Loading...
HomeMy WebLinkAboutContract 46765-FP2 LiuPdF rnem W I r a:vv services CPN# M 7,0 ° j" I�)� Praject Manager • - / TO RT H _ _ Risk Management Canadv /;' D.O.E. Brotherton Z�2�•— CITY SECRETARY G CFA Westerman/Scanned CONTRACT N0. (1'70Y -/'�Z � Esteban Perez/Scanned Z The Proceeding people have been ontacted concerning the request for final payment& have ATION AND PUBLIC WORKS 5-9 60— C-Uas.?O released this project for such payment. F PROJECT COMPLETION Developer Projects) �O 6; Clearance Conducted By r�� City Project Ns: 02528 Regarding contract 117413 for FAA BLVD AND CENTREPORT DRIVE as required by the cs#Qv 76 S 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&Public Works Department has accepted the project as complete. D ECIEWE Original Contract Price: JAN 18 2017 S403,440.00 Amount of Approved Change Order Ns By Revised Contract Amount: Total Cost Work Completed: $403,440.00 l c difzoo Reco ded for Acceptance D to Asst. Director, TPW - Infrastructure Design and Construction Accepted �� Date Asst. Director, WATER DEPARTMENT I/` /� /7 Asst. City Manager Date EWORTH _. -Comments: ���,�tRlr• JAN 2 8 2011 TX initial: P ass-- a a sa Rev.9/22/16 �p "0' U9Uv 9 h) JAN 18 2017 SRloG City Project Numbers 02525 By DOE Number 7413 Contract Name FAA BOULEVARD AND CENTREPORT DRIVE Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/12/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117413 Inspectors GREGORY / MILLER,T Contract Date 5/11/2015 Contractor CONATSER CONSTRUCTION TxLP Contract Time 270 CD 5327 WICHITA ST Days Charged to Date 525 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 $403,440.00 Less %Retained $0.00 Net Earned $403,440.00 Earned This Period $403,440.00 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 $403,440.00 Monday,December 12,2016 Page 5 of 5 -P �0-�- 0 C-"<-C?- g FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name FAA BOULEVARD AND CENTREPORT DRIVE Contract Limits Project Type WATER&SEWER City Project Numbers 02528 DOE Number 7413 Estimate Number 1 Payment Number 1 For Period Ending 12/12/2016 CD City Secretary Contract Number 117413 Contract Time 27GD Contract Date 5/11/2015 Days Charged to Date 525 Project Manager Ehia Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TXLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GREGORY / MILLER,T Monday,December 12,2016 Page I of 5 �I City Project Numbers 02528 DOE Number 7413 Contract Name FAA BOULEVARD AND CENTREPORT DRIVE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/12/2016 Project Funding UNIT I-WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"PVC DR-14 WATER PIPE 80 LF $40.00 $3,200.00 80 $3,200.00 2 8"PVC DR-14 WATER PIPE 85 LF $41.00 $3,485.00 85 $3,485.00 3 10"PVC AWWA DR-14 C900 WATER PIPE 80 LF $41.50 $3,320.00 80 $3,320.00 4 12"PVC AWWA DR-14 C900 WATER PIPE 3306 LF $42.00 $138,852.00 3306 $138,852.00 5 6"GATE VALVE 8 EA $1,000.00 $8,000.00 8 $8,000.00 6 8"GATE VALVE 3 EA $1,200.00 $3,600.00 3 $3,600.00 7 10"GATE VALVE 4 EA $1,600.00 $6,400.00 4 $6,400.00 8 12"GATE VALVE 7 EA $1,850.00 $12,950.00 7 $12,950.00 9 DUCTILE IRON FITTINGS 4.98 TN $4,000.00 $19,920.00 4.98 $19,920.00 10 12"PVC WATER PIPE CSS BACKFILL 80 LF $65.00 $5,200.00 80 $5,200.00 11 FIRE HYDRANT ASSEMBLY 8 EA $3,800.00 $30,400.00 8 $30,400.00 12 2"WATER SERVICE 10 LF $130.00 $1,300.00 10 $1,300.00 13 CONNECT TO EXISTING 12"WATER LINE 2 EA $800.00 $1,600.00 2 $1,600.00 14 12"X2"TAPPING SLEEVE AND VALVE 2 EA $2,000.00 $4,000.00 2 $4,000.00 15 24"X12"TAPPING SLEEVE AND VALVE 4 EA $4,750.00 $19,000.00 4 $19,000.00 16 TRENCH SAFETY 3551 LF $1.00 $3,551.00 3551 $3,551.00 17 RELOCATE EXISTING 2"COMBINATION AIR 1 LS $2,500.00 $2,500.00 1 $2,500.00 VACUUM RELEASE 18 RELOCATE EXISTING SCADA METER 1 LS $7,500.00 $7,500.00 1 $7,500.00 Sub-Total of Previous Unit $274,778.00 $274,778.00 UNIT AI-SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SEWER ABANDONMENT PLUG 6 EA $850.00 $5,100.00 6 $5,100.00 2 CONCRETE ENCASE SEWER PIPE 2 CY $200.00 $400.00 2 $400.00 3 TRENCH WATER STOP 3 EA $450.00 $1,350.00 3 $1,350.00 4 8"SDR-26 PVC SANITARY SEWER 1759 LF $40.00 $70,360.00 1759 $70,360.00 5 8"SEWER PIPECSS BACKFILL 30 LF $65.00 $1,950.00 30 $1,950.00 6 STANDARD 4'DIAMETER SANITARY SEWER 12 EA $2,500.00 $30,000.00 12 $30,000.00 MANHOLE 7 EXTRA DEPTH 65 VF $185.00 $12,025.00 65 $12,025.00 Monday,December 12,2016 Page 2 of 5 City Project Numbers 02528 DOE Number 7413 Contract Name FAA BOULEVARD AND CENTREPORT DRIVE Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/12/2016 Project Funding 8 MANHOLE VACUUM TESTING 12 EA $100.00 $1,200.00 12 $1,200.00 9 CONNECT TO EXISTING SANITARY SEWER 2 EA $500.00 $1,000.00 2 $1,000.00 LINE 10 TRENCH SAFETY 1759 LF $3.00 $5,277.00 1759 $5,277.00 Sub-Total of Previous Unit $128,662.00 $128,662.00 Monday,December 12,2016 Page 3 of 5 City Project Numbers 02523 DOE Number 7413 Contract Name FAA BOULEVARD AND CENTREPORT DRIVE Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/12/2016 Project Funding Contract Information Summary Original Contract Amount $403,440.00 Chance Orders Total Contract Price $403,440.00 Date Total Cost of Work Completed $403,440.00 Contra Less %Retained $0.00 Date�Z��//� Net Earned $403,440.00 Inspection S Earned This Period $403,440.00 17 Retainage This Period $0.00 Date '/` / Less Liquidated Damages Pr ' ct Man aa