Loading...
HomeMy WebLinkAboutContract 46876-FP2 Departof TPW Const. Services DOE# C`_ Da ,._ Project Mana�,eK-IarqriT WDRTH@Risk Management S. CandayCR . D.O.E. Brotherton COWRA1CT W Z CFA Westerman/Scanned The Proceeding people have been Contacted concerning the request 'ATION AND PUBLIC WORKS for final payment&have released this project for such payment. IF PROJECT COMPLETION 5q(P0 Clearance Conducted By Etta Bacy D.O.E.Ns: 7360 cFN �rj 7Gg Regarding contract 117360 for THE BAR C RANCH PHASE 4B as required by the WATER DEPARTM N 1 as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. >_- v ID , � �V _ Original Contract Prices: $488,378.60 Amount of Approved Change Orders: i MAY 0 9 2016 Ns 1 Revised Contract Amount: BY $488,378.60 Total Cost Work Completed: $488,378.60 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $488,378.60 Less Previous Payments: Final Payment Due $488,378.60 — �� ff%� 8''09•Zoe Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Lam— Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: FUND:WATER P265-607150240883/SEWER P275-707130240883 EM44 1LED MAY 201641-1 iGattte,X 0 y CITY SECRETA,R'Y/ /l FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE BAR C RANCH,PHASE 4B Contract Limits Project Type WATER&SEWER City Project Numbers 02408 DOE Number 7360 Estimate Number I Payment Number 1 For Period Ending 4/26/2016 CD City Secretary Contract Number 117360 Contract Time 80'D Contract Date Days Charged to Date 271 Project Manager Jaafari Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / MEDELLIN Friday,April 29,2016 Page 1 of 4 City Project Numbers 02408 DOE Number 7360 Contract Name THE BAR C RANCH,PHASE 4B Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 4/26/2016 Project Funding WATER Item Description of items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------- - --- ----------------- 1 8"PVC WATER PIPE 4324 LF $32.00 $138,368.00 4324 $138,368.00 2 8"GATE VALVE 15 EA $1,200.00 $18,000.00 15 $18,000.00 3 8"GATE VALVE BY LIVE TAP I EA $4,000.00 $4,000.00 1 $4,000.00 4 6"GATE VALVE 4 EA $950.00 $3,800.00 4 $3,800.00 5 CONNECTION TO EXISTING 8"WATER MAIN 5 EA $300.00 $1,500.00 5 $1,500.00 6 FIRE HYDRANT 4 EA $2,850.00 $11,400.00 4 $11,400.00 7 DUCTILE IRON WATER FITTINGS 2.69 TN $3,000.00 $8,070.00 2.69 $8,070.00 8 1"WATER SERVICE 100 EA $950.00 $95,000.00 100 $95,000.00 9 12"WATER LINE LOWERING 107 LF $50.00 $5,350.00 107 $5,350.00 10 TRENCH SAFETY 4324 LF $0.25 $1,081.00 4324 $1,081.00 Sub-Total of Previous Unit $286,569.00 $286,569.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quauity Total ———————————————————— — ——————- 1 16"CASING BY OPEN CUT 20 LF $55.00 $1,100.00 20 $1,100.00 2 8"SEWER PIPE 2651 LF $40.00 $106,040.00 2651 $106,040.00 3 8"SEWER PIPE CSS BACKFILL 60 LF $50.00 $3,000.00 60 $3,000.00 4 4'MANHOLE 10 EA $3,250.00 $32,500.00 10 $32,500.00 5 T EXTRA DEPTH MANHOLE 37.2 VF $175.00 $6,510.00 37.2 $6,510.00 6 4"SEWER SERVICE 22 EA $600.00 $13,200.00 22 $13,200.00 7 4"SEWER SERVICE 48 EA $550.00 $26,400.00 48 $26,400.00 8 EXTEND EXISTING 4"SEWER SERVICES I EA $500.00 $500.00 1 $500.00 9 PRE-CCTV INSPECTION 2711 LF $0.10 $271.10 2711 $271.10 10 POST CCTV INSPECTION 2711 LF $2.50 $6,777.50 2711 $6,777.50 11 MANHOLE VACUUM TESTING 10 EA $100.00 $1,000.00 10 $1,000.00 12 CONNECT TO EXISTING SANITARY SEWER 6 EA $300.00 $1,800.00 6 $1,800.00 13 TRENCH SAFETY 2711 LF $1.00 $2,711.00 2711 $2,711.00 Sub-Total of Previous Unit $201,809.60 $201,809.60 --------------- -------------------------- Friday,April 29,2016 Page 2 of 4 i City Project Numbers 02408 DOE Number 7360 I Contract Name THE BAR C RANCH,PHASE 4B Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 426/2016 Project Funding Contract Information Summary Original ContractAmount $488,378.60 Change Orders Total Contract Price $488,378.60 G Date Total Cost of Work Completed $488,378.60 ntra for Less %Retained $0.00 eq�v tp Net Earned Z$488,378.60 Date Earned This Period $488,378.60 Inspection Supervi r Retainage This Period $0.00 4z Q-&— �+ Date Less Liquidated Damages Projec ager Days @ /Day $0.00 —ffVK4' �Date -5 �1 �t0 LessPavement Deficiency $0.00 Asst.Efirecto/TPW-Infr`astructure Design and Constructtiion Less Penalty $0.00 Q Date S,/7 14 Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $488,378.60 Friday,April 29,2016 Page 3 of 4 6cluo I - u),) } Gv City Project Numbers 02408 DOE Number 7360 Contract Name THE BAR C RANCH,PHASE1 r Estimate Number I Contract Limits U C '� '-, Payment Number 