 700 LF $18.00 $12,600.00 700 $12,600.00 20 SIGNAL-OPTICOM CABLE AND DETECTORS I LS $585.00 $585.00 I $585.00 ASSEMBLY-ITEM PROVIDED BY CITY- 21 SIGNAL-RADAR DETECTION SYSTEM-ITEM I LS $1,065.00 $1,065.00 I $1,065.00 PROVIDED BY CITY-INSTAL 22 CABLE-NUM 6 XHHW BLACK-INSTALL 190 LF $1.35 $256.50 190 $256.50 23 BID-01259 95 LF $1.35 $128.25 95 $128.25 24 CABLE-NUM 14-20 CONDUCTOR STANDED 405 LF $5.50 $2,227.50 405 $2,227.50 CABLE-INSTALL 25 CONDUIT-2 INCH-RIGID METAL-INSTALL 105 LF $10.00 $1,050.00 105 $1,050.00 26 CONDUTI-2 INCH-OPEN CUT-SCH 40- 175 LF $5.10 $892.50 175 $892.50 INSTALL 27 DRILL SHAFT(TRF SIG POLE)(30 IN)-INSTALL 10 LF $185.00 $1,850.00 10 $1,850.00 28 DRILL SHAFT(TRF SIG POLE)(36 IN)-INSTALL 36 LF $215.00 $7,740.00 36 $7,740.00 29 CONDT(PVC)(SCH 40)(4') 15 LF $13.60 $204.00 15 $204.00 30 ELEC CONDR(NO 6)BARE 385 LF $1.10 $423.50 385 $423.50 31 TRAY CABLE(4 CONDR)(12 A WG) 275 LF $1.85 $508.75 275 $508.75 32 GROUND BOX TY D(162922)W/APRON 4 EA $520.00 $2,080.00 4 $2,080.00 33 GROUND BOX TY E(122317)W/APRON 2 EA $490.00 $980.00 2 $980.00 Tuesday,June 17,2014 Page 5 of 8 City Project Numbers 01414 DOE Number 7009 Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Estimate Number I 1 Contract Limits PHASE I Payment Number 1 I Project Type PAVING&STORM DRAIN For Period Ending 6/15/2014 Project Funding 34 ELC SRV TY D 120/240 060(NS)SS(E)SP(U) I EA $4,155.00 $4,155.00 1 $4,155.00 35 HIGHWAY TRAFFIC SIGNAL(ISOLATED)— 1 EA $5,100.00 $5,100.00 l $5,100.00 INSTALL 36 BACK PLATE(12 IN)(3 SEC) 5 EA $48.00 $240.00 5 $240.00 37 BACK PLATE(12IN) (4 SEC) 3 EA $54.00 $162.00 3 $162.00 38 TRAFFIC SIGNAL CABLE(TY A)(12 A WG)(16 495 LF $3.25 $1,608.75 495 $1,608.75 CONDR) 39 TRAFFIC SIGNAL CABLE(TY A)(14 A WG)(7 384 LF $1.40 $537.60 384 $537.60 CONDR) 40 TRAFFIC SIGNAL PL AM(S)1 ARM(24')— 1 EA $4,320.00 $4,320.00 1 $4,320.00 INSTALL 41 TRAFFIC SIGNAL PL AM(S)1 ARM(36')— 1 EA $5,880.00 $5,880.00 1 $5,880.00 INSTALL 42 TRAFFIC SIGNAL PL AM(S)1 ARM(44')LUM— 2 EA $7,300.00 $14,600.00 2 $14,600.00 INSTALL 43 PEDESTRIAN DETECT(2 INCH PUSH 2 EA $1,990.00 $3,980.00 2 $3,980.00 BUTTONS)—INSTALL 44 RADAR PRESENCE DETECTOR 4 EA $6,785.00 $27,140.00 4 $27,140.00 45 RADAR ADVANCE DETECTION DEVICE 2 EA $7,670.00 $15,340.00 2 $15,340.00 -------------------------------------- Sub-Total of Previous Unit $166,210.10 $166,210.10 -------------------------------------- Tuesday,June 17,2014 Page 6 of 8 City Project Numbers 01414 DOE Number 7009 Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Estimate Number I I Contract Limits PHASE I Payment Number 1 I Project Type PAVING&STORM DRAIN For Period Ending 6/15/2014 Project Funding Contract Information Summary Original Contract Amount $2,157,545.62 Change Orders Total Contract Price $2,157,145.62 Date U Total Cost of Work Completed $2,105,773.62 acto Less %Retained $0.00 Net Earned $2,105,773.62 ' �t�^ Date!' �✓ Earned This Period $56,485.28 nspection Supe is Retainage This Period $0.00 Date�'I i't 4- Less Liquidated Damages Project Manager Days @ /Day $0.00 Date O LessPavement Deficiency $0.00 ns. *reC7to ./ I , � } Less Penalty $0.00 i�. Ll -Date ��� Less Previous Payment $2,049,288.34 Director ontracting Department Plus Material on Hand Less 15% $0.00 ` Balance Due This Payment $56,485.28 Tuesday,June 17,2014 Page 7 of 8 City Project Numbers 01414 DOE Number 7009 Contract Name AVONDALE-HASLET RD US 287 TO WATER TANK SITE Estimate Number 1 I Contract Limits PHASE I Payment Number 11 Project Type PAVING&STORM DRAIN For Period Ending 6/15/2014 Project Funding Project Manager Wilson City Secretary Contract Number 43393 Inspectors GREGORY / MILLER,TOM Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 210 CD 5327 WICHITA ST Days Charged to Date 290 CD FORT WORTH, TX 76119 Contract is .976185 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $2,105,773.62 Less %Retained $0.00 Net Earned $2,105,773.62 Earned This Period $56,485.28 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 $2,049,288.34 j Plus Material on Hand Less 15% $0.00 Balance Due This Payment $56,485.28 i t (1 Tuesday,June 17,2014 Page 8 of 8 i E I E f CONSENT OF SURETY ONVNER ❑ TO FINAL PAYMENT ARCHITECT 0 CONTRACTOR O AIA Document G707 Bond No. 929555685 SUR>:�v fa (Instructions on revet"Ke side) Bond No. 58S203598 OTIM D TO OWNER: ARCHITECTS PROJECT NO.:5764-00 (Nanre an)addmW Wal-Mart Stores, Inc. CONTRACt'FOR: