Loading...
HomeMy WebLinkAboutContract 46935-FP2 Deppref P 8W Const. Services Pr Date Projag r � �� Ci�YS�CRET�111YRiskment Canadv ZTAVORTHo `ONTRIICT No. D.O. Brotherton CFA Westerman/Scanne The Proceeding people have been Contacted concerning the request for final payment&have ATION AND PUBLIC WORKS released this project for such payment. )F PROJECT COMPLETION ��^^/� D.O.E.Ns: 7484 K4 Clearance Conducted By Shameka Kennedy C r /a/Yac) 2G 3/ Regarding contract 117484 for LANDMARK QUEBEC ADDITION-PAVING as required by the C-S*q4 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: $12,215.00 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $12,215.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $12,215.00 Less Previous Payments: $0.00 Final Payment Due $12,215.00 l< r� Recommended TOr ptance Date Asst. Director, TPW - rhfrastructure Design and Construction �DirecZ, ted Date TRANSPORTATIO & PUBLIC WORKS Asst. Cit Manager Date Comments: C205-541200-207760263183 OFFICIAL RECORD �a��ag'ED CITY SECRETARY JUL 19 2016 FT.VWORTHI TX FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LANDMARK QUEBEC ADDITION Contract Limits Project Type PAVING IMPROVEMENTS City Project Numbers 02631 DOE Number 7484 Estimate Number 1 Payment Number I For Period Ending 6124/2016 CD City Secretary Contract Number 117484 Contract Time 50D Contract Date 10/19/2015 Days Charged to Date 191 Project Manager Ehia Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS f SAUNAS Friday,June 24,2016 Page I of 4 City Project Numbers 02631 DOE Number 7484 Contract Name LANDMARK QUEBEC ADDITION Estimate Number I Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 6/24/2016 Project Funding UNIT IV:PAVING 1WROVEMENT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---- - — ----------- --------------------- 1 REMOVE CONC PVMT 63 SY $15.00 $945.00 63 $945.00 2 JOINT SEALANT 133 LF $30.00 $3,990.00 133 $3,990.00 3 TRAFFIC CONTROL I MO $3,500.00 $3,500.00 1 $3,500.00 4 T'CONC PVMT(OR MATCH EXISTING 63 SY $60.00 $3,780.00 63 $3,780.00 PAVEMENT) Sub-Total of Previous Unit $12,215.00 $12,215.00 Friday,June 24,2016 Page 2 of 4 City Project Numbers 02631 DOE Number 7484 Contract Name LANDMARK QUEBEC ADDITION Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENTS For Period Ending 6242016 Project Funding Contract Information Summary Original Contract Amount $12,215.00 Change Orders Total Contract Price $12,215.00 Date /-�1'��'! Total Cost of Work Completed $12,215.00 Cont;7a, Less %Retained $0.00 / Net Earned $12,215.00 Date Earned This Period $12,215.00 Inspection S ervS, r 711j � Retainage This Period $0.00 ate Less Liquidated Damages Project Mane er /?Coe Ar Days @ /Day $0.00 e / /b LessPavement Deficiency $0.00 Directorfr - frastructure Design andtonstdction Less Penalty $0.00 lN, L^1 ate 7 �b �Ll Less Previous Payment $0.00 Direc /Contracting Departmeig Plus Material on Hand Less 15% $0.00 Balance Due This Payment $12,215.00 Friday,June 24,2016 Page 3 of 4 City Project Numbers 02631 DOE Number 7484 Contract Name LANDMARK QUEBEC ADDITION Estimate Number I Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENTS For Period Ending 6/24/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117484 Inspectors RODGERS / SALINAS Contract Date 10/29/2015 Contractor CONATSER CONSTRUCTION TxLP Contract Time 50 CD 5327 WICHITA ST Days Charged to Date 191 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 $12,215.00 Less %Retained $0.00 Net Earned $12,215.00 Earned This Period $12,215.00 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 $12,215.00 Friday,June 24,2016 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Landatatic Quebec Addition PROJECT NO.: 02631 CONTRACTOR. Conatser Coamuctiaan DOE NO.: 7484 PERIOD FROM:06/01/16 TO: 06/30/16 FINAL INSPECTION DATE: 8-Ian-16 WORK ORDER EFFECTIVE: CONTRACT TIME: 50 0 • CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 1 16. 2. 1 17. 3. 1 18. 4. 1 19. 5. 1 20. 6. 1 21. 7. 1 22. 8. Held Final 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 7 7 PERIOD PREVIOUS PERIOD 184 184 TOTALS TO DATE 191 191 *REMARKS: /JAE; CONT CTOR DATE INSPECTOR FSATEf ENGINEERING DEPAR'1NEENT ! The City of Fort Worth-100011roekmorton Street-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: LANDMARK QUEBEC LOT 4R1,4R2 AND 4R3,Block 1 SANITARY SEWER AND PAVING DOE#: N/A City Ptoject#: N/A CITY OF FORT WORTH STATE OF TEXAS CONATS CONSTRUCT ON TX,LP Brock Huggins Subscribed and sworn to before me this 28'h day of June, " BERTHA GEANuuS Notary Public in Tarrant County,Texas ►y�4 _l�Y Notary Public,State of Texas �•!"1• ° My Commission Expires September 18, 2019 CONSENT OF OWNER ❑ 11 ,7 SURETY COMPANY ARCHITECT ❑ ` CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ - Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0149498 PROJECT: (name, address, Quebec Addition,Lot 4R1,4R2&4R3, Block 1 CFA No.2015-061 Fort Worth,TX TO (Owner) ARCHITECT'S PROJECT NO: CFA No. 2015-061 LQ DEVELOPMENT,LLC AND CITY OF FORT WORTH CONTRACT FOR: PO Box 93898 Pav�'n ,d Sanitary Sewer to serve Landmark Quebec Addition,Lot 4R1,4R2 and 4R3,Block 1 L thlake Tx 76092 -J 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 then Innen name and address of surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there Insert name end 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 there Insert name end address of Owner) LO DEVELOPMENT,LLC AND CITY OF FORT WORTH PO Box 93898 Southlake TX 76092 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 21 st day of June,2016 BERKLEY INSURANCE COMPANY Surety Company Attest: + i��l..