Loading...
HomeMy WebLinkAboutContract 47663-FP1 r...,'....... .. T cxvv %'um 1. oervices CPN# Date Project anager Risk Management Canal — D.O.E. Brotherton ;T WO RT Hp CITY SECRETARY CONTRACT N®, i P' CFA Westerman/Scanned / Esteban Perez/Scanned The Proceeding people have ben Contacte concerning the request for final payment& have ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION �OI cl�en� developer Projects) OC)9 7�j"p'7 Clearance Conducted By P&MO&Z City Project Ns: 02646 Regarding contract 117507 for LASATER RANCH as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&PID - e artment has accepted the project as complete. (CCOd�DEC 2 8 2016Original Contract Price: $731,165.75 Amount of Approved Change Orders: Ns Revised Contract Amount: 1� Total Cost Work Completed: $731,165.75 I sr, ���1� 2-S Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT /21221( Ass� City Manager Date EMAIL-MD Comments: JAN '- 8 2017 Initial: A- LY OFFICIAL RECORD Rev.9/22/16 CITY SECRETARY FT,WORTH,TX tD �(����LCity Project Numbers 02646 DEC DOE Number 7507 Contract Name LASATER RANCH 2 g 2016 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/14/2016 Project Funding Project Manager Sahu City Secretary Contract Number 117507 Inspectors LAYER / SALAZAR Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 273 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 $731,165.75 Less %Retained $0.00 Net Earned $731,165.75 Earned This Period $731,165.75 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 $731,165.75 Wednesday,December 14,2016 Page 4 of 4 P aces— FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LASATER RANCH Contract Limits Project Type WATER&SEWER City Project Numbers 02646 DOE Number 7507 Estimate Number 1 Payment Number 1 For Period Ending 12/14/2016 CD City Secretary Contract Number 117507 Contract Time 12gD Contract Date Days Charged to Date 273 Project Manager Sahu Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / SALAZAR Wednesday,December 14,2016 Page 1 of 4 City Project Numbers 02646 DOE Number 7507 Contract Name LASATER RANCH Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/14/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------------------- --- 1 ------------------------------ — 1 8"PVC WATER PIPE 4879 LF $33.00 $161,007.00 4879 $161,007.00 2 1"WATER SERVICE 109 EA $900.00 $98,100.00 109 $98,100.00 3 1 1/2"WATER SERVICE 2 EA $2,000.00 $4,000.00 2 $4,000.00 4 8"GATE VALVE 15 EA $1,200.00 $18,000.00 15 $18,000.00 5 16"X 8"TAPPING SLEEVE&VALVE 2 EA 54,000.00 $8,000.00 2 $8,000.00 6 FIRE HYDRANT 3 EA 54,500.00 $13,500.00 3 $13,500.00 7 CONNECTION TO EXISTING 16"WATER MAIN 2 EA $1,000.00 $2,000.00 2 $2,000.00 8 DUCTILE IRON WATER FITTINGS 3 TN $4,500.00 $13,500.00 3 $13,500.00 W/RESTRAINT 9 CONCRETE BLOCKING 5 CY $200.00 $1,000.00 5 $1,000.00 10 TRENCH SAFETY 4879 LF $0.25 $1,219.75 4879 $1,219.75 -------------------------------------- Sub-Total of Previous Unit $320,326.75 $320,326.75 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 -------------------------------------- 1 8"SEWER PIPE 4209 LF $38.00 $159,942.00 4209 $159,942.00 2 8"SEWER PIPE CSS BACKFILL 965 LF $48.00 $46,320.00 965 $46,320.00 3 CONCRETE ENCASE SEWER PIPE 54 CY $150.00 $8,100.00 54 $8,100.00 4 4'MANHOLE 17 EA $4,000.00 $68,000.00 17 $68,000.00 5 4'DROP MANHOLE I EA $6,200.00 $6,200.00 1 $6,200.00 6 4'EXTRA DEPTH MANHOLE 54 VF $175.00 $9,450.00 54 $9,450.00 7 CONCRETE COLLAR 3 EA $300.00 $900.00 3 $900.00 8 MANHOLE VACUUM TESTING 18 EA $150.00 $2,700.00 18 $2,700.00 9 EPDXY MANHOLE LINER 43 VF $185.00 $7,955.00 43 $7,955.00 10 4"SEWER SERVICE 109 EA $750.00 $81,750.00 109 $81,750.00 11 CONNECT TO EX 8"SS 1 EA $1,000.00 $1,000.00 1 $1,000.00 12 CONNECT TO EX SS MANHOLE i EA $3,000.00 $3,000.00 1 $3,000.00 13 TRENCH SAFETY 5174 LF $1.00 $5,174.00 5174 $5,174.00 14 POST CCTV INSPECTION 5174 LF $2.00 $10,348.00 5174 $10,348.00 -------------------------------------- Sub-Total of Previous Unit $410,839.00 $410,839.00 -------------------------------------- Wednesday,December 14,2016 Page 2 of 4 City Project Numbers 02646 DOE Number 7507 Contract Name LASATER RANCH Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/14/2016 Project Funding Contract Information Summary Original Contract Amount $731,165.75 Change Orders Total Contract Price $731,165.75 Date) Total Cost of Work Completed $731,165.75 Con Wr Less %Retained $0.00 Date I2 22 - Net Earned $731,165.75 Inspe n pe. Earned This Period $731,165.75 Retainage This Period $0.00 Date O Project Manager Less Liquidated Damages Days @ /Day $0.00 � r PDate 1)0-16l� LessPavement Deficiency $0.00 Asst.Director//TP /-Infrastructure Design and Construction Less Penalty $0.00 a !F`-- Date �Z�?���G Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 !:✓�v�� Balance Due This Payment $731,165.75 Wednesday,December 14,2016 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Lasater Ranch Phase 1 PROJECT NO.: 02646 CONTRACTOR: CONATSER Const.TX L.P. DOE NO.: 7507 PERIOD FROM 03/23/16 TO: 12/20/16 FINAL INSPECTION DATE: 20-Dec-16 WORK ORDER EFFECTIVE: CONTRACT TIME: 120 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 PERIOD 273 273 PREVIOUS PERIOD TOTALS TO DATE 273 27' *REMARKS: CONTRACTOR DATE INS DATE ENGINEERING DEPARnlENT P The City of Fort Worth•1000 Throckmorton Street•Fort Worth,T176012-6311 (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, 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: LASATER RANCH, PH 1 WATER, SANITARY SEWER, STORM DRAIN,PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CITY PRJ#: 2646 CITY OF FORT WORTH STATE OF TEXAS CONA CONSTRUCTION TX,LP rock Huggins Subscribed and sworn to before me this 10" day of Novem 016. BERTHA GIANULIS nY Notary Public in Tarrant County, Texas `•C�' �: ; .