Loading...
HomeMy WebLinkAboutContract 47521-FP2 Depart of _ &W Const. Services CPN# Dat �,1 Project na er `-' cjt--r Risk Management Canad RTWORTH,D.O.E. Brotherton CITY SECRETARY -- .r CFA Westerman/Scanned CONTRACT N0. Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment& have DATION AND PUBLIC WORKS released this project for such payment. )F PROJECT COMPLETION Developer Projects) '/ � 7468Clearance Conducted By �/�iaater�i`'�/�� � 7� City Project Ns: 02610 er-11 SeA/?/?6 Regarding contract 117468 for BELLAIRE DRIVE NORTH as required by the 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 Price: $185,749.00 Amount of Approved Change Orders: $20,952.15 Ns 1 Revised Contract Amount: $206,701.15 Tota]Cost Work Completed: $206,701.15 �I Recomme ded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction " 0 . �i t2� /,-- i Accepted Date Director, TRANSPORTATA & PUBLIC WORKS 2�2o�� Asst. City Manager bate Comments: JEAILoRD APR 13 2017 OFFICIAL RECORD initial: CITY SECRETARY FT.WORTH,TX Rev.9/22/16 ,p FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BELLAIRE DRIVE NORTH Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Project Type PAVING City Project Numbers 02610 DOE Number 7468 Estimate Number 1 Payment Number I For Period Ending 2/15/2017 CD City Secretary Contract Number 117468 Contract Time 12(YD Contract Date Days Charged to Date 329 Project Manager Satin Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / BEARDSLEY Wednesday,February 15,2017 Page 1 of 4 City Project Numbers 02610 DOE Number 7468 Contract Name BELLAIRE DRIVE NORTH Estimate Number I Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Payment Number I Project Type PAVING For Period Ending 2/15/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No, Quanity Total Quanity Total 1 REMOVE SIDEWALK 322 SF $4.00 $1,288.00 322 $1,288.00 2 REMOVE BRICK PVMT 3 SY $6.00 $18.00 3 $18.00 3 REMOVE CONC CURB&GUTTER 174 LF $10.00 $1,740.00 174 $1,740.00 4 REMOVE CONC VALLEY GUTTER CO#1 19.11 SY $15.00 $286.65 19.11 $286.65 5 5'WIDE ASPHALT PVMT REPAIR 208 LF $50.00 $10,400.00 208 $10,400.00 6 10'WIDE ASPHALT PVMT REPAIR 2645 LF $55.00 $145,475.00 2645 $145,475.00 7 3"EXTRA WIDTH ASPHALT PAVEMENT 132 SY $60.00 $7,920.00 132 $7,920.00 REPAIR 8 5"CONC SIDEWALK 322 SF $9.00 $2,898.00 322 $2,898.00 9 BRICK PVMT REPAIR 3 SY $250.00 $750.00 3 $750.00 10 6"CONC CURB&GUTTER 174 LF $30.00 $5,220.00 174 $5,220.00 11 9"CONC VALLEY GUTER CO#1 19.11 SY $50.00 $955.50 19.11 $955.50 12 TRAFFIC CONTROL 3 MO $3,000.00 $9,000.00 3 $9,000.00 13 SPECIFIED MOBILIZATION CO#I 1 EA $6,500.00 $6,500.00 1 $6,500.00 14 TRAFFIC CONTROL CHANGES&FLAGMAN 1 LS $14,250.00 $14,250.00 1 $14,250.00 CO#1 Sub-Total of Previous Unit $206,701.15 $206,701.15 Wednesday,February 15,2017 Page 2 of 4 City Project Numbers 02610 DOE Number 7468 Contract Name BELLAIRE DRIVE NORTH Estimate Number I Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Payment Number I Project Type PAVING For Period Ending 2/15/2017 Project Funding Contract Information Summary Original Contract Amount $185,749.00 Chance Orders Change Order Number 1 $20,952.15 Total Contract Price $206,701.15 V Date - Total Cost of Work Completed $206,701.15 Contra Less %Retained $0.00 Net Earned $206,701.15 Date Earned This Period $206,701.15 Inspection Sy e r Retainage This Period $0.00 Date Less Liquidated Damages ect Manager Days @ /Day $0.00 U,IVL Date � �Z LessPavement Deficiency $0.00 s =Zi- TPWI-Infrastructu Design and Construction Less Penalty $0.00 N &— Date T 1 qM Less Previous Payment $0.00 Dire or/Contracting Dep went Plus Material on Hand Less 15% $0.00 Balance Due This Payment $206,701.15 Wednesday,February 15,2017 Page 3 of 4 City Project Numbers 02610 DOE Number 7468 Contract Name BELLAIRE DRIVE NORTH Estimate Number I Contract Limits 16"WATERLINE IMPROVEMENTS TO SERVE Payment Number I Project Type PAVING For Period Ending 2/15/2017 Project Funding Project Manager Sahu City Secretary Contract Number 117468 Inspectors LAYER / BEARDSLEY Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 329 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 $206,701.15 Less %Retained $0.00 Net Earned $206,701.15 Earned This Period $206,701.15 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 $206,701.15 Wednesday,February 15,2017 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: !6" Waterline Improvements for Bellaire Dr.N. PROJECT NO.: 02610 CONTRACTOR: Conatser Construction DOE NO.: 7468 PERIOD FROM;02/01/17 TO: 02/06/17 FINAL INSPECTION DATE: 6-Feb-17 WORK ORDER EFFECTIVE:3/14/2016 CONTRACT TIME: 120 WG* 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 Final Held 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 OTHERS DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 6 6 PERIOD PREVIOUS 323 323 PERIOD TOTALS 329 329 TO DATE *REMARKS: CONTRACTOR DATE DATE ENGINEERI �ME�NT � F The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817) 392-7941 •Fax: (817)392-7845 -v z m `2 4 n � Q -a F Ob m � -Aim � Dz� O o > �, cn m m fTt at 3t ¢- vrn > Z �0 m m m Z a g� o v n m D z `m rt1 �i o =! z x ; -� � -moi t71 fri r> o m m m s � 0 or A O z A Dcn A p W r 8 o ? $ $ o b obi g g S a w 4R m lu � � � b WA i d ;� 7 m II fit A a 3 On g � Tkila o Q f e'c M W m GI 4 fa (Q A m g $ D M 8 � S i _n v� $ � C N rhn [S V n O N ¢ a m N O, N � � a � ro Z o O U n ? 4 a, ? 