Loading...
HomeMy WebLinkAboutContract 47165-FP1 Depart --f-r & Const. Services - - DQE# -rDat Project anager ( ✓�� bt1L+ 4 .Je ',/ IT WORTH,Risk Mana ementCanad - - -- D.O.E. Brotherton CFA Westerman/Scannec The Proceeding people have been Con(acted Mricernind th r quest for final "� payment&have released this project for such payment. 'ATION AND PUBLIC WORKS �tp 5 sS Clearance Conducted By Shameka Kennedy )F PROJECT COMPLETION --- -- D.O.E. Ne: 7511 cc)Z6-6s Regarding contract 117511 for VILLAS AT BARBER CREEK as required by the WATER DEPARTMENT ass 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. Original Contract Prices: $261,651.00 Amount of Approved Change Orders: �i i, JUN 01 2016 Revised Contract Amount: Total Cost Work Completed: $261,651.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $261,651.00 Less Previous Payments: $0.00 Final Payment Due $261,651.00 0& •cam! • Zo!(Q Recom ended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Ll - — —. �-i, Accepted Date Asst. Director, WATER DEPARTMENT S/12 1Y Ass . City Manager Date Comments: P265-541200-607150265583,P275-541200-707130265583 E1VIA��►E� OFFICIAL „�., JUN �- 2016 ITy JVORTM 79 Initial: - P FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VILLAS AT BARBER CREEK Contract Limits Project Type WATER&SEWER City Project Numbers 02655 DOE Number 7511 Estimate Number 1 Payment Number 1 For Period Ending 5/10/2016 CD City Secretary Contract Number 117511 Contract Time 120;D Contract Date Days Charged to Date 160 Project Manager Ehia Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / SLATEN Tuesday,May 10,2016 Page I of 4 City Project Numbers 02655 DOE Number 7511 Contract Name VILLAS AT BARBER CREEK Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/10/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I --------------- --------------- 1 TRENCH SAFETY 1689 LF $1.00 $1,689.00 1689 $1,689.00 2 16"CASING BY OTHER THAN OPEN CUT 82 LF $220.00 $18,040.00 82 $18,040.00 3 8"WATER CARRIER PIPE 82 LF $34.00 $2,788.00 82 $2,788.00 4 DUCTILE IRON WATER FITTINGS I TN $5,300.00 $5,300.00 1 $5,300.00 W/RESTRAINT 5 6"PVC WATER PIPE 24 LF $32.00 $768.00 24 $768.00 6 8"PVC WATER PIPE 1583 LF $34.00 $53,822.00 1583 $53,822.00 7 FIRE HYDRANT 2 LF $3,400.00 $6,800.00 2 $6,800.00 3 CONNECTION TO EXISTING 4"-12"WATER 2 EA $4,500.00 $9,000.00 2 $9,000.00 MAIN 9 1"WATER SERVICE 31 EA $750.00 $23,250.00 31 $23,250.00 10 8"GATE VALVE 5 EA $1,100.00 $5,500.00 5 $5,500.00 11 12"CUT IN GATE VALVE 2 EA $2,200.00 $4,400.00 2 $4,400.00 12 AUTO FLUSHER AND 6"DRAIN INTO SS MH 1 EA $6,500.00 $6,500.00 1 $6,500.00 13 WATERLINE TESTING 1689 NS $1.00 $1,689.00 1689 $1,689.00 14 CUT AND PLUG WATER SERVICE AT METER I NS $500.00 $500.00 1 $500.00 -------------------------------------- Sub-Total of Previous Unit $140,046.00 $140,046.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ——————————————————————————————————————- 1 POST CCTV INSPECTION 1365 LF $2.00 $2,730.00 1365 $2,730.00 2 MANHOLE VACUUM TESTING 6 EA $100.00 $600.00 6 $600.00 3 TRENCH SAFETY 1365 LF $1.00 $1,365.00 1365 $1,365.00 4 CONCRETE ENCASEMENT FOR UTILITY PIPES 32 CY $30.00 $960.00 32 $960.00 5 16"CASING BY OTHER THAN OPEN CUT 41 LF $280.00 $11,480.00 41 $11,480.00 6 8"SEWER CARRIER PIPE 41 LF $38.00 $1,558.00 41 $1,558.00 7 4"SEWER SERVICE 1100 LF $26.00 $28,600.00 1100 $28,600.00 8 8"SEWER PIPE 1324 LF $38.00 $50,312.00 1324 $50,312.00 9 4'MANHOLE 6 EA $4,000.00 $24,000.00 6 $24,000.00 -------------------------------------- Sub-Total of Previous Unit $121,605.00 $121,605.00 -------------------------------------- Tuesday,May 10,2016 Page 2 of 4 City Project Numbers 02655 DOE Number 7511 Contract Name VILLAS AT BARBER CREEK Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/102016 Project Funding Contract Information Summary Original ContractAmount $261,651.00 Chante Orders Total Contract Price $261,651.00 �Z,ie 