Loading...
HomeMy WebLinkAboutContract 49236-FP2 FORTWORTH, CITY SECRETARY —► �/n�T CONTRACT N0. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION �f �r (Developer Projects) *--I F1City1zo Project Ns: 100325 !/7 421#1 , � Regarding contract 100325 for MORNINGSTAR SECTION 5,PHASE 2 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: $278,651.00 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $278,651.00 S C 7 it Recommended for Acce ance ate Ass . Director, TPW - Infrastructure Design and Construction r � , Accepted Date ift Director, TRANSPORTATI N & PUBLIC WORKS Asst. City Manager Date �A Depart nt TPW oast. Services CPN11 � G:rJ llat� f j Project Manager '` Comments: Risk Madagement S. Can d D.O.E. Brotherton Water V. Gutzier CFA Janie ales/Scanned o OFFICIAL RECORD CITY SECRETARY The - eceding people have been Contacted concerning the request for Goal payment&have released this project for such payment. FT.WORTH,TX Rev.9/22/16 Clearance Conducted By Etta Bacy FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MORNINGSTAR SECTION 5 PHASE 2 Contract Limits Project Type PAVING City Project Numbers 100325 DOE Number 0325 Estimate Number 1 Payment Number 1 For Period Ending 5/17/2017 CD City Secretary Contract Number Contract Time IODD Contract Date Days Charged to Date 251 Project]Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / HOUSTON Wednesday,May 17,2017 Page 1 of 4 City Project Numbers 100325 DOE Number 0325 Contract Name MORNINGSTAR SECTION 5 PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 5/17/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quauity Total 1 6"CONC PVMT 5187 SY $36.00 $186,732.00 5187 $186,732.00 2 6"LIME TREATMENT 5524 SY $3.00 $16,572.00 5524 $16,572.00 3 HYDRATE LIME 82.86 TN $175.00 $14,500.50 82.86 $14,500.50 4 6"TEMPORARY ASPHALT 2030 SY $20.00 $40,600.00 2030 $40,600.00 5 6"LIME TREATMENT 2162 SY $3.00 $6,486.00 2162 $6,486.00 6 HYDRATED LIME 43.26 TN $175.00 $7,570.50 43.26 $7,570.50 7 BARRIER FREE RAMP 2 EA $1,000.00 $2,000.00 2 $2,000.00 8 FURNISH&INSTALL GROUND MOUNT SIGN 6 EA $650.00 $3,900.00 6 $3,900.00 POST AND SIGN 9 REFL RAISED MARKER 58 EA $5.00 $290.00 58 $290.00 Sub-Total of Previous Unit $278,651.00 $278,651.00 Wednesday,May 17,2017 Page 2 of 4 City Project Numbers 100325 DOE Number 0325 Contract Name MORNINGSTAR SECTION 5 PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 5/17/2017 Project Funding Contract Information Summary Original Contract Amount $278,651.00 Change Orders Total Contract Price $278,651.00 21 Date G� Total Cost of Work Completed $278,651.00 Contractor Less %Retained $0.00 A�44� Date `lNet Earned $278,651.00 �/ Inspe d7o pe i r Earned This Period $278,651.00 n Retainage This Period $0.00 Date VL/� Less Liquidated Damages Pro' ct Ma Days @ /Day $0.00 Date (� LessPavement Deficiency $0.00 Di ctor/TPW``-Infrastru ture Design and Cons uction Less Penalty $0.00 u) (,J Date '7 �1 Less Previous Payment $0.00 Direc r/Contracting Depart lent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $278,651.00 Wednesday,May 17,2017 Page 3 of 4 City Project Numbers 100325 DOE Number 0325 Contract Name MORNINGSTAR SECTION 5 PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 5/17/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / HOUSTON Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 100 CD 5327 WICHITA ST Days Charged to Date 251 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 $278,651.00 Less %Retained $0.00 Net Earned $278,651.00 Earned This Period $278,651.00 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 $278,651.00 Wednesday,May 17,2017 Page 4 of 4 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: MORNINGSTAR, SECTION 5, PHASE 2 PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: N/A CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP -'-11001 '44 - Brock Huggins Subscribed and sworn to before me this 17`h day of May . BERTHA GNota Public in Tarrant County, Texas of Notary Public,State of Texas �' Ty, My Commission Expires September 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0201469 PROJECT: (name, address)Fort Morningstar Worth, Section 5, Phase 2 Fort Worth,TX TO (Owner) FG ALEDO DEVELOPMENT LLC&THE CITY OF ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 3045 Lackland Blvd. Paving Improvements for Morningstar-Section 5,Phase 2 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) FG ALEDO DEVELOPMENT LLC& THE CITY OF FORT WORTH 3045 Lackland Blvd. 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 17th day of May,2017 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal); �A4 9 Signature of Authorized Representative Robb!