'p rj .. ,• e, N y - � N y� a W 41 W4. � .W. � W � N •C • Tt �p m ,U' .p �/ ) J+b 01 -A+ +P N N N N N tJ N N 'i' in T 1•: }' �fi tt -n O P N N W W G, W N a N w a A rn I k lb Qt 'P ii �b n w � �, � a �• Ill ZI 1 ° H Ic ro i Ct Il fi• ` IP l! ,u t� f �mn P" rti m m In tto In m m m r r N D t to A D D g D Y D q > r j •i7 � 4 .✓y u fii C7 0 w m a N p, �n efi • �r n pV7 '+ �m � 2S L �� °�' � °:n Ir~► ti w, all ft � p N u a t w m g n g d 4 �� (� tt a a r f4 irym ,l 4 rN x r � LD tt. •t ro .��wq,I q_� y� J dM �,8 $ � S8S88gg $ 9 � � \ � \ / \ ) § m 3 3, a : ( §( ) \ Q) ) Z m 2 (b \ - � � < ( < } \ /\ nw )§ \ g 2 , k S 4 7 \ § � to § ■ j 7§ f (,A q / � . m m } < � � \A ( \ - I-; 2 / § - i § \ \ } � ) \ ) § a £ C ) ¢ § } \ .� Z § ? § § > - � ® § /th L z / o ƒ �% { + A \ f � 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: BELLAIRE DRIVE NORTH WATER&PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#:2015-073 CITY PROJCT#:N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUC ION TX, LP Brock Huggins Subscribed and sworn to before me this 9"' day of Februa 7. BERTHA GIANULIS Notary Public in Tarrant County, Texas f r; Notary Public,State of Texas My Commission Expires 1 ' :.' September 18, 2019 s ' CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0195685 PROJECT: (name, addresS)Bellaire Drive North Fort Worth,TX TO (Owner) CFA No. TEXAS CHRISTIAN UNIVERSITY AND CITY OF FORT] ARCHITECT'S PROJECT NO: 2015-073 WORTH CONTRACT FOR: 3589 Bellaire Drive North Bellaire Drive North-Water and Paving Improvements Fort Worth,TX 76109 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 there 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) TEXAS CHRISTIAN UNIVERSITY AND CITY OF FORT WORTH 3589 Bellaire Drive North Fort Worth,TX 76109 OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 81h day of February,2017 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 X706, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-7280f POWER OF ATTORNEY F 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 V 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 v exceed Fifty Million and 001100 U.S. Dollars(U.S.S50,000,000.00),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 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: a �- n c 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 vto 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 o ' 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 b RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and u further o 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 y �3 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 these presents to,be signed and attested by its appropriate officers and its o corporate seal hereunto affixed this 'day of Attest: Berkley Insurance Company ti (Seal; By / By Ira S, a erman <ffler Senior Vice President&Secretary Preside -0 WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss: a COUNTY OF FAIRFIELD O e y Sworn to before me, a Notary Public in the State of Connecticut,this`J(7ubtary ax.c.t�— 2015, by Ira S. Lederman and Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Sthe Senior Vice Pre dent, respectively,of Berkley Insurance Company. NOTARY PUBLICEN t,(-'� � �16a,(MY COMMISSION EXPIRES lic,State of Connecticut APRIL 30,2019 CERTIFICATE 1,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 J 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 8th day of February 2017 (Seal) Al A a FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction TX L.P. 16"Waterline Improvements Bellaire Dr.North DOE Inspector DOE Number David Beardsley 7468/CPN#02610 DOE Inspector Project Manager ❑ Water ❑ Waste Water ❑ Storm Drainage o Pavement Gopal Sahu Initial Contract Amount Project Difficulty $185,749.00 D Simple ® Routine O Complex Final Contract Amount Date $206,701.15 2/6/2017 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I 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 4 60 60 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 5 Y 4 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) 443 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 443 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 443 / 448 = 99% 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, _ —--- ture Contractor Signature DOE Inspector's Sup tsor Gr, a"� CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS � F`` The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 d (817)392-7941 •Fax: (817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 2/6/2017 Name of Contractor Project Name Conatser Construction TX L.P. 16"Waterline Improvements Bellaire Dr.North DOE Inspector Project Manager David Beardsley Gopal Sahu DOE Number Project Difficulty Type of Contract 7468/CPN#02610 PSimple ® Routine O Complex ❑ Water ❑Waste Water ❑ Storm Drainage o Pavement ,Initial Contract Amount Final Contract Amount 1$185,749.00 $206,701.15 M 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 if 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector Y 2 Clarity&Sufficiency of Details y 3 Accuracy of Measured Quantities Y 3 Applicability of Specifications q 4 Display Of Professionalism K 4 Accuracy of Plan Quantities L/ 5 Citizen Complaint Resolution q PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution u ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 4 3 Communication �f 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts f 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor / Signature DOE Inspector / Signature DOE Inspector's Su r INSPECTOR'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