1 Date r� Total Cost of Work Completed 261,651.00 Contra Less %Retained $0.00 4Y Z-0. Date /� Net Earned v-$261,651.001.00 B InspectioEarned This Period $261,651.00 Retainage This Period $0.00 Date n S Less Liquidated Damages Project Manager ` Days @ /Day $0.00 // Date �' '�� LessPavementDefiiciency $0.00 Asst. irector/TPW-Infrastructure Design and Construction Less Penalty $0.00 ��z /& Date �4 Less Previous Payment $0.00 Director/Contracting Department J Plus Material on Hand Less 15% $0.00 G` Balance Due This Payment $261,651.00 Tuesday,May 10,2016 Page 3 of 4 j7 7 1171 s. JUN 0 4 2016 i!!1 City Project Numbers 02655 DOE Number 7511 Contract Name VILLAS AT BARBER CREEK Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/10/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117511 Inspectors LAYER / SLATEN Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 160 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 $261,651.00 Less %Retained $0.00 Net Earned $261,651.00 Earned This Period $261,651.00 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 $261,651.00 Tuesday,May 10,2016 Page 4 of 4 "Pa��- U�l�s� FORTWORTH rev 03105/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.1 NAME OF PROJECT: Villas at Barber Creek PROJECT NO.: 02655 CONTRACTOR: Conatser Construction DOE NO. 7511 PERIOD FROM 11/16/15 TO: 05/10/16 FINAL INSPECTION DATE: 17-May-16 WORK ORDER EFFECTIVE 11/16/2015 CONTRACT TIME 120 O WD OO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED ING CREDITED MONTH CHARGED 1. 16. DURING CREDITED 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 WE, UTILITIES DAYS TOTAL THIS &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS PERIOD 160 PREVIOUS PERIOD TOTALS TO DATE 160 *REMARKS: I ri -1c7-1 CONTRACTOR DATE INSPECTOR DATE Atoix ENGINEERING DEPARTMENT qu/ The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Villas at Barber Creek PROJECT NUMBER: 02655 DOE NUMBER: 7511 WATER PIPE LAID SIZE TYPE OF PIPE LF yes 8" PVC 1583 FIRE HYDRANTS:2 VALVES(16"OR LARGER) n/a PIPE ABANDONED SIZE TYPE OF PIPE LF no DENSITIES: yes NEW SERVICES: 1" Copper 775 SEWER PIPE LAID SIZE TYPE OF PIPE LF yes 8" PVC 1324 PIPE ABANDONED SIZE TYPE OF PIPE LF no DENSITIES: yes NEW SERVICES: 4" PVC 1100 TRANSPORTATION AND PUBLIC WORKS s' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Villas at Barber Creek DOE Inspector DOE Number Connor Slaten 7511 DOE Inspector Project Manager El Water p Waste Water ❑Storm Drainage ❑Pavement Fred Ehia Initial Contract Amount Project Difficulty 1:$261,651.00 O Simple OO Routine O Complex Final Contract Amount Date J$261,651.00 5/10/2016 11)PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE /N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 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 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 1 4 1 20 1 20 12 After Hours Response 5 Y 1 4 1 20 1 20 13 Project Completion 5 Y 4 1 20 20 TOTAL ELEMENT SCORE(A) 446 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 446 M CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS]*100%) 446 / 448 = 100% 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 i 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 Vol (817)392-7941 •Fax:(817)392-7845 Oiickstone IDeveCopment, L.T. 10501 Alta Vista Road Keller,TX 76248 817/379-0727 May 4, 2016 Mr. Brock Huggins Conatser Construction TX, LP P O BOX 15448 Fort Worth,TX 76119 RE: Barber Creek City of Fort Worth,State of Texas Dear Mr. Huggins, Brickstone Development, LP hereby acknowledges that Conatser Construction TX, LP has completed the Water and Paving portions of the above captioned project in a timely manner. Although the contractual time was exceeded Brickstone Development, LP will not assess any penalties or liquidated damages due to time extensions. If you have any questions, please feel free to contact our office. Sincerely, ,,a �. Ron Lewandowski BRICKSTONE DEVELOPMENT, LP President of General Partner CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0149478 PROJECT: (name, address)Villas at Barber Creek Fort Worth,TX TO (Owner) BRICKSTONE DEVELOPMENT,LP AND CITY OF ARCHITECT'S PROJECT NO:CFA No.2015-064 FORT WORTH CONTRACT FOR: Water,Sewer,Paving, Drainage&Street Lights Improvements to Serve Villas at Barber Creek L _.I 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 (hare 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) BRICKSTONE DEVELOPMENT, LP AND CITY OF FORT WORTH OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 4th day of May,2016 BERKLEY INSURANCE COMPANY p� Surety Company Attest: (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.111=125ur 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 DeLene lYlarshall;Sophinie Hunter;Robbi Morales;or Kelly A. Westbrook of Aon Risk Services Southwest, Inc. of Dallas, TX its true 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 001100 U.S. Dollars (U.S.SSO,M0;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: RESOLVED, that, with respect to the Surety business ATitten 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, 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 tification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or power of attorney or cer 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 caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this�g'day of uCU'�,L --- Attest: / Berkley Insurance Company (Seal) By ( B4er Ira S. ederman after Senior Vice President&Secretary ' Preside WARNING- THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER.. STATE OFCONNECTICUT) T , ) ss: COUNTY OF FAIRFIELD ) h 7 CJ/ r� r: Sworn to before me, a Notary Public in the State of Connecticut,this ..1. day of r.� ,20I5, by Ira S. Lederman and Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secretary,aA the Senior Vice President,respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN a NOTARY PUBLIC I/�G✓U � .�� �'.GC�,� MY COMMISSION EXPIRES Notary Public,State of Connecticut APRIL 30,2019 CERTIFICATE 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. - ONenn-under my hand and seal of the Company,this 4th day of May 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 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: VILLAS AT BARBER CREEK WATER AND SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 215-064 CITY OF FORT WORTH STATE OF TEXAS CONATSE ONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this 5h day of May,201 V BERTHA GIANllLIS Notary Public in Tarrant County,Texas Notary Public,St OfTexos My commission Expires September 18,2019 FORTWORTH REV.0212210' TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 15/10/2016 Name of Contractor Project Name Conatser Construction Villas at Barber Creek DOEInspector Project Manager Connor Slaten Fred Ehia DOE Number Project Difficulty Type of Contract 17511 O Simple OQ Routine O Complex e Water 0 Waste Water ❑Storm Drainage ❑Pavement Initial Contract Amount Final Contract Amount $261,651.00 $261,651.00 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 7 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities `y 3 Applicability of Specifications 4 Display Of Professionalism `Y 4 Accuracy of Plan Quantities yr 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And(Or Problem Resolution e7- ADAEMTRATTON 2 Availability of Project Manager 1 Change Order Processing Time `f 3 Communication 2 Timliness of Contractor Payments `/ 4 Resolution of Utility Conflicts y 3 Bid Opening to Pre-Con Meeting Timeframe 1�11 M COMMENTS&SIGNATURES COMMENTS U 1 Signature ContractorvJ Signature DOE Inspector c Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS _ TRANSPORTATION AND PUBLIC WORKS f The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 0 (817)392-7941 •Fax:(817)392-7845