Construction 2001 S.E. 10th St. Bentonville,AR 72716 PROJECT: CONTRACT DATED: (Ner»r and arGhvu, Wal-Mart#5764-00 Fort Worth (Haslet),TX In amor( ince with the pmvisk)ns of the Contact between the Owner mid the Contractor as indicated above,the (hunt amue•and df*bw001n4y) Continental Casualty Company Liberty Mutual Insurance Company 333 Wabash Avenue 175 Berkeley Street Chicago, IL 60604 Boston, MA 02116 SURM, on bond of flayed rrmrtrm+dnGlresofCcvrlrYuYar) Satterfield & Pontikes/CARCON, a joint venture 11000 Equity Drive, Suite 100 Houston,TX 77041 CONTRACtOR hereby approve,;of the final payment to the Contractor,and agrees that 13runl payment to the Qsntractor shall not relieve the Surety or any of its obligations to flawd name caul rxhhesc e{rOrtv,er) Wal-Mart Stores, Inc. 2001 S.E, 10th St. Bentonville,AR 72716 OWNER, :vs xet rorth In said Surety's bond. IN NVn NE5S W@IEREOF,the Su1Ety has hereontoset ICs tumdon this date: February24,2014 (lrue»v G,urrhµ,Le ururrrGfallrxrcrlbr d e rrrunr tc rGrrrrtrul)t+ar.) Continental Casualty Company Liberty Mutual Insurance Qompany (vrrrtY! qAshlett Ru ell Attorney-i -Fact rti,rrru+, ra,+calm) r,mvuad,e, Attest- Ashley Britt Russell Attorney-in-Fact i Brett A.Tisdale,witness MA DOCUMENT 0707•WN%FNr OP SUXI:.W IO MNM pAYMMI'•W41-MON-'AIA 01994-TNRAMFYXAN mTnnr OPAW1iTEM,1731 MW YORK AYPNUF,MV,WASN- NOTOM D.c,20LO&SM• G707,-1994 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,"that Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading„Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue oi'thc sigmttures and seals herein affixed hereby make,constitute and appoint Joni Bowen, David G Miclette, Samuel F Bowen, Edward G Britt Jr, Barry K Me Cord, Kristi Lovett, Mary Ann Garcia,Robert C Davis,David T Miclette,Ashley Britt Russell,Heather Notes,Brett A Tisdale,Individually of Houston,"tX,their true and lawful Attomcy(s)-in-Fact with full power and audhority hereby conferred to sign,seat and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -in Unlimited Amounts- and to bind them thereby as fully and to the sante extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. "Phis Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness'Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 25th day of July,2013. �Asugtrp %%SUN. Continental Casualty Company National Fire Insurance Company of Hartford COAPORAIE S �t' vv+t M4?t, American Cas alts Company of Reading,Pennsylvania z JULY n, �i 9ElUlxx • t ti Paul T.BruBat Av Vice President State of South Dakota,Comity of Minnchaha,ss: On this 25th day of July,2013,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR txrrtuvPuaucS IS SOUTHOAVC07A ' My Commission Expires June 23,20 15 J. Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attomey herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the rev 'e e cof is still in force. to 'moray whereof 1 have he unto s scribed my name and affixed the seal of the said insurance companies this day of casu��r tt+5ua fro, Continental Casualty Company L National Fire Insurance Company of Hartford cORA*s o �, Wtfe American Casualty Company of Reading,Pennsylvania o rut t. u SEAL 1897 D.Bull Assistant Secretary Form F6853-4/2012 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attomey limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.6ii'kk I!! American Fire and Casualty Company Liberty Mutual Insurance Company The Chip Casualty Insurance Company West American Insurance Company i 4 f POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That American Fire&Casuatty Company and The Ohio Casualty Insurance Company am corporations duly organized under the laws of Hie State of New Hampshire,that Liberty fvtutuat Insurance Company is a corporation duty organize under the kmvs of the Slate of Massachusetts,and West American insurance Company is a corporation duty organized under the taws of the State of Indiana(herein collectively called tare'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Ashley Britt Russell:Barry McCord;Brett A.Tisdale;David G.Miciette:David T.MiCletle.Edward G.Brftt_,Jr�Heather Noles;Joni Bowen; I Krish Lovett;Mary Ann Garcia;Robert C,Davis all of the city of I lousion stale of TX each Individually if there he more than one named,its true and lawful attorney-in-fact to nrake,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of Ihm presents