HomeMy WebLinkAboutContract 49472-FP1 City Secretary 49472 -FP1
Contract No.
FORTWORTH, Date Received Feb 27,2020
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: MAGNOLIA AVE MULTIFAMILY
City Project No.: 100991
Improvement Type(s): 0 Paving 0 Drainage ❑ Street Lights ❑ Traffic Signals
Original Contract Price: $257,825.36
Amount of Approved Change Order(s): $24,803.50
Revised Contract Amount: $282,628.86
Total Cost of Work Complete: $282,628.86
(59#91t�GCG (hq0#
Gene McCutcheon(Feb 24,2020) Feb 24,2020
Contractor Date
Project Manager
Title
Rampart
Company Name
W�MA Hft'in„ aatteE , Feb 25,2020
Project Inspector Date
FRED EHIA(Feb 25,2020 Feb 25,2020
Project Manager Date
Lx/2 L21411J'
Laurie Lewis(Feb 26,2020) Feb 26,2020
CFA Manager Date
a Dana Buurrghdoff(Pdb 26,2010 Feb 26,2020
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: MAGNOLIA AVE MULTIFAMILY
City Project No.: 100991
City's Attachments
Final Pay Estimate x❑
Change Order(s): X Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 270 CD Days Charged: 750
Work Start Date1/18/2018 Work Complete Date: 2/6/2020
Page 2of2
FORTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name MAGNOLIA AVE MULTIFAMILY
Contract Limits
Project Type PAVING&DRAINAGE
City Project Numbers 100991
DOE Number 0991
Estimate Number 1 Payment Number 1 For Period Ending 2/18/2020
CD
City Secretary Contract Number Contract Time 270:D
Contract Date Days Charged to Date 750
Project Manager NA Contract is 100.00 Complete
Contractor RAMPART CONSTRUCTION
4811 MERLOT AVE,STE 110
GRAPEVINE, TX 76051
Inspectors OWEN / HORN
Tuesday,February 18,2020 Page 1 of 5
City Project Numbers 100991 DOE Number 0991
Contract Name MAGNOLIA AVE MULTIFAMILY Estimate Number I
Contract Limits Payment Number I
Project Type PAVING&DRAINAGE For Period Ending 2/18/2020
Project Funding
PAVING
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
---------------------------------------
1 REMOVE ADA RAMP 4 EA $250.00 $1,000.00 4 $1,000.00
2 REMOVE CONC PVMT 1000 SY $1.85 $1,850.00 1000 $1,850.00
3 REMOVE ASPHALT PVMT 870 SY $2.74 $2,383.80 870 $2,383.80
4 REMOVE CONC CURB&GUTTER 950 LF $2.00 $1,900.00 950 $1,900.00
5 HYDRATED LIME 13 TN $175.00 $2,275.00 13 $2,275.00
6 6"LIME TREATMENT 825 SY $9.74 $8,035.50 825 $8,035.50
7 8"LIME TREATMENT 85 SY $10.51 $893.35 85 $893.35
8 6"CONC PVMT 825 SY $47.00 $38,775.00 825 $38,775.00
9 4"CONC SIDEWALK 9500 SF $5.35 $50,825.00 9500 $50,825,00
10 7"CONCRETE DRIVEWAY 765 SF $5.15 $3,939.75 765 $3,939.75
11 BARRIER FREE RAMP 2 EA $2,500.00 $5,000.00 2 $5,000.00
12 BARRIER FREE RAMP 2 EA $2,500.00 $5,000.00 2 $5,000.00
13 6"CONC CURB AND GUTTER 1350 LF $20.00 $27,000.00 1350 $27,000.00
14 TRAFFIC CONTROL 3 MO $5,000.00 $15,000.00 3 $15,000.00
15 CEMENT CO#1 8.39 TN $150.00 $1,258.50 8.39 $1,258.50
16 ROAD BOND CO#1 10 GA $119.50 $1,195.00 10 $1,195.00
17 2"ASPHALT PVMT TYPED CO#1 1290 SY $10.50 $13,545.00 1290 $13,545.00
18 PAVEMENT PULVERIZATION CO#1 1290 SY $4.50 $5,805.00 1290 $5,805.00
19 VALVE BOX ADJUSTMENT CO#1 6 EA $400.00 $2,400.00 6 $2,400.00
20 MANHOLE ADJUSTMENT CO#1 1 EA $600.00 $600.00 1 $600.00
-----------------------------
Sub-Total of Previous Unit $188,680.90 $188,680.90
DRAINAGE
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
- ------ - ------------------
1 REMOVE 10'CURB INELT 2 EA $1,148.00 $2,296.00 2 $2,296.00
2 TRENCH SAFETY 55 LF $1.00 $55.00 55 $55.00
3 21"RCP 35 LF $195.00 $6,825.00 35 $6,825.00
4 24"RCP 20 LF $783.00 $15,660.00 20 $15,660.00
5 10'CURB INLET 2 EA $5,790.00 $11,580.00 2 $11,580.00
6 4"CURB DRAIN 25 LF $601.00 $15,025.00 25 $15,025.00
Tuesday,February 18,2020 Page 2 of 5
City Project Numbers 100991 DOE Number 0991
