Loading...
HomeMy WebLinkAboutContract 49702-FP1 Department oJ TP&W Const.Services CPN# Date Project Manager b A _\, "' WORTH.� . C�T Risk Management Canadv "�—�, � i"�' � 1(SECRETARY�(� .ib D.O.E. Brotherton CONTRACT NO. T1 CFA Morales/Scanned -lo"i'l__ 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. iF PROJECT COMPLETION 5C�/�bg 1��g Developer Projects) V1 V / 71 Clearance Conducted By na�6 C City Project Ns: 100871 Regarding contract 100871 for CLEARFORK WEST SANITARY SEWER EXTENSION as required by the WATER DEPARTMENTasaaruecib I it on N/A through M&C N/A the director of the WATER DEPARTME � ass r�i, of the Assistant Director of the Transportation&Public Works Department has accepted `' o�'jJec�t-aas cote. tl p rr OCT 2 7 ,2017 ,� Original Contract Price: ,By $164,560.00 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $164,560.00 V c" 7 Recommcceptance Date Asst. Direc r, PW - I 11re-ae rrarrdTOML'PUCTitftr Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: MAMAZIAE;" OFFICIAL RECORD OCTV7 CITY SECRETARY FT.WORTH,TX -261 FT. Rev.9/22/16 FART ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CLEARFORK WEST SANITARY SEWER EXTENSION Contract Limits Project Type SANITARY SEWER City Project Numbers 100871 DOE Number 8710 Estimate Number 1 Payment Number 1 For Period Ending 10/16/2017 CD City Secretary Contract Number Contract Time 461) Contract Date 4/25/2017 Days Charged to Date 45 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / HORTON Monday,October 16,2017 Page 1 of 4 City Project Numbers 100871 DOE Number 8710 Contract Name CLEARFORK WEST SANITARY SEWER EXTENSION Estimate Number I Contract Limits Payment Number I Project Type SANITARY SEWER For Period Ending 10/16/2017 Project Funding UNIT II;SANITARY SEWER RVIPROVEMENTS Item Description of Items Estimated No. Unit Unit Cost Estimated Completed Completed P Quanity Total Quanity Total 1 MOBILIZATION I LS $7,500.00 $7,500.00 1 $7,500.00 2 REMOVE SIDEWALK 30 SF $5.00 $150.00 30 $150.00 3 REMOVE FENCE 519 LF $5.00 $2,595.00 519 $2,595.00 4 REMOVE CONC CURB&GUTTER 39 LF $30.00 $1,170.00 39 $1,170.00 5 REMOVE 8"SEWER LINE 21 LF $20.00 $420.00 21 $420.00 6 SITE CLEARING 1 LS $12,500.00 $12,500.00 1 $12,500.00 7 BORROW BY SURVEY 900 CY $20.00 $18,000.00 900 $18,000.00 8 CONC PVMT REPAIR,ARTERIAL/INDUTRIAL 82 SY $100.00 $8,200.00 82 $8,200.00 9 4"CONC SIDEWALK 30 SF $10.00 $300.00 30 $300.00 10 6"CONC CURB AND GUTTER 39 LF $50.00 $1,950.00 39 $1,950.00 I 1 BARBED WIRE FENCE METAL POSTS 519 LF $8.00 $4,152.00 519 $4,152.00 12 SEEDING HYDROMULCH 2716 SY $4.00 $10,864.00 2716 $10,864.00 13 POST-CCTV INSPECTION 749 LF $5.00 $3,745.00 749 $3,745.00 14 MANHOLE VACUUM TESTING 4 EA $150.00 $600.00 4 $600.00 15 TRENCH SAFETY 749 LF $6.00 $4,494.00 749 $4,494.00 16 CONCRETE COLLAR 3 EA $500.00 $1,500.00 3 $1,500.00 17 6"SEWER SERVICE 3 EA $480.00 $1,440.00 3 $1,440.00 18 6"DIP SEWER SERVICE 1 EA $2,125.00 $2,125.00 1 $2,125.00 19 8'SEWER PIPE 596 LF $75.00 $44,700.00 596 $44,700.00 20 8"DIP SEWER PIPE CSS BACKFILL 104 LF $105.00 $10,920.00 104 $10,920.00 21 EPDXY MANHOLE LINER 7 VF $215.00 $1,505.00 7 $1,505.00 22 4'MANHOLE 3 EA $5,000.00 $15,000.00 3 $15,000.00 23 4'EXTRA DEPTH MANHOLE 6 VF $205.00 $1,230.00 6 $1,230.00 24 4'SHALLOW MANHOLE I EA $4,500.00 $4,500.00 1 $4,500.00 25 —TRAFFIC CONTROL—— 2 MO $2,500.00 $5,000.00 2 $5,000.00 - ---- ------ - --- - Sub-Total of Previous Unit $164,560.00 $164,560.00 - -- - - -- --- - -------- Monday,October 16,2017 Page 2 of 4 City Project Numbers 100871 DOE Number 8710 Contract Name CLEARFORK WEST SANITARY SEWER EXTENSION Estimate Number 1 Contract Limits Payment Number 1 Project Type SANITARY SEWER For Period Ending 10/16/2017 Project Funding Contract Information Summary Original Contract