Loading...
HomeMy WebLinkAboutContract 47431-FP3 Depart e t of T�&W Const. Services CPN# Date Project Manager lAG i _ Risk Management Canady �T WO RT H c'ETY SECRETARY L D.O.E. Brotherton O r-!ONTRACT NO. CFA Westerman/Scanned . Esteban Perez/Scanned 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 Developer Projects) p(�L �- 70zClearance Conducted By t�� 1�151JJ City Project Ns: 02545 Regarding contract 117423 for CREEKWOOD ADDITION PH 5 as required by the TRANSPORTATION& PUBLIC WORKS as approved by City Council on N/A through M&C N/A die director of die TRANSPORTATION&PUBLIC WORKS upon die recommendation of tl1e Assistant Director of the Transportation&Public Works Department has accepted dne project as complete. Original Contract Price: $1,044,795.00 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $1,044,795.00 AZ �/ /4/ _ Recomm ded for Acceptance Date j Asst. Director, TPW - Infrastructure Design and Construction - Accepted I/ Date 4M Director, TRANSPORTATION PUBLIC WORKS Asst. City Manager Date Comments: '� p NOV 15 2016 OFFICIAL RECORD I>nitiai: VATY SECRETARY �nWORTH, TX � Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CREEKWOOD ADDITION PH 5 Contract Limits Project Type DRAINAGE&PAVING City Project Numbers 02545 DOL Number 7423 Estimate Number 1 Payment Number 1 For Period Ending 11/7/2016 CD City Secretary Contract Number 117423 Contract Time 150'D Contract Date Days Charged to Date 291 Project Manager Buckley Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TSLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER/ ODEN i 1 I I i1 Monday,November 7,2016 Page 1 of 4 ��1 City Project Numbers 02545 DOE Number 7423 Conti-act Name CREEKWOOD ADDITION PH 5 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING For Period Ending 11/7/2016 Project Funding PAVING&DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------- - ---- ------ ---- -------- - 1 6"CONC PVMT 16728 SY $33.00 $552,024.00 16728 $552,024.00 2 6"LIME TREATMENT 17780 SY $3.00 $53,340.00 17780 $53,340.00 3 HYDRATED LIME 276 TN $170.00 $46,920.00 276 $46,920.00 4 4"CONC SIDEWALK 2889 SF $3.00 $8,667.00 2889 $8,667.00 5 BARRIER FREE RAMP 12 EA $1,000.00 $12,000.00 12 $12,000.00 6 STOP SIGN 6 EA $650.00 $3,900.00 6 $3,900.00 7 SPEED LIMIT SIGN 5 EA $650.00 $3,250.00 5 $3,250.00 8 REMOVE BARRICADE&CONNECT TO 3 EA $500.00 $1,500.00 3 $1,500.00 EXISTING CONCRETE PAVEMENT 9 21"RCP CLASS III 102 LF $50.00 $5,100.00 102 $5,100.00 10 24"RCP CLASS[1[ 207 LF $57.00 $11,799.00 207 $11,799.00 11 27"RCP CLASS III 57 LF $67.00 $3,819.00 57 $3,819.00 12 36"RCP CLASS III 59 LF $92.00 $5,428.00 59 $5,428.00 13 48"RCP CLASS Ill 535 LF $117.00 $62,595.00 535 $62,595.00 14 4X4 BOX CULVERT 193 LF $165.00 $31,845.00 193 $31,845.00 15 Y STORM JUNCTION BOX 2 EA $4,500.00 $9,000.00 2 $9,000.00 16 5-SIDED MANHOLE 1 EA $5,000.00 $5,000.00 1 $5,000.00 17 10'CURB INLET 7 EA $2,200.00 $15,400.00 7 $15,400.00 18 15'CURB INLET 2 EA $3,500.00 $7,000.00 2 $7,000.00 19 LARGE STONE RIPRAP 133 SY $65.00 $8,645.00 133 $8,645.00 20 TXDOT CONCRETE HEADWALL I EA $7,000.00 $7,000.00 1 $7,000.00 21 TRENCH SAFETY 1153 LF $1.00 $1,153.00 1153 $1,153.00 22 ORNAMENTAL ASSMBLY 35 EA $3,000.00 $105,000.00 35 $105,000.00 23 RDWY ILLUM FOUNDATION 35 EA $1,000.00 $35,000.00 35 $35,000.00 24 2"CONDT PVC SCH 80 2745 LF $12.00 $32,940.00 2745 $32,940.00 25 NO 6 INSULATED ELEC CONDR 5490 LF $2.00 $10,980.00 5490 $10,980.00 26 NO 6 BARE ELEC CONDR SLD 2745 LF $2.00 $5,490.00 2745 $5,490.00 ------------------ - ---- ---- ------------- Sub-Total of Previous Unit $1,044,795.00 $1,044,795.00 ------------ --------------------- -------- Monday,November 7,2016 Page 2 of 4 City Project Numbers 02545 DOE Number 7423 Contract Name CREEKWOOD ADDITION PH 5 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE&PAVING For Period Ending 11/7/2016 Project Funding Contract Information Summary Original ContractAmomrt $1,044,795.00 Chane Orders Total Contract Price $1,044,795.00 / Date J�7 Total Cost of Work Completed $1,044,795.00 Contr o Less %Retained $0.00 Net Earned $1,044,795.00 Dare v G bispec n e ' o Earned This Period $1,044,795.00 �� l l� Retainage This Period $0.00 Date / Less Liquidated Damages Project Mana r Days @ /Day $0.00 V Date / _ 1 Y LessPavement Deficiency $0.00 sst.Dire o P - structure Design a`nd/Construction Less Penalty $0.00 D to !r Less Previous Payment $0.00 Director/C .bractin.Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,044,795.00 Monday,November 7 2016 Page 3 of 4 City Project Numbers 02545 DOE Number 7423 Contract Name CREEKWOOD ADDITION PH 5 Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING For Period Ending 11/7/2016 Project Funding Project Manager Buckley City Secretary Contract Number 117423 Inspectors LAYER / ODEN Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 150 CD 5327 WICHITA ST Days Charged to Date 291 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 c Total Cost of Work Completed $1,044,795.00 Less %Retained $0.00 j Net Earned $1,044,795.00 Earned This Period $1,044,795.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days rr $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 $1,044,795.00 1 i Monday,November 7,2016 Page 4 of 4 i i i FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Creekwood Addition Ph 5 PROJECT NO.: 2545 CONTRACTOR: Conatser Construction DOE NO.: .�.0 - :7 3 PERIOD FROM:01/11/16 TO: 10/27/16 FINAL INSPECTION DATE: October 27 2016 WORK ORDER EFFECTIVE:1/11/2016 CONTRACT TIME: 150 0 Wfl* 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. 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 WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 0 0 0 0 291 291 PERIOD PREVIOUS 0 0 0 0 0 PERIOD TOTALS 10 0 0 0 291 291 TO DATE "REMARKS: CONTRA O DATE INSPECTOR DATE ENGINEERING DEPARTMENT �i(�FOo° The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T%76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conaster Construction Creekwood Addition Ph 5 DOE Inspector DOE Number Weyman Oden 7423 DOElnspector Project Manager ❑ Water❑ Waste Water❑ storm Drainage Pavement Pat Buckle Initial Contract Amount Projecl Difficulty $1,044,710.00 O simple Q Routine O Complex Final Contract Anrotau Date $1,044,710.00 October 3,2016 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 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 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 5 Y 4 20 1 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 403 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 403 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] "100%) 403 / 448 = 90% 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 +� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:0212210' TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 10/3/2016 Name of Contractor Project Name Conaster Construction Creekwood Addition Ph 5 DOE Inspector Project Manager Weyman Oden Pat Buckley DOE Number ProjeclDiculty TipeofConbacl 7423 1 Q Simple QQ Routine Q Complex ❑ Water[] Waste Water❑✓ Storm Drainage Pavement Initial Contract Antonnl Final Contract Amount $1,044,710.00 $1,044,710.00 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 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector Y 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities If 3 Applicability of Specifications FTE 4 Display Of Professionalism il 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 ICnowled e And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager for 1 Change Order Processing Time I `P 13 Communication `f 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts U 3 Bid Opening to Pre-Con Meeting Timefi-ame III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ,� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TK 76012-6311 (817)392-7941 •Fat:(817)392-7845 I H I-H I LLWOOD° COMMUNITIES Live Smart November 4, 2016 Mr. Andrew Garcia Conatser Construction PO Box 15448 Fort Worth, Texas 76119 RE: Creekwood Addition Ph 5 DOE 7423 Waiver of Liquidated Damages for Contracts for the installation of Water, Sanitary Sewer, Storm Drainage, Street Lighting. I I Dear Andrew: It is my understanding