1 MAY 0 9 2015 l Project Type WATER&SEWER ' ' For Period Ending 4!26!2016 � ;:;11 t Project Funding Project Manager Jaafari City Secretary Contract Number 117360 Inspectors LAYER / MEDELLIN Contract Date Contractor CONATSER CONSTRUCTION TzLP Contract Time 80 CD 5327 WICHITA ST Days Charged to Date 271 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 $488,378.60 Less %Retained $0.00 Net Earned $488,378.60 Earned This Period $488,378.60 Retainage This Period $0.00 Less Liquidated Damages 0 Days rr $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 $488,378.60 Friday,April 29,2016 Page 4 of P2_ 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: BAR C RANCH, PH 4B WATER AND SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 02408 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP 1 Brock Huggin Subscribed and sworn to before me this I 1`f'day ofAp . , X11 . BERTHA GIANULIS Notary Public in Tarrant County, Texas t'&g= Notary Public,State of Texas My Commission Expires 2019 September 18, CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0191905 PROJECT: (name, address)The Bar C Ranch,Phase 4B Fort Worth,TX TO (Owner) ARCHITECT'S PROJECT NO: City Project No. 02408 FORESTAR(USA)REAL ESTATE GROUP, INC.ANDCITY OF FORT WORTH CONTRACT FOR:Water,Sanitary Sewer,Drainage,Paving& Building Two,Suite 500 Street Lighting Improvements for The Bar C Ranch,Phase 46 Austin TX 78746 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) FORESTAR (USA) REAL ESTATE GROUP, INC.AND CITY OF FORT WORTH Building Two,Suite 500 Austin TX 78746 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this lith day of April,2016 BERKLEY INSURANCE COMPANY Surety Company / Attest: �� cp r,,, —h4 (Seal): Signature of Authorized Representative g� P 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-7230f 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; Don E. Cornell; Vena DeCene Marshall,Sophinie Hunter;Robb!Aiorales; or Kelly A. Westbrook of Aon Risk Services Southwest, 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 CZ 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 Q 1 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, c S' 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: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief >1 Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant 1 Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein Z > to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o C corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such v attorney-in-fact and revoke any power of attorney previously granted;and further oRESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, _y 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 ri 0 RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and P: o further 5 RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any ° c power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or aE other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any E 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. v E _ c IN WITNESS WHEREOF, the Company has cause' these presents to be signed and attested by its appropriate officers and its C corporate seal hereunto affixed this W'11&y of o Attest: Berkley Insurance Company ca cc v y(Seal) By / By Ira S. e erman 1e after Senior Vice President&Secretary e r Preside o .5 '0 WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. F o v STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) N p e o -c Sworn to before me, a Notary Public in the State of Connecticut, this fJ(7 da of X,t_e_ 2015, by Ira S. Lederman and Jeffrey M.Hafter who are swom tome to be the Senior Vice President and Secre ry,an the Senior Vice Pfe dent,respectively,of C �=Berkley Insurance Company. MARIA C.RUNDBAKEN ' / / C ti NOTARY PUBLIC I;� °�'�- ��—r�CJ� `� = U QC MY COMMISSION EXPIRES otary Public, State of Connecticut .0 APRIL 30,2019 v ca CERTIFICATE Z �I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a t)true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded Q Viand that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of 3 `Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,thisl l th day of April A 2016 (Seal) A a -CONATSER CONS RUC ION IXI L.P. 5327 Wichita Street P.O.Box 15448 • Fort Worth,Texas 76119 April 14, 2016 RE: . . BAR C RANCH,PHASE 4B WA ER AND SANITA Y SEWER,STORM DRAIN, PA MNG AND SREETLIGHT IMPROVEMENTS CITY PROJECT No.: 02408 CITY OF FORT WORTH STATE OF TEXAS TO WHOM IT