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-7280g 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 corganized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted a� and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene -Marshall; Sophinie Hunter, Robbi Morales, Kelly A. Westbrook; or Tina McEwan of Aon Risk Services Southwest, Inc. of IoDallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, 'Z acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no •�I 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 -0had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own 0'proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, o >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: F c RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief 0 -2 Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Cc L 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 ocorporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such a 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 F" 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 e further 0 on ¢ .E RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Y power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or 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 o o 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. y c 0 `IN WITNESS WHEREOF, the CompIny has caused these presents to be signed and attested by its appropriate officers and its o corporate seal hereunto affixed this day of 2016. Ca a� Attest: Berkley Insurance Company o (Seal) By B o Ira S. Lederman Je' after 0 Executive Vice President&Secretary S nior V President a. WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. n E STATE OF CONNECTICUT) 0 ° ) ss: o COUNTY OF FAIRFIELD y ) ,d Sworn to before me, a Notary Public in the State of Connecticut, this 2Z day o , 2016, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and e Senior Vice President, respectively, of Berkley Insurance Company.MARIA C. RUNDBAI<EN Q ❑ NOTARY PUBLIC X/Mz-�— e�- .2 MY COMMISSION EXPIRES Notary Public, State of Connecticut Z APRIL 30,2019 -� CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct 3 y 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 17th day of May (Seal) Vincent P. orte 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. Morningstar Section 5 Phase 2 DOE Inspector DOE Number Garey Houston 100325 DOE Inspector Project Manager ❑Water ❑Waste Water ❑Storm Drainage M Pavement Pat Buckley Initial Contract Amount Project Difficulty $278,651.00 O Simple OO Routine O Complex Final Contract Amount Date $278,651.00 6/13/2017 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 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 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 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINT'S(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good ?M%=Fxcellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (D The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:0212210' TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 6/13/2017 Name of Contractor Project Name Conatser Construction TX,L.P. IMomingstar Section 5 Phase 2 OElnspector Project Manager Garey Houston Pat Buckley j OENumber rojectDiculty Type of Contract 100325 O Simple OO Routine O Complex ❑water ❑waste Water ❑ storm Drainage E Pavement initial Contract Amount 7Final ContractAmount $278,651.00 1$278,651.00 H)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 1 Accuracy of Plans to Existing Conditions Y 2 Knowledge of Inspector Y 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications �! 4 Display Of Professionalism 4 Accuracy of Plan Quantities 4° 5 Citizen Complaint Resolution '/ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution y- ADMINISTRATION 2 Availability of Project Manager ee 1 Change Order Processing Time 13 Communication 4 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts f` 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 ID The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 9 Fax: (817)392-7845 FoRTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Morningstar Section 5 Phase 2 PROJECT NO.: 100325 CONTRACTOR: Conatser Constrction DOE NO. N/A PERIOD FROM 09/12/16 TO: 06/13/17 FINAL INSPECTION DATE: 13-Jun-17 WORK ORDER EFFECTIVE 9/12/2016 CONTRACT TIME 100 O WD OO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DURING CREDITED MONTH DURING CREDITED 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 0 0 0 0 269 269 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 269 269 TO DATE *REMARKS; CONTRACTOR DATE INSIPER DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 Q-9 (817)392-7941 •Fax: (817)392-7845