Contract Name MAGNOLIA AVE MULTIFAMILY Estimate Number I
Contract Limits Payment Number 1
Project Type PAVING&DRAINAGE For Period Ending 2/18/2020
Project Funding
7 3"X 12"CURB DRAIN 20 LF $241.00 $4,820.00 20 $4,820.00
--------------------------------------
Sub-Total of Previous Unit $56,261.00 $56,261.00
STREETSCAPE
Item Description of Items Unit Unit Cost
Estimated Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
1 CONDUIT BOX 3 EA $9.40 $28.20 3 $28.20
2 FURNISHANSTALL CONDUIT SCH 80 PVC 2" 1000 LF $6.30 $6,300.00 1000 $6,300.00
OPEN CUT
3 FURNISH/INSTALL CONDUIT SCH 80 PVC 2" 44 LF $6.90 $303.60 44 $303.60
BORE
4 6"-12"TREE REMOVAL 2 EA $250.00 $500.00 2 $500.00
5 12"-18"TREE REMOVAL 3 EA $250.00 $750.00 3 $750.00
6 18"-24"TREE REMOVAL 2 EA $300.00 $600.00 2 $600.00
7 24"AND LARGER TREE REMOVAL 2 EA $350.00 $700.00 2 $700.00
8 PLANT 4"TREE 27 EA $300.00 $8,100.00 27 $8,100.00
9 FURNISH/INSTALL 120-240 VOLT SINGLE 1 EA $1,550.00 $1,550.00 1 $1,550.00
PHASE METERED PEDESTAL
10 FURNISH/INSTALL 10'-14'WASHINGTON 15 EA $650.00 $9,750.00 15 $9,750.00
STANDARD LIGHT POLE&FIXTURE LED
11 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 3132 LF $1.63 $5,105.16 3132 $5,105.16
12 REMOVE AND REINSTALL SIGN PANEL AND 2 EA $2,000.00 $4,000.00 2 $4,000.00
POST
Sub-Total of Previous Unit $37,686.96 $37,686.96
Tuesday,February 18,2020 Page 3 of 5
City Project Numbers 100991 DOE Number 0991
Contract Name MAGNOLIA AVE MULTIFAMILY Estimate Number I
Contract Limits Payment Number 1
Project Type PAVING&DRAINAGE For Period Ending 2/18/2020
Project Funding
Contract Information Summary
Original Contract Amount $257,825.36
Change Orders
Change Order Number 1 $24,803.50
Total Contract Price $282,628.86
Total Cost of Work Completed $282,628.86
Less %Retained $0.00
Net Earned $282,628.86
Earned This Period $282,628.86
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 $282,628.86
Tuesday,February 18,2020 Page 4 of 5
City Project Numbers 100991 DOE Number 0991
Contract Name MAGNOLIA AVE MULTIFAMILY Estimate Number 1
Contract Limits Payment Number 1
Project Type PAVING&DRAINAGE For Period Ending 2/18/2020
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors OWEN / HORN Contract Date
Contractor RAMPART CONSTRUCTION Contract Time 270 CD
4811 MERLOT AVE,STE 110 Days Charged to Date 750 CD
GRAPEVINE, TX 76051 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 $282,628.86
Less %Retained $0.00
Net Earned $282,628.86
Earned This Period $282,628.86
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 $282,628.86
Tuesday,February 18,2020 Page 5 of 5
;a au D O 0 m O — TI (f) (� () 0
N < O z o A c) � m m D 0m D z O
(D �' � m z � � > z C- �* m m
Dr
Dn nmm00 -i 0 n
0
z > 0m p 0
mmo O O m � D m A o D 0- C- C
m D m y D nO O 1 m n
U) z y
� OmzDn
ff1
*k
m 3 O
O 0
0 m
z
ov 0 m N D D D o D�
n o 0 0 0 0 5 CD
0 W � p w o
O
.N+ 0 0 0 0 0 0 m � N N•
o D D <
m
0 -n O (n c
n m rn m m
OL m
rt
0 0 0 0 0 0 0M 0 _ r0
�^ o0
v Al T
� - m
m m <
lb� �, rtm ' D
0 0 0 0 0 o 0 C
N 0 0 0 0 0 0 D D
N G ' m
r 0 m T -u C) 3• m
00 n A O 0 ,O
o 0 0 0 0 0 '� (D
(D
0 N (D Z Z D 0)
0 0 Q O`
0 0 � 9m
O m 0
to
00 ? W D
0) CO -coO O OC '�0 O > 0
N o w � O o V m z
00 0
N co C O o O a Z r z
0) 00 O
N �-y 00
00
0 Z <p cp O
iN'I• o 0 0 0 0 0 o N N
N OD 0 0
N O z
0 V � � O
N G
rn is 0
O O O
O s O O N
O O O
N O O O
T
N z
o 0 ;D (�
O o 0 0 0 0 o m W mD
0 0 0 0 0 0 0 ' Z
y z m
0
o 00
0
w w w r
V fA V fA Vi V
O :a, O O CO
O O O O O O
O O/ O O 0) m
M m m m
� r
o 0 0 0 0 0
0 0 0 0 0 o n
0 0 0 0 0 o m
0
O
°ate
0 0 0 -<
v
C 1
I
(D o
0 'j1
z
N .0 y O
x —z- _z
D D D D D
l� �a
m
0 _
D q
m � )v vl
� d g:
m
0 5
o M. ti m M O 7 �' n
nv w O v N
n O W : ZZZZZ Z4ET
3 n a KD D DD D` A
o
N O N Z 3 5.