that Conatser Construction did not complete the contracts for installation of infrastructure in Creekwood Addition Phase 5 within the contracted number of days. Hillwood Residential Services will not assess any liquidated damages to Conatser Construction on these contracts. If you have any questions concerning this matter, please contact me at 817-313-3614. Thank you for your time on this project. Sincerely, C{e+tia,,Terrell. Gena Terrell Development Manager 3090 01ire Shrel .Suite 200 Dallas. Texas 75219 214-303-5.535 mirwhillwood.roni 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, 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: CREEKWOOD ADDITION PH 5 WATER, SANITARY SEWER, STORM DRAIN,PAVING AND STREET LIGHT IMPROVEMENTS DOE#: 7423 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 2°d day of October, 2 Notary Public in Tarrant County, Texas ,.;•; J,.,, DERTHA GIANULIS Notary Public,State of Texas j`zr'•.p%'`�;'•` My Commission Expires September 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT SUORE TY ACTOR ❑❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0149485 PROJECT: (name, address)Fort Addition Phase 5 Fort Worth, TX TO (Owner) HILLWOOD RLD, L.P.AND THE CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: Fort Worth, TX Street,Storm Drain,Water,Sanitary Sewer and Street Light Improvements to serve Creekwood Addition Phase 5 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 (here 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) HILLWOOD RLD, L.P.AND THE CITY OF FORT WORTH Ft. Worth, TX _.. OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 29th day of September, 2016 BERKLEY INSURANCE COMPANY Surety Company Attest: 7S r - `7v]E� Z ,Z (Seal): Cil rWt 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-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 corganized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted v and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Vena DeLene CcMarshall;Sophinle Hunter;Robbi Morales,or Kelly A. Westbrook of Aon Risk Services South ipest, Inc. of Dallas, TX its true iu and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute,seal,acknowledge and deliver any v 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 vc 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, .5 without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o Z resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: > E RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief EL 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 w °= to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such 3attorney-in-fact and revoke any power of attorney previously granted;and further n ' RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, G or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the F" 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 Z c further o c RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any p Ej 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 3 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 -o E ceased to be such at the time when such instruments shall be issued. c IN WITNESS WHEREOF, the Comp ny has cau e' these presents to be signed and attested by its appropriate officers and its o , corporate seal hereunto affixed this lay of c•(11U, - - �, yAttest: Berkley Insurance Company � d 7 (Seal) By f By o Ira S, a ermanJMe after o N Senior Vice President&Secretary Preside D WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER.. o E .� STATE OF CONNECTICUT) D o ) ss: N o COUNTY OF FAIRFIELD ) y .0 A YaiSworn to before me, a Notary Public in the State of Connecticut, this*DO da &Public,State ,2015, by Ira S. Lederman and Ca Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre ice Pre dent,respecctively, of Berkley Insurance Company. MARIA C.RUNDBAKENNOTARY PUBLICMY COMMISSION EXPIRES otaConnecticut APRIL 30,2019 CERTIFICATE Z 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 -5u 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 29th day of September 2016 (Seal) Al -- - A a