Loading...
HomeMy WebLinkAboutContract 47009-FP3 Deparet t TPW Const. Services CPN0 ate Project Manager v r Risk Management S. Canal TW®RTH® - s D.O.E. Brotherto Water Dept. Esteban Perez i ✓ CFA Wstei•man/Scanned TION AND PUBLIC WORKS The Procee ng co le ave bccContacted cocerig tile e(IestPROJECT COMPLETION fm•final payment&have relensed this project to,-sucl,payment. eveloper Projects) Clearance Conducted By Etta Bacy %10 City Project Ns: 02392 rl f'i'r/ 0-6#-q?009 Regarding contract 117324 for HUNTINGTON ESTATES- STORM DRAIN& PAVING as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $757,630.50 Amount of Approved Change Orders: JV'o I Revised Contract Amount: $757,630.50 Total Cost Work Completed: $757,630.50 k Recom e ded for Acceptance Date F Asst. Die tor, TPW - Infrastructure Design and Construction Accepted 0Date Asst. Director, Q TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Date �I Comments: OFFICIAL REWHO CITY SECRETARY NOV FT. WORTHP TIM i Rev.9/22/16 f FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HUNTINGTON ESTATES Conti-act Limits Project Type STORM DRAIN&PAVING City Project Numbers 02392 DOG Number 7324 Estimate Number I Payment Number 1 For Period Ending 10/15/2016 CD City Secretary Contract Number 117324 Contract Time 160'D Contract Date Days Charged to Date 352 Project Manager Buckley Conti-act is 100.00 Complete Contractor CONATSER CONSTRUCTION TRLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER/ TAEZAZ Wednesday,October 26,2016 Paget of 5 City Project Numbers 02392 DOE Number 7324 Contract Name HUNTINGTON ESTATES Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/15/2016 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No, Quanity Total Quanity Total —————----- ---------------------------- I ---- -------- ----------------- 1 REMOVE 18"STORM LINE 22 LF $30.00 $660.00 22 $660.00 2 SWPPP 1 LS $1,000.00 $1,000.00 1 $1,000.00 3 CONCRETE RIPRAP 102 SY $60.00 $6,120.00 102 $6,120.00 4 TRENCH SAFETY 2990 LF $1.00 $2,990.00 2990 $2,990.00 5 CONCRETE COLLAR I EA $500.00 $500.00 1 $500.00 6 21"RCP 292 LF $48.00 $14,016.00 292 $14,016.00 7 24"RCP 602 LF $55.00 $33,110.00 602 $33,110.00 8 30"RCP 359 LF $70.00 $25,130.00 359 $25,130.00 9 36"RCP 275 LF $85.00 $23,375.00 275 $23,375.00 I0 39"RCP 448 LF $I00.00 $44,800.00 448 $44,800.00 11 39"RCP 601 LF $120.00 $72,120.00 601 $72,120.00 12 42"RCP 408 LF $105.00 $42,840.00 408 $42,840.00 13 48"RCP 69 LF $115.00 $7,935.00 69 $7,935.00 14 4'STORM JUNCTION BOX 2 EA $4,000.00 $8,000.00 2 $8,000.00 15 5'STORM JUNCTION BOX 5 EA $5,000.00 $25,000.00 5 $25,000.00 16 10'CURB INLET 16 EA $2,200.00 $35,200.00 16 $35,200.00 17 24"SAFETY END HEADWALL 4 EA $2,500.00 $10,000.00 4 $10,000.00 18 30"SAFETY END HEADWALL 2 EA $3,500.00 $7,000.00 2 $7,000.00 19 39"SLOPED END HEADWALL I EA $4,000.00 $4,000.00 1 $4,000.00 20 39"SLOPED END HEADWALL 1 EA $4,500.00 $4,500.00 1 $4,500.00 21 TRAPEZOIDAL SWALE 515 CY $12.00 $6,180.00 515 $6,180.00 22 DETENTION POND 750 CY $8.00 $6,000.00 750 $6,000.00 23 KELLER-HASLET BAR DITCH 310 CY $10.00 $3,100.00 310 $3,100.00 24 48"SLOPED END HEADWALL I EA $4,500.00 $4,500.00 1 $4,500.00 25 DRAINAGE BONDS 1 LS $17,500.00 $17,500.00 1 $17,500.00 Sub-Total of Previous Unit $405,576.00 $405,576.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total —----——--——————----- -- --———— —————————— ———- 1 SWPPP 1 LS $2,500.00 $2,500.00 1 $2,500.00 Wednesday,October 26,2016 Page 2 of 5 I City Project Numbers 02392 DOE Number 7324 Contract Name HUNTINGTON ESTATES Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/15/2016 Project Funding 2 HYDRATEDE LIME 150 TN $165.00 $24,750.00 150 $24,750.00 3 6"LIME TREATMENT 9270 SY $2.75 $25,492.50 9270 $25,492.50 4 6"CONC PVMT 8680 SY $32.50 $282,100.00 8680 $282,100.00 5 4"CONC SIDEWALK 1004 SF $3.00 $3,012.00 1004 $3,012.00 6 BARRIER FREE RAMP 4 EA $1,200.00 $4,800.00 4 $4,800.00 7 SAWCUT&REMOVE ASPHALT 200 LF $12.00 $2,400.00 200 $2,400.00 8 PAVING BONDS I LS $7,000.00 $7,000.00 1 $7,000.00 Sub-Total of Previous Unit $352,054.50 $352,054.50 a Wednesday,October 26,2016 Page 3 of 5 I City Project Numbers 02392 DOE Number 7324 Contract Name HUNTINGTON ESTATES Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/15/2016 Project Funding