Loading...
HomeMy WebLinkAboutContract 45038-FP1 Department of TP&W Const.Services ProEject Manager W) (' ate CITY SECRETAPIN Risk Management J.Page tT WORTH, CONTRACT NO. H 563kfr1 D.O.E. Brotherton CFA Westerman/Scanned The Proceeding people have been Co g the request for final0 J payment&have released this project forwch payment TION AND PUBLIC WORKS C 0�'et Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION C,S .4475-C)34? D.O.E.JW: 7071 or BERSSHIRE-HAL MAREy 150 VICTORIAN DR,WEDGWOOD as required by the WATER DEPARTMENT as approved by City Council on 9/24/2013 through M&C C-26482 the director of the WATER DEPARTMENT upon the rec �nF tbr. Assigant Director of the Transportation&Public Works Department has accepted the project as c 1g Rn E ri Original Contract Prices: JUN 09 2016 $131,809.00 Amount of Approved Change Orders: $92,578.00 Ns 1 ✓ Revised Contract Amount: 5224,387.00 J Total Cost Work Completed: $132,289.00 Less Deductions: l Liquidated Damages: Days @$210.001 Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $132,289.00 s Less Previous Payments. $125,67455 Final Payment Due 56,614.45 1t end Acicseptance Date Asst. Director,TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT Ass . City Manager Date Comments: P253-541200-606170048083,P258-541200-706170048083 'OF7FICIALRECORDRM.A fLMn JUN 1�)k 2016 Initial: octet 8� LJ E9 D E O 9 2D�i 5-q (00 I— C 00QPQ City Project Numbers 07071 C S `-7 Y 03 DOE Number 7071 Contract Name 20SW Wedgwood Stormwater Reflief System Phase 1 Estimate Number 22 Contract Limits Payment Number 22 Project Type WATER do SEWER For Period Ending 10115/2015 Project Funding Project Manager Willhelm City Secretary Contract Number 45038 Inspectors DICKINSON / CAZORLA Contract Date 9/24/2013 Contractor CONATSER CONSTRUCTION TxL.P Contract Time. 300 CD 5327 WICWrA ST Days Charge)to Date 292 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH PO # .- ��------ SUMMARY OF CHARGES INVOICE # 95�'22 Line Fund Account Center Amount Gross Retainage Net Funded —————————————————————————————————————— L 5ei(Iol-Cc&q 8D 42 q7l.00 7-0.55 2 •Sb Total Cost of Work Completed $132,289.00 Less %Retained $0.00 Net Earned $132,289.00 WATER DEPARTMENT Earned This Period $6,614.45 TIXC Sir ENGINEERING AND FISCAL.SERVICES Retainage This Period 50.00 Coated Fretsoa- ✓ SEI � �°'� Less Liquidated Damages l 0 Days Q 50.00 /Day $0.00 CH6CIC YES® - LessPavement Deficiency $0.00 DEMXrMENT Less Penalty $0.00 Less Previous Payment $125,674.55 Plus Material on Hand Las 15% $0,00 Balance Due This Payment $6,614.46 Thursday,October 15,2015 Page 5 of 5 T FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 20SW Wedgwood Stormwater Reflief System Phase 1 Coatrad Limits Project Type WATER&SEWER City Project Numbers 07pn Oo 491 DOE Number 7071 Estimate Number 22 Payment Number 22 For Period Ending 10/152015 CD City Secretary Contract Number 45038 Contract Time 30CD Contract Date 924/2013 Days Charged to Date 292 Project Manager Wi1Ue1m Contract is 59.000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / CAZORLA Thursday,October 15,2015 Page I of 5 City Project Numbers 07� 0900 DOE Number 7071 Contract Name 20W-Wedgwood Stormwater Reflief System Phase 1 Estimate Number 22 Contract Limits Payment Number 22 Project Type WATER do SEWER For Period Ending 10/15/2015 Project Funding Unit 3-Waw Item Description of Item Estimated Unit Unit Cost Estimated Completed Completed No. Qmrnity Total Qmamity Total -- -- _ -- - _ -.. . _-------------- 1 6'PVC Water Pope 25 LF $32.00 5800.00 10 5320.00 2 8'Water Pipe 776 LF $36.00 $27,936.00 776 $27,936.00 3 Ductile honFamga 0.34 TO $4,000.00 $1,360.00 0.34 $1v360.00 4 6'Gate Valve 1 EA $1,000.00 $1,000.00 I $1,000.00 5 Valve Floc Adjustment 1 EA 5200.00 $200.00 6 V Waw Service 18 EA $1,200.00 $21,600.00 18 521,600.00 7 V Private Waw Service 8 EA $1,500.00 $12,000.00 8 V Water Service,Meter Reconnection 18 EA $200.00 $3,600.00 18 $3,600.00 9 Fire Hydrant 1 EA $3,000.00 $3,000.00 1 $3,000.00 10 Trench Safety(Water) 783 LF $1.00 $783.00 783 $783.00 11 Abandon 8"Water Valve 1 EA $200.00 5200.00 I $200.00 12 Temporary Water Services 1 EA $4,000.00 $4,000.00 1 $4,000.00 13 4'-12-Water Abandonment Plug 2 EA $500.00 $1,000.00 2 $1,000.00 15 G WIDE ASPHALT PUT REPAIR