Loading...
HomeMy WebLinkAboutContract 46554-FP2 Departme t of TP&W Const.Services DOE#_� Date Project an ge tod ,, Risk Management Canad (I �T WORTH® MY SSC rAW D.O.E. Brothertn el ► ' T No. OMA � 4(at�= CFA Westerman/Scanned The Proceeding people have been Contacted concerning the request for final payment&have ANION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION / Clearance Conducted By Shameka Kennedy �rA sG�Oi D.O. . Xq: 7405 22 Regarding contract 117405 for ALLIANCE TOWN CENTER NORTH-STORM DRAIN&ST LIGHT as d s#y�nry required by the TRANSPORTATION&PUBLIC WORKS as 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: $52,531.00 Amount of Approved Change Orders: NO Revised Contract Amount: Total Cost Work Completed: $52,531.00 Less Deductions: Liquidated Damages: Days Q$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $52,531.00 Less Previous Payments: $0.00 Final:Payment D c $52,531.00 41e ����� fir Recommended nce Date Asst. Director, TPW - Infrastructure Design and Construction c4LX Com/. G - Accepted Date Director, TRANSPORTATION & PUBLIC WORKS Asst. City Manager Date Comments: C205-541200-204760252283 ZMAILED FINFICIAL Y JUL 9 2016 (__ FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE TOWN CENTER NORTH Contract Limits MULTI FAMILY Project Type STORM DRAIN&ST LIGHT City Project Numbers 02522 DOE Number 7405 Estimate Number I Payment Number l For Period Ending 6/62016 CD City Secretary Contract Number 117405 Contract Time 3QD Contract Date Days Charged to Date 411 Project Manager Buckley Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / VEGA Monday,June 06,2016 Page 1 oto City Project Numbers 02522 DOE Number 7405 Contract Name ALLIANCE"TOWN CENTER NORTH Estimate Number I Contract Limits MULTI FAMILY Payment Number I Project Type STORM DRAIN&ST LIGHT For Period Ending 6/6!2016 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ————— —— — - ---- --- --- ------ -------- 1 — ------ ------ - 1 36"RCP CLASS 1II 14 LF $95.00 $1,330.00 14 $1,330.00 2 42"RCP CLASS III 10 LF $105.00 $1,050.00 10 $1,050.00 3 48"RCP CLASS 111 139 LF $125.00 $17,375.00 139 $17,375.00 4 5'STORM JUNCTION BOX 1 EA $5,000.00 $5,000.00 1 $5,000.00 5 48"FLARED HEADWALL I EA $5,500.00 $5,500.00 1 $5,500.00 6 18"THICK ROCK RIP RAP 107 SY $65.00 $6,955.00 107 $6,955.00 7 UNCLASSIFIED EXCAVATION 913 CY $6.00 $5,478.00 913 $5,478.00 8 EMBANKMENT BY PLAN 757 CY $4.00 $3,028.00 757 $3,028.00 9 SWPPP>l ACRE I LS $1,500.00 $1,500.00 1 $1,500.00 10 TRENCH SAFETY 163 LF $5.00 $815.00 163 $815.00 Sub-Total of Previous Unit $48,031.00 $48,031.00 STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE&REPLACE LIGHT POLE& I EA $4,500.00 $4,500.00 1 $4,500.00 FOUNDATION Sub-Total of Previous Unit $4,500.00 $4,500.00 Monday,lune 06,2016 Page 2 of 4 City Project Numbers 02522 DOE Number 7405 Contract Name ALLIANCE TOWN CENTER NORTH Estimate Number 1 Contract Limits MULTI FAMILY Payment Number 1 Project Type STORM DRAIN A ST LIGHT For Period Ending 6/6/2016 Project Funding Contract Information Summary Original Contract Amount $52,531.00 Chanee Orders Total Contract Price $52,531.00 Date 0 Total Cost of Work Completed $52,531.00 Contract ff Less %Retained $0.00 Net Earned $52,531.00 Date pY InsctEarned This Period $52,531.00 io S pe is )J_ Retainage This Period $0.00 D 0)4 Less Liquidated Damages ProJcct Me, r _ Days® /Day $0.00 D to /6 LessPavement Deficiency $0.00 i , ` fizfracture Design an Cons cti, Less Penalty �•� &j• 6_ Date Less Previous Payment $0.00 Direo r/Contracting Depart nt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $52,531.00 Monday,June 06,2016 Page 3 of 4 FORTWORTH rev 03`05'07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Allis=Town Center North Muni-Family PROJECT NO.: 02522 CONTRACTOR: Com Consftuction L.P. DOE NO.: 7405 PERIOD FROM:03/30/15 TO: 05/13/16 FINAL INSPECTION DATE: 2Jua-16 WORK ORDER EFFECTIVE:313=615 CONTRACT TIME: 30 O MVD •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. 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 411 PERIOD PREVIOUS PERIOD _ 0 TOTALS 411 TO DATE *REMARKS: v -'�7-►G CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT (D The City of Fort Worth-1000 Thmctmaston Stmet-Fort Worth,TX 76012-6311 (817)392-7941-Fax:(817)392-7845 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: AT.i.TANCE TOWN CENTER NORTH WATER, STORM DRAIN AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 02522 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this 25th day of May,2016. Notary Public in Tarrant County,Texas BERTHA GIANULIS _ Notary Pub" State of lexo� `:`; MY comminion Expires September 19, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0187856 PROJECT: (name, addreSS)Alliance Town Center North Multi Family Fort Worth,TX TO (Owner) HtLLWOOD ANC SERVICES,LLC AND THE ARCHITECT'S PROJECT NO:02522 CITY OF FOR WORTH CONTRACT FOR: 13600 Heritage Parkway,Suite 200 Drainage,Water d,Street Light Improvements to serve ATCN-MuIU- Famiy L Worth TX 76177 —f 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 (Mn Insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (hen Insert name and address of Contractorl 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 there insert name and address of Owner) HILLWOOD ALLIANCE SERVICES,LLC AND THE CITY OF FORT WORTH 13600 Heritage Parkway,Suite 200 Fort Worth TX 76177 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 23rd day of May,2016 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): '4.00zh& Sipatwv of Authocind Aaprasentative Robbi b jgW a Attornoy-in-Fact Title NOTE: This form is to be used as a companion document to ALA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYN1ENT OF MINTS AND CLAIMS, tuatara Mars ONE PAGE No. BI-7280f 