Amount $164,560.00 Chance Orders Total Contract Price $164,560.00 Date��'(� ' � � Total Cost of Work Completed $164,560.00 C20-1z ctor Less %Retained $0.00 Net Earned $164,560.00 Date a— nspection upervisor Earned This Period $164,560.00 Retainage This Period $0.00 Date a� /7 Less Liquidated Damages Proj t anager Days @ /Day $0.00 Date �` yG f LessPavement Deficiency $0.00 Asst.NIII, cto PW-I e%V(04 Less Penalty $0.00 Date �� / Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $164,560.00 Monday,October 16,2017 Page 3 of 4 OCT 2 7 2017 �-- C,o vo ► oa� 1 City Project Numbers 100871 DOE Number 8710 Contract Name CLEARFORK WEST SANITARY SEWER EXTENSION Estimate Number 1 Contract Limits Payment Number 1 Project Type SANITARY SEWER For Period Ending 10/16/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / HORTON Contract Date 4/25/2017 Contractor CONATSER CONSTRUCTION TxLP Contract Time 45 CD 5327 WICHITA ST Days Charged to Date 45 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 $164,560.00 Less %Retained $0.00 Net Earned $164,560.00 Earned This Period $164,560.00 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 $164,560.00 Monday,October 16,2017 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:l NAME OF PROJECT: Clearfork West Sanitary Sewer Extension PROJECT NO.: 100871 CONTRACTOR: Conatser DOE NO.; N/A PERIOD FROM;10/01/17 TO: 10/15/17 FINAL INSPECTION DATE: 12-Oct-17 WORK ORDER EFFECTIVE:6/19/2017 CONTRACT TIME: 45 C Wp0 CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. SUN 0 16. 2. MON 0 17. 3. TUE 0 18, 4. WED 0 19. 5. THU 0 20. 6. FRI 0 21. 7. SAT 0 22. 8. SUN 0 23. 9. MON 0 24. 10. TUE 0 25. 11. WED 0 26. 12. THU 0 27. 13. FRI 0 28. 14. SAT 0 29. 15. SUN 0 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS PERIOD 0 0 PREVIOUS 45 45 PERIOD TOTALS TO DATE F 45 *REMARKS: Project Complete. Azolt�l 110 - 1-3-17 CYNTRACTOR DATE INSPECT DATE ENGINEERING DEPARTI\,TENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 10/17/2017 Nance of Contractor Project Name Conatser Construction Clearfork West Sanitary Sewer Extension DOE Inspector Project Manager Randy Horton Aaron Long DOE Number Project Difficulo, Type of Contract N/A O Simple O Routine O Complex ❑ Water O Waste Water ❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount Initial $164,560.00 II)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 2 Knowledge of Inspector t I 2 Clarity&Sufficiency of Details L` 3 Accuracy of Measured Quantities LI 3 Applicability of Specifications 4 Display Of Professionalism kj 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution L ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments L 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe L1 111)COMMENTS& SIGNATURES COMMENTS Signature Contractor / f Signature DOE Inspector / t. Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS , ;r The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH TRANSPORT1a1TEON AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Clearfork West Sanitary Sewer Extension PROJECT NUMBER: 100871 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE A3ANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVECES: SEWER PHPE LAID SIZE TYPE OF PIPE LF SDR 26 8" PVC 596' Ductile iron 8" DIP 104' PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS FORTWORT F REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Clearfork West Sanitary Sewer Extension Inspector City Project Number Randy Horton 100871 Construction Components Project Manager ❑ Water 2 Waste Water ❑ Storm Drainage❑ Pavement Aaron Long Initial Contract Amount Project Difficulty $164,560.00 O Simple O Routine O Complex Final Contract Amount Date $164,560.00 10/17/2017 IQ) 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 