and shall be as binding upon the Gonipanies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. i IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of[lie Companies and the corporate seals of the Companies have been affixed 1 thereto thLs rrn day of December aura American Fire and Casualty Company rJ The Ohio Casualty Insurance Company Liberty Mutual Insurance Company m Wrest American Insurance Company � By: «< C STATE OF PENNSYLVANIA ss David M.Carey:A_4sistant Secretary g COUNTY OF MONTGOMERY r tM On this lyiit day of Dgcernber X01 a_ before me personalty appeared David M_ Carey,who acknowledged himself to be the Assistant Secretary of American Fire u v ot and Casualty Company,Liberty trtutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that lie,as such,being authorized so to do, y, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer.L_ to C a) 5 IN WITNESS WHEREOF,I have hereunto subscribed myname,and affixed my notarial seal at Plymouth Meeting Pennsylvania on the day and year first above written: 4 b By, Teresa Pesterla Notary Public ay ori Q p CL r R This PovrerofAttorney is made and executed pursuattf to aM1iy iiithbmy of the fotowing By-laws and Authorizations ofAmerican Fire and Casualty Company,The Ohio Casualty Insurance 06 ori` Company,Liberty Mutual Insurance Company,std Wes!9rriaixv3ti Insurance Company which resokutfons are now in full farce and effect reading as follows: ru d ARTICLEIV—OFFICERS—Section 12 Power of-Afforney.Any officer or oftrofficWof the Corporation autharized forthat purpose In wON by the Chairinan ortho President.and subject 014 F2 to such Innnitation as the Chairman or the President may prescribe,shall appoint such attorneys-infacl,as may be necessary to act in behaff of the Corporation to make,execute,seal, .aaattt O S acknowledge and deriver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such ariomeysan-fact,subject to the limitations set forth in their respective � pourers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instrumanis and to attach thereto the seat of the Corporation. When so ' O executed,such instruments shall be as binding as it signed by the President and attested to by Ute Secretary.Any power or authority granted to any representative or aftomey-in-fact under ? the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE Xlll—Execution of Contracts—SECTION 5.Surety Ponds and Undertakings,Any officer of the Company authorized for that purpose in writing by the chairman or the president. > tu and subject to such limitations as the chairman or the president may prescribe,shall appoint such aifomeys-ht-fact,as may be necessary to act in behalf of the Company to make;execute, Q 'S seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their c Z v respective powers of ahomay,shall have full pouter to bind the Company by their signature and execution of any such instruments and to attach thereto the sea]of the Company. Man so 0 o executed such instruments shall be as binding as it signed by the president and attested by the secretary. g'Q Certificate of Designation—Tits President of the Company,aching pursuant to the Bylaws of the Company.authorizes David M.Carey,Assistant Secretary to appoint such attomeys-fn- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deriver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company/s Board of Directors,the Company consents that facsitnite or machanicaily reproduced signature of any assistant secretary of the I Company,wherever appearing upon a eertified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with j the same force and effect as though manually Wbvd. i 1.Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fm and Casualty Company.The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby ce"that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Atomey executed by said Companies,is in full force and effect and has not been revoked. j IN TESTIMONY WHEREOF,I have hereunto sot my hand and affixed the seals ofsaid Companies this A_Lday of dG 20Z Byt Gregory W.Davenport,Assistant Secretary j 1138 of 500 LMS_121V13 122013 AFFIDAVIT OF TOTAL RELEASE AND CERTIFICATION OF ALL BILLS PAID THE UNDERSIGNED hereby certifies that he(or she)has examined and is authorized and empowered to execute this Affidavit as the owner,partner,or officer as[lie case may be,of the contractor named below("the