Loading...
HomeMy WebLinkAboutContract 46717-FP1 Depart e f TP&W Cont.Services DOE# Date Project a ager , r t Risk Managemen J.Pace — p D.O.E. Brotherton ' CFA Westerman/Scanne 17-�-1-- The Proceeding people have been ntacted onceming the request for heal payment&have released this project for such payment. LTION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy r PROJECT COMPLETION tre P D.O.E.Ns: 7339 r :r Regarding contract 117339 for RIVERCREST BLUFFS-PAYING&ST LIGHT as required by the TRANSPORTATION.&.PUBLIC WO its approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC"WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $271,518.50 Amount of Approved Change Orders: No Revised Contract Amount: Total Cost Work Completed: $271,518.50 Less Deductions: Liquidated Damages: Days Q$210.00/Day Pavement Deficiencies: Total Deduction Amount:' Total Cost Work Completed: $271,518.50 Less Previous Payments: $0.00 i Final Payment Due $271,518.50 Recommended for Acceptance Date' Asst. Pirector, TPW - Infrastructure Design and Construction Accepte Date Director, TRANSPORTATION & UBL.IC WORKS # 30 11 01_116� .. 4)Asst. City Manager Date Comments: C205-541200-207760240483 OFFICIM, DEC ° j m m� r i R T RY FT.WORTHi TX I CITY OF FORT WORTH FINAL PAYMENT REQUEST Conti-act Name RIVERCREST BLUFFS Contract Limits Project Type PAVING&ST LIGHT City Project Numbers 02404 DOE Number 7339 Estimate Number 1 Payment Number i For Period Ending 11/23/2015 CD City Secretary Contract Number 117339 Contract Time 150;D Contract Date Days Charged to Date 172 Project Manager Ebia Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / VEGA Monday,November 23,2015 Page 1 of 4 SSL City Project Numbers 02404 DOE Number 7339 Contract Name RIVERCREST BLUFFS Estimate Number I Contract Limits Payment Number I Project Type PAVING&ST LIGHT For Period Ending 11/23/2015 Project Funding PAVING&DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"CONCRETE PAVEMENT 1221 SY $33.50 $40,903.50 1221 $40,903.50 2 7"LIME STABILIZED SUBGRADE 1313 SY $3.00 $3,939.00 1313 $3,939.00 3 HYDRATED LIME 21 TN $160.00 $3,360.00 21 $3,360.00 4 18"SAWCUT EXISTING ASPHALT 235 LF $20.00 $4,700.00 235 $4,700.00 5 4"SIDEWALK 128 SY $27.00 $3,456.00 128 $3,456.00 6 BARRIER FREE RAMP 4 EA $1,500.00 $6,000.00 4 $6,000.00 7 REMOVE EXISTING 30"RCP 17 LF $30.00 $510.00 17 $510.00 8 48"RCP 17 LF $425.00 $7,225.00 17 $7,225.00 9 21"RCP 26 LF $55.00 $1,430.00 26 $1,430.00 10 24"RCP 119 LF $60.00 $7,140.00 119 $7,140.00 11 36"RCP 699 LF $105.00 $73,395.00 699 $73,395.00 12 4'STORM JUNCTION BOX 2 EA $7,500.00 $15,000.00 2 $15,000.00 13 Y STORM JUNCTION BOX 3 EA $8,500.00 $25,500.00 3 $25,500.00 14 5'SIDED JUNCTION BOX 1 EA $12,500.00 $12,500.00 1 $12,500.00 15 4'STACKED MANHOLE 2 EA $17,500.00 $35,000.00 2 $35,000.00 16 10'CURB INLET 2 EA $2,200.00 $4,400.00 2 $4,400.00 17 BMP INC 48FTB SNOUT OIL&DEBRIS STOP I EA $15,750.00 $15,750.00 1 $15,750.00 OR EQUIVALENT 18 SILT FENCE 1055 LF $2.00 $2,110.00 1055 $2,110.00 19 ROCK CHECK DAM 3 EA $500.00 $1,500.00 3 $1,500.00 I 20 INLET PROTECTION 7 EA $100.00 $700.00 7 $700.00 --------------------------------------- Sub-Total of Previous Unit $264,518.50 $264,518.50 t TRAFFIC CONTROL i Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRAFFIC CONTROL 2 LS $3,500.00 $7,000.00 2 $7,000.00 Sub-Total of Previous Unit $7,000.00 $7,000.00 i 3 Z Monday,November 23,2015 Page 2 of 4 f City Project Numbers 02404 DOE Number 7339 Contract Name RWERCREST BLUFFS Estimate Number I Contract Limits Payment Number I Project Type PAVING&ST LIGHT For Period Ending 11/23/2015 Project Funding Contract Information Summary Original Contract Amount $271,518.50 Change Orders Total Contract Price $271,518.50 D t Total Cost of Work Completed $271,518.50 Conti r Less %Retained $0.00 Date �� �` �S Net Earned $271,518.50 Inspection SI pei Earned This Period $271,518.50 Retainage This Period $0.00 Date � t� Less Liquidated Damages Project Mann Days a /Day $0.00 Date .