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 Trak Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 436 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 436 Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS) * 100%) 436 / 448 = 97% 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 � Cpntra for Signature Inspector's Supervisor Signature .Gv CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TX 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 North, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: CLEARFORK WEST SANITARY SEWER EXT SANITARY SEWER IMPROVEMENTS DOE#: N/A CFA PRJ #: N/A CITY PROJCT #: 100571 CITY OF FORT WORTH STATE OF TEXAS ACONACONSTRUCTION TX, LP ns Subscribed and sworn to before me this 10th day of Oc BERTHA GIANULIS ; No'cry Public,State of T-s Notary Public in Tarrant County P,,y Comrnlssion Expires , Texas September 1S, 2U19_� CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Avchitects,AiA Document G707 Bond No 0207190 € ROJECT: (name, address) Clearfork West Sanitary Sewer Extension Fort Worth,TX TO (Owner) CASSCO DEVELOPMENT COMPANY,INC.AND CITY] ARCHITECT'S PROJECT NO: 100871 OF FORT WORTH CONTRACT FOR: 4200 S. Hulen,Suite 614 Clearfork West Sanitary Sewer Extension Fort Worth TX 76109 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) CASSCO DEVELOPMENT COMPANY, INC. AND CITY OF FORT WORTH 4200 S. Hulen, Suite 614 Fort Worth TX 76109 o OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 9th day of October, 2017 BERKLEY INSURANCE COMPANY �� Surety Company Attest: 2","- '�V ��cam/ (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-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 organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made,constituted x and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; vena DeLene Tr = Marshall; Sophinie Hunter; Robbi Morales, Kelly A. Westbrook, or Tina McEwan of Aon Risk Services Southwest, Inc. of 2 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 (IU.S.$50,000,000.00), to the same extent as if such bonds CIO had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own Con proper persons. ° c ° This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, 'o 01 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: T � h o 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 o 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 o .o 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 :.c 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 0 on further ° E RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any r E power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or 3 E other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as .L though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any °d E person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have Yceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this day of �b '2016. :? Attest: /� Berkley Insurance Company (Seal) By g ° Ira S.Lederman Jeafter Executive Vice President Secretary S iitor V President a WARNiNG: T H1 S PO%VER, INVALID IT NOT P1PII7I ED ON BLUE"BERKLEY"SECURITY PAPER. o S T ATE OF CONNECTECUT) N p ) ss: COUN'T'Y OF FAIRFIELD } Sworn to before me, a Notary Public in the State of Connecticut,this 2Zo 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 a Senior Vice President, respectively, of Berkley Insurance Company,MARIAC.RUNDBAKEN o NOTARY PUBLIC l MY COMMISSION EXPIRES Notary Public, State of Connecticut APRIL- 30-2019 Z C'1✓RTIMCAT3E Q 8' I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct 3 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 Attomey-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 9th day of October (Seal) Vincent P. &rte