Contractor")employed in connection with the construction project("the Project")mentioned below. In consideration for the full and final payment[o the Contractor for all services in connection with the Project,the Contractor hereby releases and waives all liens and claims to liens which the Contractor may have on or affecting the Project or Project property as a result of[he Contractor's contract(s) for the Project or for performing labor and/or furnishing materials[hat are in any way connected with any construction of any building(s)or improvement(s)for[he Project whether on the Project property or elsewhere. The Contractor further certifies and warrants that all subcontractors of labor and/or materials supplied to,for,through or at the direct or indirect request of(lie Contractor and/or subcontractor have been paid. I. Satterfield&Pontikes_Construction. Inc. (Print or type the Firm or individual name of the Con(ractor) 2. 6220 N Belthe j3Qs uite 200leying,T) 750.63 (Print or type the Contractors address) 3. Mel Rasmussen Print or type the name of the person signing for the Contractor) 4. Vice President (Print or type the position of the person signing for the Contractor) 5. Description of the Project(use an additional page,if necessary): 6. Date that the project was totally completed: AUgUst 21,2013 _ The undersigned certifies that the foregoing information is true and correct and acknowledges that the owner of the Project has placed a material reliance on such information in directing final payment to the Contractor. EXECUTED this _ 29th day of--Octobe ,2013 (Tri be hie by the person shown in Item 3 above) Subscribed and sworn before me this 29th day of O CAober 1 .2013— Notary 2013__.Notary Public: — My.Commission.Expires: ve;z' END OF AFFIDAVIT Tammy Mln i+ My Commission Expires 0312212017 01770-8 Walmart#5764—Ft.Worth(Haslet),TX(080500 1) June 12,2012 alrt V Val 1 art Real Estate 2001 SE 10"Street Bentonville.AR 72716 Michael Allan Phone 479.204.0106 Fax 877 95 1.8618 hlichaol.Allan@u wal-mart.com wym walmartcom June 24, 2014 Mr. Thomas Miller Inspector City of Fort Worth 8851 Camp Bowie West, 3`d Floor Fort Worth, Texas 76116 Re: Letter Regarding No Liquitated Damages Being Seeked Unit I -Water & Sanitary Sewer Improvements, Unit II - Paving, Drainage, and Traffic Signal Improvements Avondale-Haslet Road from U.S. Hwy. 287 to Water Tank Site Fort Worth, Texas (Lot 1 and 3, Block 1 VISTA CROSSROADS ADDITION) Water Project No. P265-607140141483 D.O.E. 6306 City Project No. 01414 Dear Mr. Miller: Please be advised that Wal-Mart Stores Texas, LLC will not be seeking liquidated damages from Satterfield & Pontikes Construction, Inc. on the above referenced project as a result of the completion of the project construction not occurring within 210 days if beginning, as noted in the Part B-Proposal of the City of Fort Worth Specifications and Contract documents entered into between Satterfield & Pontikes Construction, Inc. and Wal-Mart in January 15, 2013. Should you have any questions please do not hesitate to contact me. Sincere _ 1 Michael Allan Director Wal-Mart Stores Texas, LLC FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Naare of Contractor Project Name Satterfield&Pontilces Construction,Inc Avondale Haslet Phase 1 DOE Inspector DOE Number Thomas Miller 7009 DOEInspector Project Manager E Water 2 Waste Water❑ Storm Drainage Pavement Patric Buckl /Leon Wilson Initial Contract Amount ProjeG Difficulty $3,370,878.12 O Simple QQ Routine O Complex Final Contract Amount Date $3,370,878.12 6/17/2014 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(X) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 1 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 1 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 336 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 336 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] *100%) 336 / 448 = 75% Performance Category Good <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%—Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector -- Signature Contactor Z� Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS c TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FoRTWORTHREV:02/22;07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I PROJECT INFORMATION Date: 6/17/2014 Name ofConlractor Projecl Name 'Satterfield&Pontikes Construction,Inc