Loading...
HomeMy WebLinkAboutContract 46936-FP1 Depart en P&W Const. Services DOE#_� •Date. Project Manager —� C �) Risk Management V PT WORTH. CONTRACT D.O.E. Brotherton I=. CFA Westerman/Scanned The Proceeding people have been con cued concerning the request for final payment&have released this project for such payment. tTION AND PUBLIC WORKS --Clearance-Conducted-By-Shamek"enne _ PRO ECT_COMPLETION— C 91101�A D.O.E. PM 02 5 66 Regarding contract 117442 for SENDERA RANCH EAST PHASE 9 as required by the G3/1 411P?3& TRANSPORTATION& PUBLIC WORKS as approved by City Council on N/A through 1\I&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: $92,320.00 Amount of Approved Change Orders: X2 Revised Contract Amount: Total Cost Work Completed: $92,320.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $92,320.00 Less Previous Payments: $0.00 Final Payment Due $92,320.00 ---�Ial—�X� S - -2':91(,,:, Recomme ded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction V Accepted / Date Dir , RANSPORTATIOT. 8,-PUBLIC WORKS Asst. City Manager Date Comments: C205-541200-207760256683 rAOFFICIAL FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SENDERA RANCH EAST PHASE 9 Contract Limits Project Type STREET LIGHTING City Project Numbers 02566 DOE Number 7442 Estimate Number 1 Payment Number 1 For Period Ending 4/13/2016 CD City Secretary Contract Number 117442 Contract Time 160'D Contract Date 7/23/2015 Days Charged to Date 221 Project Manager Janfari Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TXLP 5327 WICHITA ST PORT WORTH, TX 76119 Inspectors GREGORY / COLLIER Wednesday,April 13,2016 Pagel of 4 City Project Numbers 02566 DOE Number 7442 Contract Name SENDERA RANCH EAST PHASE 9 Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 4/13/2016 Project Funding UNIT V:STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I RDWY ILLUM ASSMBLY TY D25-6 9 EA $2,000.00 $18,000.00 9 $18,000.00 2 LED LIGHTING FIXTURE(70W) 9 EA $500.00 $4,500.00 9 $4,500.00 3 RDWY ILLUM FOUNDATION TY 4 9 EA $1,000.00 $9,000.00 9 $9,000.00 4 2"CONDT PVC SCH 80 1785 LF $12.00 $21,420.00 1785 $21,420.00 5 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 900 LF $3.00 $2,700.00 900 $2,700.00 6 RDWY ILLUM ASSMBLY TY D40-9 5 EA $3,200.00 $16,000.00 5 $16,000.00 7 LED LIGHTING FIXTURE(137W) 5 EA $800.00 $4,000.00 5 $4,000.00 8 RDWY ILLUM FOUNDATION TY 5 5 EA $1,200.00 $6,000.00 5 $6,000.00 9 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 800 LF $4.00 $3,200.00 800 $3,200.00 10 INSTALL ALUM SIGN GROUND MOUNT(STOP 6 EA $500.00 $3,000.00 6 $3,000.00 SIGN) I 1 FURNISH/INSTALL ELEC SERV PEDESTAL 1 EA $4,500.00 $4,500.00 1 $4,500.00 Sub-Total of Previous Unit $92,320.00 $92,320.00 Wednesday,April 13,2016 Page 2 of 4 City Project Numbers 02566 DOL Number 7442 Contract Name SENDERA RANCH EAST PHASE 9 Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTING For Period Ending 4/13/2016 Project Funding Contract Information Summary Original Contract Amount $92,320.00 Chauee Orders Total Contract Price $92,320.00 Date y- - Total Cost of Work Completed $92,320.00 Contrac Less %Retained $0.00 I� /� Net Earned $92,320.00 L Date / InspectionEarned This Period $92,320.00 S e or L 16 // Retainage This Period $0.00 " Date S ( I Less Liquidated Damages Project Mana r Days @ /Day $0.00 WOO*—Date s, l� LessPavement Deficiency $0.00 s . reclor/TPW-Infrastructure Design and Construction Less Penalty $0.00 S VJ.. L--,;)e. Date > D Less Previous Payment $0.00 Directo Contracting Departs nt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $92,320.00 Wednesday,April 13,2016 Page 3 of City Project Numbers 02566 DOE Number 7442 Contract Name SENDERA RANCH EAST PHASE 9 Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 4/13/2016 Project Funding Project Manager Jaafari City Secretary Contract Number 117442 Inspectors GREGORY / COLLIER Contract Date 7/23/2015 Contractor CONATSER CONSTRUCTION TxLP Contract Time 160 CD 5327 WICHITA ST Days Charged to Date 221 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 $92,320.00 Less %Retained $0.00 Net Earned $92,320.00 Earned This Period $92,320.00 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 $92,320.00 Wednesday,April 13,2016 Page 4 of O T T rev 03/0 /07 .:a TRANSPORTATION &PUBLIC WORKS FINAL ST.=NJENT OF CONTRACT TIME FINAL STATEINJ ENT NO.:1 i-1Atbl E OF PROJECT: Send era Ranch East Phase 9 PROJECT NO.: 2566 CONTRACTOR: Conatser Coast 2566 DOE NO.- 7442 PERIOD FROM 04!01!16 TO: 04'08116 FINAL INSPECTION DATE: 18-Feb-16 WORK ORDER EFFECTIVE: CONTRACT TIME: 160 Q �V'Q CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS :MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. Fri 1 16. 2. Sat 1 17. 3. Sun 1 18. 4. Mon 1 19. 5. Tue 1 20• 6. Wed 1 21. 7. Thu 1 22. 8. Fri I 23. 9. Sat 24• 10. Slln 25. 11. Mon 26• 12. Tue Z7• 13. Wed 28• 14. Thu 29. 