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 C: organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted u and appointed, and does by these presents make, constitute and appoint: Ricardo A Reyna; Don F- Cornell; Vena DeLene Marshall;Sophinle/tuner;Robbl 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 ca 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 3 -N 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, .E without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following 2 .9 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: ERESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief VExecutive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant 0 > Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein 4. E to execute bonds, undertakings,recognizances, or other suretyship obligations on behalf of the Company, and to affix the v corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such 3 o 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, recognizancea, 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 v RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and e further o m RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any C613 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 3P person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have E ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comps y has cau these presents to be signed and attested by its appropriate officers and its c o corporate seal hereunto affixed thisay of ao Attest: Berkley Insurance Company L -fl u u (Seal) By f By — g o Ira S. a erman Je after o Senior Vice President& Secretary Preside 6 WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. a,.M STATE OF CONNECTICUT) E 1? ) ss: N COUNTY OF FAIRFIELD ) V ,Q 0 Sworn to before me, a Notary Public in the State of Connecticut,this 30 da of 'L'''e' , 2015, by Ira S. Lederman and Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre i an the Senior Vice Pre dent,respectively,of Berkley Insurance Company. MANIAC.RUNDBAKEN ,��`�„ t NOTARY PUBLIC G �/�,(� c MY COMMISSION EXPIRES otary Public,State of Connecticut APRIL 30.2019 C7 U CERTIFICATE 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a v true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded 3 -S 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,this23rd day of May 2016 (seal) Al • A a IL to ( k � CD # § � � \ ° n A z 0 \ + § ) oG § § ) M § & ' i A § ) ( vi CL3 § } 0 \ j \ Lu \ f § z \ 2 8 2 §§ z 0 ( _ ( � 2 4 ( } ( ) CD § _ ( CL2 ' b § MCb co= } o z\ } � �} § o LU.. o _ \k \ [ ° < (D3 / § / - - U mo 2 - - D co SCE § ! /\- 3am 2 m � 3 < _ § 2 a \» > \/ k § \"Z6C & ° ez ƒ 2 § < 2 ® LU j 2 0 � E3 8 § _ rccM= �b E z ®) / 2 m �) ) \}\ = e = _ - }§ z � % § ° k • ° j z L00 U # LL� §\ e 2 e , o m . . . oz z < @a « mz LL u § E a ®� k < w 2fk G B � � a F. a- j § § j\ § §} / ) \ / . . . H I LLWOOD PROPERTIES A PEROT COMPANY Joseph C.Schneider Vice President -214.(Iiii-' June 14, 2016 Alex Vega Via e-mail: a.vega@vrxglobal.com VRX, Inc. Construction Inspector 2500 N. Dallas Parkway, Ste. 450 Plano,TX 75093 Re: Alliance Town Center North Multifamily DOE No. 7405, City Project No. 02522 Dear Mr. Vega: Please be advised that AIL Investment, L.P. and Hillwood Alliance Services, LLC will not be seeking liquidated damages from Conatser Construction Tx, L.P. on the above referenced project. If you have any questions,please do not hesitate to call me at 817-224-6054 Sincerely, Joseph C. Schneider mc/JCS cc: Mike Layer, City of Fort Worth Mark Owen, City of Fort Worth Brock Huggins, Conatser Construction Patrick A. Smith—Peloton Land Solutions r w);!tt,.•. Ito II � i. �.i !'� �): _ L'-'rq • •:.;l..i.. FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Nance of Contractor Project Name Conatser Construction Tx,LP Alliance Town Center North Multi-Family DOE Inspector DOE Number Alex Vega 7405 DOE Inspector Project Manager ❑ Water ❑ Waste Water O Storm Drainage O Pavement Patrick Buckley Initial Contract Amount Project Difficulty $52,531.00 0 Simple O Routine O Complex Final Contract Amount Date $52,531.00 6/7/2016 11)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 3 8 6 2 Public Notifications 5 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 1 60 5 Work Performed 15 Y 3 60 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 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 346 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 346 III)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%=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 (a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 6/7/2016 Name ojConlractor `~ _ Project Name Conatser Construction Tx, LP Alliance Town Center North Multi-Family DOE Inspector u Project Manager Alex Vega _ Patrick Buckley DOE Number Project Difficulty Type ofContracl 7405 Simple O Routine O Complex ❑ Water ❑ Waste Water 0 Storm Drainage P) Pavement Initial Contract Amount Final Contracl Amount $52,531.00 $52,531.00 11)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 �f I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector if 2 Clarity&Sufficiency of Details y� 3 Accuracy of Measured Quantities if 13 Applicability of Specifications r 4 Display Of Professionalism 14 Accuracy of Plan Quantities y _ 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION ~ 6 Performance-Setting up Valve Crews,Labs k 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time y 3 Communication J( 2 Timliness of Contractor Payments _ 4 Resolution of Utility Conflicts y 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector _ Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS T°kNSPORTATION AND PUBLIC WORKS ID The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845