Contract Information Summary Original Contract Amount $757,630.50 Change Orders Total Contract Price $757,630.50 _aw Date A0'3 Total Cost of Work Completed $757,630.50 ontr c Less %Retained r( / Ol (a Net Earned $757,630.50 Date Earned This Period $757,630.50 his ec' i upe is Retainage This Period $0.00 I ,.,d Date I) M A Less Liquidated Damages Proja ger e Days @ /Day $0.00 Date ' 4 LessPavement Deficiency $0.00 As it cto/T PW Infrastructure Design and Construction Less Penalty $0.00 Wr �J Date Illi-114 Less Previous Payment $0.00 Director/ ontracting Departmei Plus Material on Hand Less 15% $0.00 Balance Due This Payment $757,630.50 Wednesday,October 26,2016 Page 4 of 5 City Project Numbers 02392 DOE Number 7324 Contract Name HUNTINGTON ESTATES Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/15/2016 Project Funding Project Manager Buckley City Secretary Contract Number 117324 Inspectors LAYER / TAEZAZ Contract Date Contractor CONATSER CONSTRUCTION TiLP Contract Time 160 CD 5327 WICHITA ST Days Charged to Date 352 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 —_------ __ i Total Cost of Work Completed $757,630.50 Less %Retained $0.00 Net Earned $757,630.50 Earned This Period $757,630.50 Retainage This Period $0.00 Less Liquidated Damages 0 Days a $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 $757,630.50 Wednesday,October 26,2016 Page 5 of 5 I [ 1 OWNER M CONSENT OF ARCHITECT 1:1SURETY COMPANY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AfA Document 6707 Bond No 0138599 PROJECT: (name, address)Huntington Estates Water&Sanitary Sewer Fort Worth, TX TO (Owner) (— ID.R.HORTON-TEXAS,LTD.AND THE CITY OF FORT] ARCHITECT'S PROJECT NO:CFA No.2015-018 WORTH CONTRACT FOR: Water and Sanitary Sewer Project for Huntington Estates L .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 (here Insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there 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 there Insert name and address of Owner) D. R. HORTON-TEXAS, LTD.AND THE CITY OF FORT 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 26th day of September,2016 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): N W%4(�4 Signature of Authorized Representative Robb!Morales Attorney-in-Fact Title NOTE: This form is to 6e used as a companion document to AIA DOCUMENT G706, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE 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 y and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene Marshall,Sophinle Hunter,Robb!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 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. 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 o a 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 E s- Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant o >Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein C111 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 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, J; 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 - C) RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further o u 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 r 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 0 r- ceased to be such at the time when such instruments shall be issued. M WITNESS WHEREOF, the Comp y has cau these presents to be signed and attested by its appropriate officers and its o 0 corporate seal hereunto affixed this ay of 6-l!/�. 0 Attest: Berkley Insurance Company CZ v � (Seal) By ( By C) Ira S. a ermana after o Senior Vice President&Secretary e r Preside fl MIARNING:';`HIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. o ai .