•:..� , Notary Public,State of Texas My Commission Expires oF ; ' September 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0195689 PROJECT: (name, address)Lasater Ranch Phase 1 Fort Worth,TX TO (Owner) ARCHITECT'S PROJECT NO: City Project No.2646 SAGINAW 106 LTD.AND CITY OF FORT WORTH CONTRACT FOR: 3045 Lackland Rd. Water,Sanitary Sewer,Storm Drain, Paving and Street Lighting Improvements to serve Lasater Ranch Phase 1 Fort Worth TX 76116 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) SAGINAW 106 LTD. AND CITY OF FORT WORTH 3045 Lackland Rd. Fort Worth TX 76116 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 7th day of November,2016 BERKLEY INSURANCE COMPANY Surety Company Attest: Y ' I ,-�, (Seal): 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 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 Attomey-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 and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. y This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, .r without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o v 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 I Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant y 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 o further 7n 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 ceased to be such at the time when such instruments shall be issued. s IN WITNESS WHEREOF, the Company has causeO these presents to be signed and attested by its appropriate officers and its 2 corporate seal hereunto affixed this AAay of e-{ fj— 5-- �, Attest: Berkley Insurance Company J C� (Seat) By ( By �; Ira S, e erman Jeafter n Senior Vice President&Secretary e r Preside WARNING;THIS POWER INVALID IF NOT PRINTED ON BLUE`BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) cE ) ss: a COUNTY OF FAIRFIELD ) /, Sworn to before me, a Notary Public in the State of Connecticut,this-JO da of '�`e' , 2015, by Ira S. Lederman and Jeffrey M.Halter who are sworn to me to be the Senior Vice President and Secre anZtheSenior Vice 1're dent,respectively,of Berkley Insurance Company. MANIA C. Y PUBLI KEN � -1 NOTARY PUBLIC �/ L F o MY COMMISSION EXPIRES otary Public,State of Connecticut APRIL 30,2018 z . CERTIFICATE 1,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded -E 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,this7 th day of November , 2016 (Seal) A a FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Lasater Ranch Phase 1 PROJECT NUMBER: 02646 DOE NUMBER: 7507 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 4879 FIRE HYDRANTS: 3 VALVES(16"OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF NIA DENSITIES: Yes NEW SERVICES: 1" Copper 109 SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 4,209 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 4" PVC 109 TRANSPORTATION AND PUBLIC WORKS 3a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 O (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name CONATSER Construction TX,L.P. Lasater Ranch Phase 1 Inspector City Project Number Edwin R.Rodriguez,Sr. 02646 Construction Components Project Manager Q Water 0 Waste Watero Storm DrainagCj Pavement Gopal Sahu,P.E. Initial Contract Amount ProjectDifficulty $731,165.75 0 Simple Q Routine 0 Complex Final Contract Amount Date $731,165.75 12/20/2016 II)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 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 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 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 5I Y 1 4 1 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 428 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 428 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(f TS/MS] * 100%) 428 / 448 = 96% 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) 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 I)PROJECT INFORMATION Date: 12/20/2016 Name of Contractor Project Name CONATSER Construction TX L.P. Lasater Ranch Phase 1 DOE Inspector Project Manager Edwin Rodriguez Gopal Sahu,PE DOE Number Project-Difficulty Type of Contract 7507 0 Simple Q Routine 0 Complex 2] Water Waste Water Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $731,165.75 $731,165.75 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION (0-4) PLANS&SPECIFICATIONS (0-4) 1 Availability of Inspector q 1 Accuracy of Plans to Existing Conditions - 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities Y 3 Applicability of Specifications 4 Display Of Professionalism S' 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution Q{ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager y 1 Change Order Processing Time 3 Communication cf 2 Timliness of Contractor Payments ti' 4 Resolution of Utility Conflicts 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 TRANSPORTATION AND PUBLIC WORDS The City of Fort Worth•1000 Tluockmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845