�•/ •%� LessPavement Deficiency $0.00 As . irector/TPW-Infrastructure Design and Construction Less Penalty $0.00 WJ GJ. bill", Date 1?-//6 fid Less Previous Payment $0.00 Director ontrackg Departme Plus Material on Hand Less 15% $0.00 Balance Due This Payment $271,518.50 i Monday,November 23,2015 Page 3 of 4 City Project Numbers 02404 DOE Number 7339 Contract Name RIVERCREST BLUFFS Estimate Number 1 Contract Limits Payment Number I Project Type PAVING&ST LIGH'r For Period Ending 11/23/2015 Project Funding Project Manager Ehia City Secretary Contract Number 117339 Inspectors LAYER / VEGA Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 150 CD 5327 WICHrrA ST Days Charged to Date 172 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 . I Ei t Total Cost of Work Completed $271,518.50 i Less %Retained $0.00 Net Earned $271,518.50 1 Earned This Period $271,518.50 ! 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 $271,518.50 i i I Monday,November 23,2015 Page 4 of 4 f i E r[3 I FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Rivercrest Bluffs PROJECT NO.: 02404 CONTRACTOR: Conatser Construction DOE NO.: 7339 PERIOD FROM:05/22/15 TO: 11/09/15 FINAL INSPECTION DATE: 24-Nov-15 WORK ORDER EFFECTIVE:5/22/2015 CONTRACT TIME: 150 0 WD & 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 172 PERIOD PREVIOUS 0 PERIOD TOTALS TO DATE 172 *REMARKS: 77 CONT1ZXCT6R DATE INSPECTOR 0 DATE ENGINEERING DEPARnfENT The City of Fort Worth-1000 Throckmorton Street-Fort Worth,T. X'76012-6311 (817)392-7941 -Fax:(817)392-7845 RECORD C,1,11 SECREI'AIRIf WGRTH� TX 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, Vice-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: RIVERCREST BLUFFS—RIVERCREST ADDITION WATER, SS, SD,PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CITY OF FORT WORTH STATE OF TEXAS i CONATSS CONSTRU TION TX,LP Brock Huggins I 1 Subscribed and sworn to before me this 22"d day of October,2 15...., •�Y'P; BERTHA GIANULIS Notary Public in Tarrant County, Texas Notary Public,State of Texas ?: My commission Expires September 18, 2014 �nuu„ CONSENT OF OWNER ARCHITECT LJ S����� K���������� F� — COMPANY CONTRACTOR TO FINAL PAYMENT SURETY [l Conforms with the American Institute of OTHER Architects,4y4Document G707 Bond Nn01O7851 PROJECT/ Rivomrext8|uMo Rivemnmot Addition (name, address) ' Fort Worth TX TO (Owner) [ snonsaToLuFra uo^woo|r/oproxT —� ARCHITECT'S PROJECT NO: '(�OnTx ' ' CONTRACT FOR: Sanitary Ppvmg Drain�� UuV� omvm, monmmxemew,o��mumnn-xwomnmtAddition | Tx | �_ CONTRACT DATE: CONTRACTOR:CON8TGER CONSTRUCTION TX, LP. lo accordance with the provisions oyt6e,Contract between the Owner and the Contractor mm indicated above,the (here Insert name and address°r Surety Company) 8ERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 00830 ' SURETY COMPANY on bond of (here insert name and address o,Contractor) CON8TGER CONSTRUCTION TX, L.P. 5327 Wichita St. Forest Hill TX 70118'0035 , CONTRACTOR, hereby approves oythe final payment tothe Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any ot its obligations tn (here insert name and address v,Owner) � R/VERCREST BLUFFS,LLC AND CITY 0F FORT WORTH TX , OWNER' ua set forth{n the said Surety Company's bond, ON WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 22nd day Of October,2015 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal), ~~~�~ -- — Signature of Authorized Representative Robb!Morales Attorney-in-Fact Title NOTE: This form Is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Editi ONE PAGE No, BI-7290f 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 and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Doti E. Cornell; Dena DeLene tlfarsliall;Sophinie fluster;Robbi Morales, or Kelly A. Westbrook of Aon Risk Services Southwest,Inc. of Dallas, TX its true and lawful Attorney-in-Pact, 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 