Loading...
HomeMy WebLinkAboutContract 47569-FP1 veparzmenr.cn r r arV %.vnaL.JCI V IUUC CPN# . � Dat „ ,p Project Manager Risk Management Can - 1TWORTHSD.O.E. BrothertonCITY SECRETARY CFA Morales/Scanned CONTRACT N0. 'r � Gutzler/Scanned The Proceeding people have been Contacted concerning the request for final payment&have 'ATION AND PUBLIC WORKS released this project for such payment. tF PROJECT COMPLETION '� Developer Projects) q(vol `� C V°i � � Clearance Conducted By City Project Ns: 02652 - - cs A'417.f6 9 .AOE 7.W 8 Regarding contract 02652 for CHISHOLM TRAIL RANCH SEC 2 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&Public Works Department has accepted the project as complete. Original Contract Price: FD $1,827,682.00 Amount of Approved Change Orders: .4 27NQ Revised Contract Amount: Total Cost Work Completed: $1,827,682.00 w► C w of n Recomm ded for Acceptance Date Asst. Director, TPW/- Infrastructure Design and Construction Accepted Date--f Asst. Director, WATER DEPARTMENT Asst. City Manager VDate Comments: OFFICIAL.RECORD CITY SECRETARY MAY 12 2017 - & - o-Q(A S a FT.WORTH TX I Ac Rev.9/22/16 # ± -W---► FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHISHOLM TRAIL RANCH SEC 2 Contract Limits Project Type WATER&SEWER City Project Numbers 02652 DOE Number 2652 Estimate Number 1 Payment Number 1 For Period Ending 4/11/2017 WD City Secretary Contract Number Contract Time 18WD Contract Date Days Charged to Date 381 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / CROWLEY Tuesday,April 11,2017 Page 1 of 5 City Project Numbers 02652 DOE Number 2652 Contract Name CHISHOLM TRAIL RANCH SEC 2 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/11/2017 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 5680 LF $33.00 $187,440.00 5680 $187,440.00 2 10"PVC WATER PIPE 22 LF $39.00 $858.00 22 $858.00 3 12"PVC WATER PIPE 5138 LF $49.50 $254,331.00 5138 $254,331.00 4 16"PVC C905 WATER PIPE 1923 LF $71.00 $136,533.00 1923 $136,533.00 5 24"PVC C905 WATER PIPE 1877 LF $116.00 $217,732.00 1877 $217,732.00 6 8"GATE VALVE&VALVE BOX 23 EA $1,100.00 $25,300.00 23 $25,300.00 7 12"GATE VALVE&VALVE BOX 13 EA $2,000.00 $26,000.00 13 $26,000.00 8 16"GATE VALVE&VALVE BOX 4 EA $13,500.00 $54,000.00 4 $54,000.00 9 24"GATE VALVE&VALVE BOX 4 EA $28,000.00 $112,000.00 4 $112,000.00 10 STD FIRE HYDRANT ASSEMBLY W/6"GATE 15 EA $4,500.00 $67,500.00 15 $67,500.00 VALVE&VALVE BOX 11 1"DOMESTIC WATER SERVICES 151 EA $900.00 $135,900.00 151 $135,900.00 12 1.5"DOMESTIC WATER SERVICES 1 EA $2,000.00 $2,000.00 1 $2,000.00 13 8"WATER LINE BORE 175 LF $145.00 $25,375.00 175 $25,375.00 14 12"WATER LINE BORE 39 LF $185.00 $7,215.00 39 $7,215.00 15 12"STEEL CASING PIPE 175 LF $40.00 $7,000.00 175 $7,000.00 16 16"STEEL CASING PIPE 39 LF $60.00 $2,340.00 39 $2,340.00 17 CONNECT TO EXISTING 12"W.L.STUB-OUT 1 EA $600.00 $600.00 1 $600.00 18 CONNECT TO EXISTING 24"W.L.STUB-OUT I EA $2,000.00 $2,000.00 1 $2,000.00 19 12"X10"TAPPING SLEEVE&VALVE 1 EA $4,000.00 $4,000.00 1 $4,000.00 20 2"COMBINATION AIR VALVE ASSEMBLY FOR 2 EA $3,600.00 $7,200.00 2 $7,200.00 WATER 21 DUCTILE IRON WATER FITTINGS 9.5 TN $3,500.00 $33,250.00 9.5 $33,250.00 W/RESTRAINT 22 TRENCH SAFETY 14640 LF $0.25 $3,660.00 14640 $3,660.00 Stab-Total of Previous Unit $1,312,234.00 $1,312,234.