� STATE OF CONNECTICUT) ' ) ss: a o COUNTY OF FAIRFIELD Sworn to before me, a Notary Public in the State of Connecticut, this�) iogPubfic, 'ti e' ,2015, by Ira S.Lederman and ro Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and SSenior Vice Pre dent,respectively,of Berkley Insurance Company. MARIA C.RUND13AKEN j 0 NOTARY PUBLIC �.l•CO--,/( MY of EXPIRES State of Connecticut 0 APRIL 30,2019 � CERTIFICATE PE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a ztrue, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded -H 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 26th day of September A 2016 (Seal) 41 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, 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 Runishing labor and/or materials have been paid in frill; 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: HUNTINGSTON ESTATES WATER AND SANITARY SEWER IMPROVEMENTS DOE#: N/A CFA Project#: 2015-018 j CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Pill- rock Huggins i i Subscribed and sworn to before me this 27"day of September, 2016. Notary Public in Tarrant County,Texas r `pUY Pry/ BERTHA 61ANULIS t _? �c Notary Public,Stote of Texas A ��' My commission Expires OHIO%"�' September 18, 2019 'udn D-R-HOMON October 4, 2016 City of Fort Worth David Rolls CFW Senior Inspector 8851 Camp Bowie West Fort Worth,TX 76116 RE: Huntington Estates, DOE 7324 Mr.Rolls: This letter is to serve notice that D.R. Horton, Inc.will not charge any liquidated damages to Conatser Construction TX, L.P.on the above referenced project. Sincerely, Justin Bosworth, P.E. Land Development Project Manager D.R. Horton, Inc.—DFW West Division 6751 North Freovay a Forr\Vorrh,TX 76131 (817)230-0300 FoRTWORTHREV.8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Nance of Contractor Project Nome Conatser Construction Huntington Estates Inspector City Project Number Jamie Rice 2392 Construction Components Projec!Manager ❑Water ❑Waste Water E]Storm Drainage ❑� Pavement Patrick Buckly Initial Contract Amount Project Difficulty $757,630.50 Q Simple @) Routine O Complex Flnal Contract Amormt Date $757,630.50 10/28/2016 H)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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 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 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 336 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 336 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 336 / 448 = 75% Performance Category Good <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >M%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Contractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306 FoRTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 10/28/2016 Nmne of Contractor Project Name 'Conatser Construction Huntington Estates DOE Inspector Project Manager Jamie Rice Patrick Buckl DOE Number Project Difficulty Type of Contract 7324 0 Simple (0)Routine 0 Complex ❑Water ❑Waste Water Storm Drainage Q Pavement Initial Contract Amrnmt Final Contract Amount $757,630.50 $757,630.50 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION JPLANS&SPECIFICATIONS 1 Availability of Inspector `.` 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 'r 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities q 3 Applicability of Specifications 4 4 Display Of Professionalism Y 4 Accuracy of Plan Quantities u 5 Citizen Complaint Resolution g/ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And/Or Problem Resolution y ADMINISTRATION 2 Availability of Project Manager Y 1 Change Order Processing Time -1/ 3 Communication V. 2 Timliness of Contractor Payments 5/ 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe l/ III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS E? The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT WORTH© TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATE,MENT# FINAL STATEMENT# 1 DOE 7324 NAME OF PROJECT: Huntington EstatesContractor Conatser YEAR: PROJECT NO.: FINAL INSPECTION DATE 10/10/2016 2392 1 WD CD CONTRACT TIME 160I I X PERIOD FROM: 1 10/1/2018 TO: 10/15/2016 BEG - Month I IDEVELOPMENAN WORT(ORDER EFFECTIVE: 1 2/8/2016 BEG± y MID y/n n 225.6% LIP YR /n DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Sat 1 16 2 Sun 1 17 3 Mon 1 18 4 Tue 1 19 5 Well 1 20 6 Thu 1 21 7 Fri 1 22 8 Sat 1 23 9 Sun 1 24 10 Mon 0 NA 25 11 Tile 0 NA 26 12 Wed 0 NA 27 13 Thu 0 NA 28 14 Fri 0 NA 29 15 Sat 0 NA 30 31 41 &iI'd Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 9 9 PREVIOUS PERIOD 0 352 352 TOTAL TO DATE 1 0 1 0 1 0 1 0 1 361 1 361 REMARKS: Huntington Estates time stopped on 10/10/2016.Punh list completed on 10/10/2016 Signature: Signature: (Print Name) Jamie Rice CONTRACTOR DATE INSPECTOR DATE 10125/2016