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, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following a. resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, 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, 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 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, r, 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 } RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further j i 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 ceased to be such at the time when such instruments shall be issued. _ - IN WITNESS WHEREOF, the Company has cau e these presents to be signed and attested by its appropriate officers and its r corporate seal hereunto affixed this lay of Attest: / Berkley Insurance Company (Seat) By ( By Ira S. e erman Je after j Senior Vice President&Secretary e r is Preside 'WARNING_ THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. - f STATE OF CONNECTICUT) ss; COUNTY OF FAIRFIELD ) _ Sworn to before me, a Notary Public in the State of Connecticut, this�t7 daYY of / � 2015, by Ira S. Lederman and 3 Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secrethrys an the Senior Vice Preident,respectively, of Berkley Insurance Company, MARIA C.RUN®BAKBN NOTARY PUBLIC ��� `�- MY COMMISSION EXPIRES 46tary Public,State of Connecticut _ APRIL 30,2019 CERTIFICATE 1 I, 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 Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date, Given under my hand and seal of the Company,this 22nd day of October 2015 C i (Seal) A a f r kml -rits R, 1-1saw s PARTNERS , L . L . C . LAND DEVELOPIMENT > INVF.STNIF.,I'PS 2929 W 5th Stwot Suile A Fort\Voith,Testis 70107 817-332-9600-Pi\Y:817-132-i 400 DATE: October 30,2015 MEMO: The"Rivercrest Bluffs"neighborhood Plat Name="Rivercrest Addition" Plat Case No: FP-14-050 City Project No,02404 DOE: 7339 File No.W-2347 To Whom It May Concern, FW Rivercrest Bluffs, LLC does not intend to charge liquidated damages to Conatser Construction. Thank you and Good Luck i I r @V Itt I FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Tx,LP Rivercrest Bluffs DOE Inspector DOE Number Alex Vega 7339 DOE Inspector Project Manager ❑ Water ❑ Waste Water O Storm Drainage 121 Pavement Fred Ehia Initial Contract Amount Project Difficulty $271,518.50 0 Simple © Routine O Complex Final Contract Amount Date $271,518.50 1 1/24/2015 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) IMAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 1 3 60 1 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 3 20 15 Ti Property Restoration 5 Y 3 20 1 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 346 i BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 346 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 408 Rating(ITS/MS] * 100%) 346 / 408 = 85% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%_E-XCellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector ... ' M....- - --- Signature Contractors Signature DOE Inspector's Supervisor . CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort NVorth• 1000 Throdmorton Street•Fort Worth,Tai 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: 11/24/2015 Name of Contractor Project Name Conatser Construction Tx,LP Rivercrest Bluffs DOE Inspector Project Alanager Alex Vega Fred Ehia DOE Number Project Difficulty T)pe of Contract 7339 Simple ® Routine O Complex LF Water ❑ Waste Water O Storm Drainage 121 Pavement Initial Contract Amount na l Contract Amount $271,518.50 271,518.50 II)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 Availability of Inspector I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities tq 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe i III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS I TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throclanorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845