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------- --- - -- - - ---- -- 1 8"SDR 26 PVC SEWER PIPE 7258 LF $36.00 $261,288.00 7258 $261,288.00 2 4'STD DIA SS MANHOLE 38 EA $2,800.00 $106,400.00 38 $106,400.00 Tuesday,April 11,2017 Page 2 of 5 City Project Numbers 02652 DOE Number 2652 Contract Name CHISHOLM TRAIL RANCH SEC 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 4/11/2017 Project Funding 3 EXTRA DEPTH FOR 4'STD DIA MANHOLE 68 VF $165.00 $11,220.00 68 $11,220.00 4 8"PVC SEWER PIPE W/CSS BACKFILL 100 LF $60.00 $6,000.00 100 $6,000.00 5 SDR-26 4"SEWER SERVICES 145 EA $650.00 $94,250.00 145 $94,250.00 6 TRENCH SAFETY 7258 LF $2.00 $14,516.00 7258 $14,516.00 7 TV&TEST SANITARY SEWER LINE 7258 LF $3.00 $21,774.00 7258 $21,774.00 Sub-Total of Previous Unit $515,448.00 $515,448.00 ---------------------------------- ----- Tuesday,April 11,2017 Page 3 of 5 City Project Numbers 02652 DOE Number 2652 Contract Name CHISHOLM TRAIL RANCH SEC 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 4/11/2017 Project Funding Contract Information Summary Original Contract Amount $1,827,682.00 Chance Orders Total Contract Price $1,827,682.00 -i Date -� Total Cost of Work Completed $1,827,682.00 Contractor 7 ` ` Less %Retained $0.00 Net Earned $1,827,682.00 Date'/ Inspection Supervisor Earned This Period $1,827,682.00 Retainage This Period $0.00 Date Less Liquidated Damages Proj ct Manager Days @ /Day $0.00 Date ` LessPavement Deficiency $0.00 AsstDireectorr/TTP/ W-Infrastructure Design and Construction Less Penalty $0.00 /eA— ( �^^ Date J�C��/ Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,827,682.00 Tuesday,April 11,2017 Page 4 of 5 City Project Numbers 02652 DOE Number 2652 Contract Name CHISHOLM TRAIL RANCH SEC 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 4/11/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors RODGERS / CROWLEY Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 WD 5327 WICHITA ST Days Charged to Date 381 WD 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 $1,827,682.00 Less %Retained $0.00 Net Earned $1,827,682.00 Earned This Period $1,827,682.00 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 $1,827,682.00 Tuesday,April 11,2017 Page 5 of 5 P a s �- a aces a FORTWORTH, TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# Final DOE 7508 NAME OF PROJECT: Chisholm Trail Ranch Sec 2 Contractor Conatser YEAR: 2017 PROJECT NO:2652 FINAL INSPECTION DATE WD CD CONTRACT TIME 120 1X PERIOD FROM: 1 3/16/2017 TO: 1 3/31/2017 1 MID - Month I IDEVELOPMEN11(Y/N) N WORK ORDER EFFECTIVE: 2/8/2016 BEG I n N I MID I ra Y 317.5% DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Thu N/A 2 17 Fri NIA 3 18 Sat N/A 4 19 Sun N/A 20 Mon N/A 6 21 Tue NIA 7 22 Wed N/A 8 23 Thu N/A 9 24 Fri N/A 10 25 Sat N/A 11 26 Sun N/A 12 27 Mon N/A 13 28 Tue NIA 14 29 Wed N/A 15 30 Thu N/A 31 Fri N/A NA Vt1'kn&Xol Wea Utl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 PREVIOUS PERIOD 0 381 381 TOTAL TO DATE 0 0 0 0 381 381 REMARKS: Time was Stopped on 2/22/2017 i Signature: Signature: (Print Name) ` �u John Crowley CONTRACTOR DATE INSPECTOR DATE 4/3/2017 ORT WO R 1 1 1 REV:02/20/07 i TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I CONTRACTOR&PROJECT DATA Nance of Contractor Project Nance Conatser Chisholm Trail Ranch Sec 2 DOE Inspector DOE Number John Crowley CPN 2652 DOE Inspector Project Manager ❑ water❑ waste Water❑ Storm Drainage❑ Pavement Gopal Sahu Initial Contract Amount Project Difficulty $164,217.68 O Simple 0 Routine O Complex Final Contract Amount Date $164,217.68 4/13/2017 In 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 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 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 373 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 373 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 373 / 448 = 83% 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) 4i-zli 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 s (817)392-7941 •Fac: (817)392-7845 FORTWORTHREV:02'22'0' TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 4/13/2017 Name of Contractor Project Name Conatser Chisholm Trail Sec 2 DOE Inspector Project Manager John Crowley Gopal Sahu DOE Number ProjectDifficulhV Type of Contract CPN 2652 O Simple © Routine Q Complex Q water E] waste water0 