Avondale Haslet Phase 1 DOE Inspector Project Manager Thomas Miller Patric Buckl /Leon Wilson DOE Number PiojectDffficulry TvpeofContract 7009 O Simple QQ Routine Q Complex 0 Water❑✓ Waste Water❑ Storm DrainageEl Pavement Initial Contracl Amonnl Final Con tract Annount $3,370,878.12 $3,370,878.12 11)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availabili of Ins ector L Z I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of S ecifications 4 Display Of Professionalism 4 Accurac of Plan Quantities y 5 Citizen Complaint Resolution q PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs ly 1 Knowledge And/Or Problem Resolution y ADMINISTRATION 2 Availability of Pro'ect Manager y I Change Order Processing Time 3 Communication 2 Timliness of Contractor Pa nents 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contactor Signature DOE Inspector - /J Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS P The City of Fort Worth•1000 Throclunorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I I NAME OF PROJECT: Avondale-Haslet Road-West From US 287 to Water Tank Site PROJECT NO.: 1414 CONTRACTOR: Satterfield&Pontikes Constr DOE NO.: 7009 PERIOD FROM 02/11/13 TO: 05/14/14 FINAL INSPECTION DATE: 14-May WORK ORDER EFF ECTIVE:2/11/2013 CONTRACT TIME: 210 ) Wo 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 OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 0 0 0 PREVIOUS PERIOD -2 290 288 TOTALS j TO DATE -2 290 288 *REMARKS: *Corrections for days charged on 4-31-13 and 9-31-13.These days do not exist. CCTOR AT SPECTOR DATE ENGINEERING DEPARTMENT E The City of Fort Worth•1000 Thtoclmorton Street•Fort Worth,TX 76012-6311 ICY (817)392-7941 •Fax:(817)392-7845 MEMORANDUM DATE: July 25,2014 TO: TPW& Water Fiscal Staff FROM: Leon Wilson,P.E., TPW/Infiastiucture Design& Construction'��--� SUBJECT: Avondale-Haslet Wal-Mart CFA Final Pay, CS#43393 Please find attached the green sheet and payment invoice for Avondale-Haslet Walmart CFA Final Pay, CS#43393. The payment due to Wal-Mart is as follows: Water: $559,138.70 , FAC: P265 539140 607140141483 TPW: $911,351.18 FAC: C204 541200 207230141483 During the course of the project monthly pay estimates were completed by City staff for the project to track quantities completed by the developer's contractor, Conatser,but no payments were processed. The contract values on the pay estimate are total values, but the City is only responsible for the amounts listed above. LW ASS �re,r - UA . . . Attachment an CU.J r4y ,5 . 0. MW V OLN e,5�; e J'd 5 7E 'R. E'R \� � � � � _. \ � , { :§.:a, ] cr \� \\\\/\ .......... \ �}\ kk Ic! /}!2G!! Eli Crane, Brandy From: Wilson, Leon Sent: Friday,July 11,2014 3:22 PM To: Knight,lana; Buckley, Patrick Cc: Phillips, Martin;Geho,Julie;Crane, Brandy Subject: FW: P265-01414, DOE 7009, CS 43393-Avondale Haslet Jana/Pat, I need your help on how to correctly route the green sheet for a developer project. The project has a CFA agreement for both TPW and Water with City participation from both departments.The developer,Wal-Mart has been paying the contractor directly. The City has been producing pay estimates every month but no payments have been made. 1. Should the green sheets have the total value due to the developer per the CFA? 2. What back up should be included for the payment to the developer? Sorry for the questions,but I do not normally handle developer projects. Brandy/Julie-Please hold the greensheets when you receive them. Thanks. Leon Wilson, Jr., P.E. Senior Professional Engineer Transportation and Public Works Department 1000 Throckmorton Street Office Phone: (817)392-8883 Cell Phone: (682)432-4192 Leon.W ilsonQfortworthtexas.g_ov City of Fort Worth— Working together to build a strong community. FORT WORTH.: From: Geho,Julie Sent: Friday,July 11, 2014 3:06 PM To: Wilson, Leon; Kaminska,Wieslawa (Viesha) Subject: P265-01414, DOE 7009, CS 43393 1 received a green sheet today with water participation on it. I do not however have a copy of a contract for this project. Nor have we paid any invoice for this project. I have to have a copy of the contract/agreement and an Amendment showing Water participation ASAP.Thanks. Julie A. Geho Office Assistant U Water Department 1 817-392-8240 iulie. e�ho@fortworthtesas.yo_v City of Fort Worth— Working together to build n strong community FORT WORTH Follow Fort Worth E © & MI z