CON 1 CON2 600.75 LF $48.00 $28,836.00 16 2'SURFACE MILLING CONI 1290 SY S8.00 S10,320.00 17 2'ASPHALT PVMF TY D CON 1 1290 SY $22.00 S28,380.00 18 TEMP ASPHALT PAVEMENT REPAIR CON2 801 LF $12.00 $9,612.00 801 $9,612.00 -------------------------------------- SulrTotal of Previous Unit $154,627.00 574,411.00 Unit 4-Sewer Item Descriptiom of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Qmanity Total -- 32 ------------------------------------ 1 8'SewerPipe 0 LF 545.00 $14,400.00 320 $14,400.00 2 Concrete Encasement for Utility Pipe 2 CY $150.00 $300.00 3 V Manhole 3 EA $3,500.00 $10,500.00 2 $7,000.00 4 Concrete Collar 1 EA S500.00 $500.00 5 Manhole Adjustment,Minor 4 EA $200.00 $800.00 6 Trench Safety(sewer) 320 LF 54.00 $1,280.00 320 $1,280.00 7 Remove V Sewer Manhole 3 FA $300.00 $900.00 2 $600.00 8 Manhole Vacuum Testing 3 EA $150.00 5450.00 9 Bypass Pumping 1 LS $200.00 $200.00 Thursday,October 15,2015 Page 2 of 5 City Project Numbers 07,pfl 0o y%o DOE Number 7071 Contract Name 20SW Wedgwood Stmmwater Re@ief System Phase 1 Estimate Number 22 Contract Limits Payment Number 22 Project Type WATER&SEWER For Period Ending 10/152015 Project Funding 11 CONC PVMT REPAIR(RFS D523)CON1 670 SY $50.00 $33,500.00 562 $28,100.00 12 REMOVE CONC.PVMT CON 1 670 SY $4.00 $2,680.00 562 52,248.00 13 6-WIDE ASPHALT PVMT REPAIR(ARTERIAL 85 LF S50.00 $4,250.00 85 $4,250.00 D-520)CON 1 -------------------------------- Sub-Total of Previous Unit $69,760.00 $57,878.00 —————————————————————————————————————— Thursday,October 15,2015 Page 3 of 5 City Project Numbers 07,W 094160 DOE Number 7071 Contract Name 20SW Wedgwood Stormwater ReBief System Phase 1 Estimate Number 22 Contract Limits Payment Number 22 Project Type WATER R SEWER For Period Ending 1011517015 Project Funding Contract Information Summary Original Contract Amount $131,804.00 Change Orders Change Order Number 1 $92,578.00 Total Contract Price $224,387.00 awV> Date L") ® ad Ills- Total Cost of Work Completed $132,289.00 Con Less %Retained 50.00 Date Net Earned $132289.00 on Supervisor on This Period 56,614.45 Retainage This Period 50.00 Date 5-11? b Less Liquidated Damages PrOact manager Days® i Day $0.00 Date "I' ' l�P LessPavement Deficiency 50.00 Ass Director W- cture Design and Construction Less Penalty $0.00 l Dab �.j �e Less Previous Payment $125,674.55 4 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $6,614.45 Or 4,9 fad DTo. �.t•w, Irl a�sr Rt�s►i ww� /1 cc} 3, 720. 5 S stw•,. R�,� Acct � a, S 9 3.�Q � G,6iy ,ys Thursday,October 15,2015 Page 4 of 5 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NiO.:. NAME OF PROJECT: Wadgwovd Stmmwsw Relief Systarn glossa I PROJECT NO.: 480 CON TRACTOR Constm Coustructim DOE NO.: 7071 PERIOD FROM:10/01/15 TO: 10/15/15 FINAL INSPECTION DATE: 30-Jul-15 WORK ORDER EFFECTIVE:10/132014 CONTRACT TIME: 300 CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED GCREDITED MONTH CHARGED CREDITED 1. 16. 2. 17. 3. 18. 4. 19. S. 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 PREVIOUS ` PERIOD- TOTALS 292• 292 TO DATE *REMARKS: r ,r, CONTRACTOR DATE SPE O DATE ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941•F=(817)392-7845 FORT WORTH REV:00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Wedgwood Storm Water Relief System phase 1 DUE Inspector DOE Number Adilda Cazorla 7071 EbLWectw Project Manager 2 water 21 waste waterZ Storm DrainageQ Pavement Debbie Willhehn Initial Contract Amount Project Difficulty Simple O Routine O Complex Final Contract Amount Date In PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 2 8 4 2 Public Notifications 5 Y 2 20 10 3 Plans on Site 5 Y 4 20 20 4 Field Supmision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safl;ty 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 2 60 30 9 Daily Clean Up 5 Y 2 20 1 10 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 374 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 374 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MSI'100%) 374 / 441 - 93% Performance Category Excellent <20%—Inadequate 20%to<40%—De tclent 40%to<60%=E�andarcl 6096 to<80%=Good 2_8090=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor f Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS ntANSPORTATION AND PUBLIC WORKS { The City of Fort Worth•1000 Throckmorton Street•Fon Worth,TX 76012-6311 (817)392-7941 •Fu:(817)392-7945 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: WEDGEWOOD STORM WATER RELIEF SYSTEM, PH 1 WATER, SANITARY SEWER, STORM DRAIN AND PAVING IMPROVEMENTS DOE#: 7071 CITY OF FORT WORTH STATE OF TEXAS CONNER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 1St day of Octobe Notary Public in Tarrant County, Texas BERTHA GIANULIs Notary PublIC,state of Texas I A• yc" My Commission Expires September 18, 20 MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, lOw/A 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 RCHI' ECT OWNER CONSENT OF SURETY CONTRACTOR TO FINAL PAYMENT SURETY OTHER Bond No. TXC605722 TO OWNER: ARCHITECT'S PROJECT NO.: City of Fort Worth 1000 Tbrockimorton St. CONTRACT FOR: Fort Worth,TX 76102 Wedgewood Storm Water Relief System,PH 1 PROJECT: CONTRACT DATED: City Project No.04480 October 09,2013 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, Iowa 50306-3498 SURETY, on bond of (Insert name and address of Contractor) Conatser Construction TX,LP 5327 Wichita St. Fort Worth,TX 76119 ' CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth 1000 Throckimorton St. Fort Worth,TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: September 30,2015 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company(Mutual) (Surety Attest: Q� z (Seal): ( ignature f authorized representative) Glenna S.Davis Attorne)/-In-Fact (Printed name and't tle) Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document G707-1994 Consent Of Surety to Final Payment. CON 0405 (4115) 14k MERCHANT BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Carolyn Maples; Glenna S Davis; John, R Wilson their true and lawful Attomey(s)-in-Fact,to make,execute, seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount oP. SEVEN MILLION FIVE HUNDRED THOUSAND($7,500,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile_urider and by authority of the following By--Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 24,2011. "The President, Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 ���,.� ,t101�.q •.•\�� ��• � MERCHANTS BONDING COMPANY(MUTUAL) •� �40. 0d�0�PQA9y. MERCHANTS NATIONAL BONDING,INC. $ 1933 c: -�'• .... •r<` �` :�d%i-. .;�y�;• By ff STATE OF IOWA ,,,,a,�" .. COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of.the Companies by authority of their respective Boards of Directors. A4o�Ni, VALs WENDY WOODY o � Commission Number 784654 ? My Commission Expires June 20 2017 NofaryPu61r, County Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 30 day of September 2015 a ••o� '>�P09 'Oq' ��}, p R4 �O' •ti Viz:` Secretary y 1933 c: Y. .,. POA 0014 (6115) FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Wedgwood Stotmwater Relief System Phase 1 PROJECT NUMBER: 480 DOE NUMBER: 7071 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 776 FIRE HYDRANTS: 1 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 320 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS (D The City of Fort Words•1000 Throdcmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH RE/:0 07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 10/21/2015 Name of Contractor Project Name Conatser Construction Wedgwood Storm Water Relief System Phase 1 DOE Inspector Project Manager Adilda Cazorla Debbie Willhelm DOE Number J.Project Doliculty Type of Contract 7071 10 Simple Qs Routine Q Complex Q Water E] Waste WaterO Storm Drainage Pavement Initial Contract Amount Final Contract Amount $1,042,759.00 $1,267,671.25 In PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector U 1 Accuracy of Plans to Existing Conditions U 2 Knowledge of Inspector io 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities H 13 Applicability of Specifications 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution i-/ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager L` 1 Chane Order Processing Time q 3 Communication U 2 Timliness of Contractor Payments ql 14 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe IM COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor;d�.1 INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Zhroclrmorom Strect-Fort Worth,TX 76012-6311 (817)392-7941-Pax(817)392-7845