Days @ /Day $0.00 n �JDate l$ LessPavement Deficiency $0.00 Asst.Director//TPW-Infrastructure Design Ad Constru ion Less Penalty $0.00 Date Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 T—; Balance Due This Payment $403,440.00 Monday,December 12,2016 Page 4 of 5 FORTWORTH rev 03/05/07 ILI TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: FAA Blvd. and Centerport Dr. PROJECT NO.: 02528 CONTRACTOR: Conatser Construction DOE NO.: 7413 PERIOD FROM 06/29/15 TO: 12/05/16 FINAL INSPECTION DATE: 5-Dec-16 WORK ORDER EFFECTIVE: CONTRACT TIME: ';� -7® Wo 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 PREVIOUS PERIOD TOTALS TO DATE 525 *REMARKS: CONTRACTOR DATE .,41NSPECTOR DATE ENGINEERING DEP ARTIIENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 s (817) 392-7941 •Fax: (817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: FAA Blvd.and Centerport Dr. PROJECT NUMBER: 02528 DOE NUMBER: 7413 WATER PIPE LAID SIZE TYPE OF PIPE LF 6" PVC 80 8" PVC 85 10" PVC 80 12" PVC 3306 FIRE HYDRANTS: 8 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 0 DENSITIES: good NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 1789 PIPE ABANDONED SIZE TYPE OF PIPE LF 0 DENSITIES: good NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T176012-6311 (817) 392-7941 •Fat: (817) 392-7845 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 12/9/2016 Name of Contractor Project Name Conatser Construction FAA Blvd. and Centerport Dr. DOE Inspector Project Manager Thomas Miller Go al Sahu DOE Number Project Difficulty Type of Contract 7413 Q Simple QQ Routine Q Complex F±] WaterO WasteWaterO Storm Drainage Pavement Initial Contract Amount Final Contract Amount $403,440.00 $403,440.00 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 y 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities V 13 Applicability of Specifications �{ 4 Display Of Professionalism 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution `/ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs L/ 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager h 1 Change Order Processing Time l!' 3 Communication y 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 1- 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 WORKS (a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 FoRTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction FAA Blvd.And Centerport Dr. Inspector City Project Number Thomas Miller 02528 Consbzrctdon Components Project Manager 0 Water Q Waste Water❑ StormDrainage❑ Pavement Gopal Sahu Initial Contract Amount ProjectDifficulty $403,440.00 Q Simple QQ Routine Q Complex Final Contract Amount Date $403,440.00 12/9/2016 Il)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] x 100%) 336 / 448 = 75% Performance Category Good <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 Contrac Signature Inspector's Su Signature r r b CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TZ 76116 • (817)392-8306 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: FAA BOULEVARD AND CENTRE STATION DR. WATER, SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CITY PRJ #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSE ONSTRUCTION TX, LP Brock Huggins ` Subscribed and sworn to before me this l 01h day of Novemb c,2016. -_n-amYrdt� =GIANULIS T1 �-.- -' S Notary Public in Tarrant County, Texas NotarTexas-Z MyiresS19 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0191898 PROJECT: (name, address)FAA B6ulvard and CentreStation Drive Fort Worth,TX TO (Owner) CENTREPORT DFW DEVELOPMENT,LLC AND THE ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: 3090 Olive Street,Suite 300 Water,Sewer, Paving, Drainage,and Street Lighting for FAA Dallas TX 75219 Boulevard and CentreStation Drive _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) CENTREPORT DFW DEVELOPMENT, LLC AND THE CITY OF FORT WORTH 3090 Olive Street, Suite 300 Dallas TX 75219 OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 14th day of November, 2016 BERKLEY INSURANCE COMPANY Surety Company Attest: ! ��.�� ._ _.` --•� �/ (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 POWER OF ATTORNEY No. Br-7280f 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 =J 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 A 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 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: J; r 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 A' a 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 r, 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. IN WITNESS WHEREOF, the Company has cau eo these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this ay of 1 _ Attest: Berkley Insurance Company (Seal) By / By Ira S. a erman Je after <a Senior Vice President&Secretary e r Preside WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) - Sworn to before me, a Not Public in the State of Connecticut, this ' — �'3' �f7 da of , 2015, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre an the Senior Vice Prepdent, respectively,of Berkley Insurance Company. MARIA C.RUNDBAKEN f , /� NOTARY PUBLIC 1/ �-el- My - MY COMMISSION EXPIRES otary Public, State of Connecticut APRIL 30.2019 CERTIFICATE I, 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 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 14th day of November 2016 (Seal) Anc445