z ry N
0 o G d � m
m� 8
m m m v o»
0 a�
o w
pQ °o'a awao o w 1 rL
0
a Oita
�m off. �.
mZ �o
in ?a U z
n (D r z =�
O n
tr'_Z a m
N_
'' N 'p m
(n9 � y
p 0.-
=1 m O
m .o v -1
d < ET
m
W
m W
P
m = y . m
@ o �\ mm U n
N N c�1 fC� � C w OW
❑vi p p in to
C ( :' NO .9 _ C" .N"
q0 c ooy W co
mz '4 occflw
? L
to N J < proj NO '� S'
a o < m o0,o
00
'Lp1ro do aN o A
o a c x -p a -{
o c 3 a
• < >
O w ;° 5 iCL
aZi U 3: a 0
N b m u o
o ,
T
m j
n ; two
r to /I) 0 N
Q µ �
0
:3 to(A NN�Z
OO '
n r' 0 0 o 0 0 00
m
a o
IV Q
0 pp U
.D a p po ,Uoi fwll � D
p o 0 o VI r
N o 0 o g o 0
N
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 Douglas M. Sorey,
Area Manager Of Rampart Multifamily,LLC, 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 fizrnishing 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;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
Magnolia Avenue Multifamily
BY
glas M. S ey, Area Manager
Subscribed and sworn before me on Zs date 20th ebruary, 2020,
��•��'Y'Pii��a COREY BAXTEfi
Notary Public, State of Texas
%^�• ,wE Comm. Expires 06-15 2020
Nowry ID 3207693
Notary Public
Tarrant County
State of Texas
006219-1
MAINTENANCE BOND
Pagel of 3
1 SECTION 00 62 19
2 MAINTENANCE BOND Bond 4SUR0052097
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we C-Con Services, Inc. ,known as"Principal"herein and Argonaut Insurance
9 CompanX, a corporate surety(sureties, if more than one) duly authorized to do business in the
10 State of Texas, known as "Surety"herein(whether one or more), are held and firmly bound unto
11 the Developer, Rampart Construction Company, LLC authorized to do business in Texas
12 ("Developer")and the City of Fart Worth, a Texas municipal corporation ("City"), in:the`sum of
13 Thirty-Nine Thousand, Five Hundred Forty-Five Dollars ($39,545.00----), lawful money of the
14 United States,to be paid in Fort Worth,Tarrant County, Texas, for payment of which sum well
15 and truly be made jointly unto the Developer and the City as dual obligees and their successors,
16 we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and
17 severally, firmly by these presents.
18
19 WHEREAS,Developer and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Worth by and through a Community facilities
21 Agreement, CFA Number 02511; and
22 WHEREAS,the Principal has entered into a certain written contract with the Developer
23 awarded the 2nd day of August,2017, which Contract is hereby referred to and a made part
24 hereof for all purposes as if fully set forth herein, to furnish all materials,equipment labor and
25 other accessories as defined by law, in the prosecution of the Work, including any Work resulting
26 from a duly authorized Change Order(collectively herein,the"Work") as provided for in said
27 Contract and designated as Site Utilities for Magnolia Ave Multi-Family and
28
29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
30 accordance with the plans, specifications and Contract Documents that the Work is and will
31 remain free from defects in materials or workmanship for and during the period of two (2)years
32 after the date of Final Acceptance of the Work by the City ("Maintenance Period");and
33
CITY OF FORT WORTH
STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS
Revised January 31,2012
006219-2
MAINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2 upon receiving notice froin the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4
5 NOW THEREFORE, the condition of this obligation is such that if Principal shall
6 remedy any defective Work, for which timely notice was provided by Developer or City, to a
7 completion satisfactory to the City,then this obligation shall become null and void; otherwise to
8 remain in full force and effect.