%-77.1&Maz4o (Seal): 111 Sipature of Authorized Rapiewmwo 0'vc Robbi Moralan ItorrteY-int-Fad Title NOTE: This form Is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFMAVIT OF PAYWANT OF DOM AND CLAW111, Cuarerrt"60,11 ONE PAGE 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 Marshall;Sophinie Hunter;Robbi Morales; or Kelly A. Westbrook of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attom ey-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.$50,000,000.00),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. � J 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 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 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 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 J I ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has cau§eV these presents to be signed and attested by its appropriate officers and its c corporate seal hereunto affixed this;;I�Aay of cN�Attest: Berkley Berkley Insurance Company J s J (Seal) By ( ByAJ Ira S. a ermA VeV4ce)Preside Senior Vice President&Secretary WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) J — ) ss: COUNTY OF FAIRFIELD Sworn to before me, a Notary Public in the State of Connecticut, this f)O da of c r e— , 2015, by Ira S. Lederman and Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre ry,an the Senior Vice Pre dent, respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN " NOTARY PUBLIC l/ ��u°� L ✓{ 1C1�-,� = MY COMMISSION EXPIRES otary Public, State of Connecticut APRIL 30,2019 CERTIFICATE z I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a Jtrue, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded 5 = 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,this 21 St: day of June 2016 (Seal) A a June 28, 2016 Mr. Brock Huggins Conatser Construction TX, LP P O BOX 15448 Fort Worth, TX 76119 RE: On the Border Landmark Quebec Addition Block 1, Lot 4R1 City of Fort Worth, State of Texas Dear Mr. Huggins, LQ Development, LLC 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 LQ Development, LLC 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, ?NV4w £s Manager WILSON 6 STONAKER,LLC PO BOX 93898,SOUTHLAKE,TEXAS 76092 817-329-2929 WESAW Ison-Stonakerrxom ���hC� June 28, 2016 Mr. Brock Huggins Conatser Construction TX, LP P O BOX 15448 Fort Worth, TX 76119 RE: On the Border Landmark Quebec Addition Block 1, Lot 4R1 City of Fort Worth, State of Texas Dear Mr. Huggins, LQ Development, LLC 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 LQ Development, LLC 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, V&4W £sr"4 1% Manager WILSON i STONAKER,LLC PO BOX 93898,SOUTHLAKE.TEXAS 78092 817-329-2929 WESOWllyysoyynlI-��S,,tonaakpker.com STONAKER 9 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1 CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Landmark uebec Addition DOE Inspector DOE Ntnnber Martina Salinas 7484 DOElnspector Project Manager ❑ Water❑ Waste Water❑ Storm Drainage] Pavement Go al Sahu biitial Contract Amount Project Detculq, $12,215.00 * Simple O Routine 0 Complex Final Contract Amount Date J$12,215.00 6/24/2016 11)PERFORMANCE EVALUATION 0-Inadequate 1-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 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 3 20 15 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 lob 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 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 433 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 433 III)CONTRACTOR'S RATING Maximum Score(MS)a 448 Qr sum of applicable element score maximums which= 448 Rating([TS/MS[ *100%) 433 / 448 — 97% Performance Category Excellent <20%—Inadequate 20010to«0%—Defelent 40%to<60%—Standard 60%to<80%—Good �80016—Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector WA I Q Signature Contractor 12C,4� Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS U* 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: 6/25/2016 Name of Contractor Project Name Conatser Construction Landmark uebec Addition DOE Inspector Project Manager Martina Salinas Go al Sahu DOE Number Project Docul/r Type epfc_&wt 7484 ) Simple 0 Routine 0 Complex rFnal Water❑ Waste Water❑ Storm Drainage Pavement Initlal Contract Ammm! Contract Amours! 1$12,215.00 ,215.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector Y' 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Ins ctor be 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities y 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities Ay 5 Citizen Complaint Resolution If PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs Lf 1 Knowled a And/Or Problem Resolution Y ADMINISTRATION 2 Availability ofProject Manager Y 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe IIl)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor fr'r I INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The Cit'of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845