Storm Drainage2] Pavement Initial Contract Amount Final Contract Amount $2,029,817.50 $2,029,817.50 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT TING RA INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector Lf 1 Accuracy of Plans to Existing Conditions Z/- 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism Z/ 4 Accuracy of Plan Quantities �f 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 4/ 1 Knowledge And/Or Problem Resolution y ADMINISTRATION 2 Availability of Project Manager y 1 Change Order Processing Time q 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe �J II1)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,TZ 76012-6311 (817)392-7941 •Fax: (817) 392-7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Chisholm Trail Ranch Sec 2 PROJECT NUMBER: 2652 DOE NUMBER: 7508 WATER PIPE LAID SIZE TYPE OF PIPE LF C-900 8" PVC 5680 C-900 10" PVC 22 C-900 12" PVC 5138 C-900 16" PVC 1923 C-900 24" PVC 1877 FIRE HYDRANTS: 15 VALVES(16" OR LARGER) 8 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 7258 SDR-26 8" PVC-W/CSS 100 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (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, Vice-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: CHISHOLM TRAIL RANCH SECTION 2, PHASE 1 WATER, STORM DRAIN, SANITARY SEWER ANIS PAVING DOE##: N/A Cid Project#: 02652 C2 TY OF FORT WORTH STATE OF TEXAS CON ATS CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 28"' day of June, 20 Notary Public in Tarrant County, Texas CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ o D TO FINAL PAYrOENT, CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0195678 PROJECT: (name, address)Chisholm Trail Ranch Section 2, Phase 1 Fort Worth, TX TO (Owner) IWALTON DEVELOPMENT AND MANAGEMENT TX, ARCHITECT'S PROJECT NO: City Project No. 02652 LLC AND THE CITY OF FORT WORTH CONTRACT FOR: 777 Main St.,Suite 600 Paving, Drainage,Water& Sanitary Sewer for Chisholm Trail Ranch Section 2, Phase 1 Fort Worth TX 76102 —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 (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) WALTON DEVELOPMENT AND MANAGEMENT TX, LLC AND THE CITY OF FORT WORTH 777 Main St., Suite 600 Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 27th day of ,lune, 2016 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): Signature of Authorized Representative V. DeLene Marshall 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 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 L 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 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.S50,000,000.00),to the same extent as if such bonds had been duly executed J 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: 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 v 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 s 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. f IN WITNESS WHEREOF, the Company has causethese presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this �ay of Attest: Berkley Insurance Company "J J (Seal) By ( By Ira S. e erman Je after t. Senior Vice President& Secretary e r Preside f, = I. WARNING; THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY" SECURITY PAPER. o STATE OF CONNECTICUT) "J ss: COUNTY OF FAIRFIELD1<1 ) _ Sworn to before me, a Notary Public in the State of Connecticut, this (7 da of 'L'`e' 2015, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre j 2nA the Senior Vice Pre'den/t�respectively, of Berkley Insurance Company. MARIA C. RUNDBAKEN ) _ /. 1 NOTARY PUBLIC ? = MY COMMISSION EXPIRES Motary Public, State of Connecticut APRIL 30,2019 CERTIFICATE Z— 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 "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 27th day of June 2016 (Seal) A a