15. Fri 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS 8 8 PERIOD PREVIOUS 213 213 PERIOD .TOTALS 221 221 TO DATE TREMARKS: n .44 q-S-/'/' CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT ti The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7843 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ -- on Dema wit a mencan ns Itute o ETHER -- Architects,AIA Document G707 Bond No 0191914 PROJECT: (name, address)Sedera Ranch East Phase 9 Fort Worth,TX TO (Owner) ARCHITECT'S PROJECT NO: City Project No.02256 FLENNAR HOMES OF TEXAS LAND AND CONSTRUCTION,LTD. and the City of CONTRACT FOR: Fort Worth,TX 1707 Market Place Blvd.,Suite 110 Sendera Ranch East Phase 9,Water,Sanitary Sewer, Street,Storm Drain&Lighting Improvements Ft.Worth " Irving TX 75063 .J CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX,L.P. In accordance with the provisions of the Contract behveen 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 there 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) LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION,LTD.and the City of Fort Worth, TX 1707 Market Place Blvd.,Suite 110 Irving TX 75063 OWNER, as set forth in the said Surety Company's bond, IN WITNESS,WBEREOF, the Surety Company has hereunto set its hand this 14th day-of March,2016 BERKLEY INSURANCE COMPANY /S-urreetty Company Attest: > `� �� ( m✓. `?�I �C�,/ (Seal): Signature of Authorized Representative 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-720'Of 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; Vvia DeLene arS to ; E7 7 ltte1Qi ei7 0 ! 1'a eS; OT e y . WesnrOOH ufDt , s-trul and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute,seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.S50,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, 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: — f r 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 r Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact Warned 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, 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 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. f IN WITNESS WHEREOF, the Company has cause' these presents to be signed and attested by its appropriate officers and its ocorporate seal hereunto affixed this�'hy of v"k, 0.13:- Attest: Berkley Insurance Company r (Seal) By / By - E^ Ira S, e an Je after o U' Senior Vice President&Secretary e r yc Presides c WARNING, THIS POWER INVALID IF NOT PRINTED ON BLUE`BERKLEY"SECURITY PAPER. i v STATE OF CONNECTICUT) ss: 0 COUNTY OF FAIRFIELD ) � N o It YL �)O da of CJ�.c c��_ 2015 b Ira S. Lederman and .o �Sworn to before me, a Notary Public in the State of Connecticut,this_ �� ,may Jeffrey M.Hafter who are swom to me to be the Senior Vice President and Secre aryt ar f t8 he Senior Vice President,respectively,of c r Berkley Insurance Company. MARIA C.RUNDBAKEN �''// � // NOTARY PUBLIC v�l c �� MY COMMISSION EXPIRES Notary Public,State of Connecticut o APRIL 30,2019 CZ CERTIFICATE z 4-I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a utrue, 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 Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of 5 Attorney is attached, is in full force and effect as of this date. 1 Given under my hand and seal of the Company,this 14th day of March A 2016 (Seal) , A a 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 Rill; 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: SENDERA RANCH EAST PH 9 WATER AND SANITARY SEWER AND PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 02256 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this 15th day of arch,2016. """" , BERTHA GIANULIS *..` Notary Public in Tarrant County,Texas ,+ `%� Notory Public,state of Texas My Commission Expires September 18, 2019 i\;•inch 2`j,2i�'1 Ililr. Grock Hudgins Conatser Construction IX, L.P. 5327 Wichita St. Fi,Worth,Texas 761.19 Re: Water,Sewer-, Paving, Drainage and Street Lights Contract for Sendera Ranch Gast Phase S City Project No,02566 Water Project No. P265-60710256683 Sewer Project No. P275-70710256683 D.C.". No.7442 ".C" No.X-23103 Dear Mr. Huggins: This Ieiterwill document that Lennar Homes of Texas Land and Construction, LTD.confirms-that Conatser Construction TX, L.P. has completed the work associated with the above-referenced contract in an appropriate time frame,subject to completion of any warranty or maintenance work as identified and required by the City of Fort Worth, and that no liquidated damages will be assessed by Lennar Homes of Texas Land and Construction, LTD. in connection with the work. Lennar Homes of Texas Land and Construction, LTD. t Fr j Cc: KhaI Jaafari,City of Fort Worth FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS _- _——--_—�RFAR JklL m01N 1) CONTRACTOR& PROJECT DATA Name(?fCowracror Project Name Conatser Construction Sendera Ranch East Phase 9 DOE Inspector DOE Number Michael Collier 7442 DOE Gtspecror Project Hanager ❑ Water❑ Waste Water❑ Storm Drainage❑ Pavement Kahl Jafaari Initial Contract amount Project Difftulq, $92,320.00 Q SimpleRoutine Q Complex Final Conb•act,l mount Date $92,320.00 4/11/2016 11) PERFORMANCE EVALUATION 0-hiadegwue I -Deficient 2-Standard 3-Good 4-Excellent ELFMENT IWEIGHT(x JAPPLICABLE(Y IN) RATING(0-4) 1 MAX SCORE ISCORE I Submission of Documents 2 Y 4 8 1 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 1 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 1 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 398 BONUS POfNTS(25 Maximum)(B) TOTAL SCORE("TS) 398 111)CONTRACTOR'S RATING Maximtun Score(MS)=448 or sum ofapplicable element score maximums Which= 448 Rating(ITS/NISj " 100%) 398 / 448 = 89% Performance Category Excellent <20%=lnadequale 20%to<.l0%=Deficienl 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor 10 Signature DOE Inspector's Supervisor cn s e- CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ° ;� The Ciq,of Fort Worth • 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845