9
10 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely
11 noticed defective Work, it is agreed that the Developer or City may cause any and all such
12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13 by the Principal and the Surety under this Maintenance Bond; and
14
15 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in
16 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Dort
17 Worth Division; and
18
19 PROVIDED FURTHER,that this obligation shall be continuous in Mature and
20 successive recoveries may be had hereon for successive breaches.
21
22
23
CITY of FORT WORTH
STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS
Revised January 31,2012
006219-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 17th day of September,2019.
3
4 PRINCIPAL:
5 C-Con Services,Inc.
6
7
8 BY:
Sig ure
I0 ATT
ST:
is E,��f 6 Co t n� �r�s dd
13 ( i ipal) Secretary Name and Title
14
15 Address: 118 Hillside Drive
16 Lewisville,TX 75057
l7
18 Witness as to P incipal
19 SURETY:
20 JArgonaut Insurance Company
21
22 rfj�
23 BY:
24 �' Si�ure
25
26 Linda Michelle Stalder,Attorney-in-Fact
27 ATTEST: Name and Title
28
29 Address: 13100 Wortham Center Drive
30 (Surety)Secretary Suite 290 Houston TX 77065
31
32 ��
33 Witness as to Surety Telephone Number: 210-321-8400
34
35 *Note: If signed by an officer of the Surety Company, there trust be on file a certified extract
36 from the by-laws showing that this person has authority to sign such obligation. If
37 Surety's physical address is different froni its mailing address,both must be provided.
38
39 The date of the bond shall not be prior to the date the Contract is awarded.
40
CITY OP TORT WORTH
STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS
Revised January 31,2012
Argonaut Insurance Company
Deliveries Only: 225 W. Washington, 24th Floor
Chicago, IL 60606
United States Postal Service: P.O. Box 469011, San Antonio, TX 78246
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company,a Corporation duly organized and existing under the laws of the State
of Illinois and having its principal office in the County of Cook,Illinois does hereby nominate,constitute and appoint:
Andrea Rose Crawford Troy Russell Key,Debra Lee Moon Sammy Joe Mullis Jr. John William Newby,Sandra Lee Roney,Linda Michelle Slalder,
Christonher Carl Sundberg
Their true and lawful agent(s)and attomey(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for
and on its behalf as surety,and as its act and deed any and all bonds,contracts,agreements of indemnity and other undertakings in suretyship provided,
however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of:
SA000.000.00
This Power of Attorney is granted and is signed and sealed under and by the authority of the fallowing Resolution adopted by the Board of Directors of
Argonaut Insurance Company:
"RESOLVED,That the President,Senior Vice President,Vice President,Assistant Vice President,Secretary,Treasurer and each of them hereby is
authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any
officer or attorney,of the Company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as
the act and deed of the Argonaut Insurance Company,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto."
IN WITNESS WHEREOF,Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly
authorized officer on the 8th day of May,2017.
,. UP- Argonaut Insurance Company
SEAL_ _d 1948
•4rxo�.••
Joshua C_Betz, Senior Vice President
STATE OF TEXAS
COUNTY OF HARRIS SS:
>
On this 8th day of May,2017 A.D.,before nte,a Notary Public of the State of Texas,in and for the County of Hams,duly commissioned and qualified,
came THE ABOVE OFFICER OF THE COMPANY,to me personally known to be the individual and officer described in,and who executed the
preceding instrument,and he acknowledged the execution of same,and being by me duly sworn,deposed and said that he is the officer of the said
Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and his
signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation,and[hat Resolution
adopted by the Board of Directors of said Company,referred to in the preceding instrument is now in force.
IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written.
i' (Notary Public)
1,the undersigned Officer of the Argonaut Insurance Company,Illinois Corporation,do hereby certify that the original POWER OF ATTORNEY of which
the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked.
IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the-day of
:1:SEALEn C '
[�: 1948% c 2�
'��Tf°�' v' lames Bluzard, Vice President-Surely
'PHIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARGO POWER ARE IN BLUE.IF YOU HAVE,QUESTIONS ON
AUTHENTICITY OF THIS DOCUMENT CALL(210)321-8400.
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Argonaut Insurance Company and its affiliates by
telephone for information or to make a complaint:
ARGONAUT INSURANCE COMPANY
Please send all notices of claim on this bond to:
Argonaut Insurance Company
Argo Surety Claims
225 W. Washington St., 24th Floor
Chicago, IL 60606
(833) 820-9137 (toll-free)
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
(512) 490-1007
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax; (512) 475-1771
Web: httP://Www.tdi.state.tx.us
E-mail: Consul-nei'Protection(D-tdi.state tx us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact your agent or Argo Surety first. If the dispute is
not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or
condition of the attached document and is given to comply with Texas
legal and regulatory requirements.