MAY CONCERN: Please let this letter serve as official confirmation that Conatser Construction TX,LP agrees to complete the Waterline Tie-In for the above referenced project within ten(10) days of notification from the City of Fort Worth. If you have any questions,please feel free to call me at the phone number listed below. Sincerely, CONATSER CONSTRUCTION TX,LP Dale Gatewood z ana DG/vlo (817)534-1743 • Fax(817)534-4556 www.conatserconstruction.com FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Bar C Ranch Phase 4B PROJECT NUMBER: 02408 DOE NUMBER: 7360 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8" PVC 4324 Water 12" PVC 107 FIRE HYDRANTS: 4 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1" Copper 100 SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer �8" PVC 2651 -1 V -4PA6Z1V V PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC-SDR-26 22 4" PVC-SDR-35 48 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORESTAR April 6, 201.6 The City of Fort Worth c/o:Rudy Medellin 1000 Throckmorton St. Fort Worth,TX 76102 RE:Bar C Ranch Phase 4B--Utility Contract—City Project No.02408 or DOE No.7360 Dear Mr. Rudy Medellin: The purpose of this letter is to substantiate the fact that Forestar(USA)Real Estate Group, Inc. does not intend at this point to act on the liquidated damages that are an option of the developer within the Project Manual for the Construction of the above mentioned project. Please let me know if there are further questions with regards to this contract or the completion of this project. Lauren Adams Development Manager Forestar Group Inc. 14755 Preston Road,Suite 130 Dallas,TX 75254 (0)972.341.2908 (c)214.770.2041 LaurenAdams -foresta-Mroup.com wwwArestamroup.com 14755 Preston Road/Sufte 710/Dallas,TX 75254 IT 972.702.8699/F 972.702.8372/www.forestargroup.com i ORT WORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name ojContractor Project Name Conatser Construction,TX L.P. The Bar C Ranch Phase 413 DOE Inspector DOE Number Rudy Medellin 7360 DOE Inspector Project Manager El Water El Waste Water ❑Storm Drainage ❑Pavement Khal Jaafari Initial Contract Amount Project Difficulty $488,378.60 O Simple OO Routine O Complex Final Contract Amount Date $488,378.60 4/26/2016 Il)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE j I Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 1 4 1 20 20 13 Project Completion 5 Y 1 4 1 20 20 TOTAL ELEMENT SCORE(A) 443 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 443 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MSJ* 100%) 443 / 448 = 99% Performance Category Excellent <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 Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 I FORTWORTHREV:02/22,07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 4/26/2016 Name of Contractor Project Name Conatser Construction,TX L.P. The Bar C Ranch Phase 4B DOE Inspector Project Manager Rudy Medellin Khal Jaafari DOE Number Project Difficult), Type of Contract 7360 O Simple O Routine O Complex 1]Water 21 Waste Water ❑Storm Drainage ❑Pavement Initial Contract Amount Final Contract Amount $488,378.60 1$488,378.60 11)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) 1 (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 'Y 2 Clarity&Sufficiency of Details rG 3 Accuracy of Measured Quantities 13 Applicability of Specifications �f 4 Display Of Professionalism fr 14 Accuracy of Plan Quantities �{ 5 Citizen Complaint Resolution $f PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ct ADMINISTRATION 2 Availability of Project Manager q 1 Change Order Processing Time or 3 Communication y 2 Timliness of Contractor Paytnents 4 Resolution of Utility Conflicts y 3 Bid Opening to Pre-Con Meeting Timeframe IIt)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ID The City of Fort Worth•1000 Throckmorton 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 NAME OF PROJECT: The Bar C Ranch Phase 4B PROJECT NO.: 2408 CONTRACTOR: Conatser Construction i DOE NO. 7360 PERIOD FROM 07/31/15 TO: 04/26/16 FINAL INSPECTION DATE: 26-Apr-16 WORK ORDER EFFECTIVE 7/31/2015 CONTRACT TIME 80 O WD OCD 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 DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD 271 PREVIOUS PERIOD TOTALS TO DATE I 1 1 271 *REMARKS: r- ;--/!0 7 L CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTi\fENT f The City of Fort Worth•1000 Throckmorton Street•Fort Worth,T176012-6311 (817)392-7941 •Fax:(817)392-7845