Loading...
HomeMy WebLinkAboutContract 49897-FP2 ' Department of TPW Const.Services CPN# � Dat Project Dian Ab, ZTWORTH.) Risk Management S. Gatewood H `'Y SrTRETARY D.O.E. Brotherton ��1'1"_ -'gAC'I NO. - Water V. Gutzier =5Y6 CFA Janie rales/Scanned ❑ 'ATION AND PUBLIC WORKS )F PROJECT COMPLETION $-&dos— 1 O j The Woceeding people have been Contacted concerning the request Developer Projects) for final payment&have released this project for snch payment. ;' City Project Ns: 101108 Clearance Conducted B `�'""'rl Cw 4198frl Regarding contract 101108 for GOLDEN TRIANGLE as required by the WATER DEPARTMENT as approved by City Council on N/A through IOW-�l fA-the VIM the WATER DEPARTMENT upon the recommendation of the Assistant Director of the TrpotDepartment has accepted the project as complete. �1 APR 0 3 2018 ]L Original Contract Price: ►. y _ -� _. $59,394.00 Amount of Approved Change Orders: $11,145.00 Ns 1 i Revised Contract Amount: $70,539.00 Total Cost Work Completed: $70,539.00 Recom fo Acceptance Date Asst. Dir - Development Services Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager r V VDate OFFICIAL RECORD Comments: CITY 3ECRETARY FT.WORTH,TX Rev.9/2* �y F APR 03 2018 _a S(o060 City Project Numbers 101108 } DOE Number 1108 Contract Name GOLDEN TRIANGLE .V Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/16/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / MATTEGAT Contract Date Contractor CONATSF,R CONSTRUCTION TxLP Contract Time 60 CD 5327 WICHITA ST Days Charged to Date 37 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 $70,539.00 Less %Retained $0.00 Net Earned $70,539.00 Earned This Period $70,539.00 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 $70,539.00 Wednesday,February 28,2018 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name GOLDEN TRIANGLE Contract Limits Project Type WATER&SEWER City Project Numbers 101108 DOE Number 1108 Estimate Number 1 Payment Number 1 For Period Ending 2/16/2018 CD City Secretary Contract Number Contract Time 6GD Contract Date Days Charged to Date 37 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors OWEN / MATTEGAT Wednesday,February 28,2018 Page 1 of 4 City Project Numbers 101108 DOE Number 1108 Contract Name GOLDEN TRIANGLE Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 2/16/2018 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC WATER PIPE CO#1 446.5 LF $44.00 $19,646.00 446.5 $19,646.00 2 8"GATE VALVE 3 EA $1,350.00 $4,050.00 3 $4,050.00 3 CONNECTION TO EXISTING 4"-12"WATER 2 EA $1,250.00 $2,500.00 2 $2,500.00 MAIN 4 DUCTILE IRON WATER FITINGS W/RESTRAINT 0.95 TN $5,000.00 $4,750.00 0.95 $4,750.00 CO#1 5 CONCRETE BLOCKING TYPE B C(9#1 0.85 CY $200.00 $170.00 0.85 $170.00 6 TRENCH SAFETY 454 LF $2.00 $908.00 454 $908.00 7 6"PVC WATER PIPE CO#1 7.5 LF Y $42.00 $315.00 7.5 $315.00 8 1 1/2"WATER SERVICE CO#1 2 EA $2,500.00 $5,000.00 2 $5,000.00 9 RELOCATE FIRE HYDRANT ASSEMBLY CO#1 1 EA $5,500.00 $5,500.00 1 $5,500.00 ---------------- ------------------------ Sub-Total of Previous Unit $42,839.00 $42,839.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------- ------- ---------------- 1 8"SEWER PIPE 103 LF $70.00 $7,210.00 103 $7,210.00 2 8"SEWER PIPE 20 LF $80.00 $1,600.00 20 $1,600.00 3 8"2-WAY CLEANOUT 1 EA $1,000.00 $1,000.00 1 $1,000.00 4 4'MANHOLE 1 EA $6,000.00 $6,000.00 1 $6,000.00 5 EXTRA DEPTH MANHOLE 2 VF $205.00 $410.00 2 $410.00 6 EPDXY MANHOLE LINER 2 EA $2,500.00 $5,000.00 2 $5,000.00 7 CONNECT TO EXISTING MANHOLE 2 EA $2,500.00 $5,000.00 2 $5,000.00 8 TRENCH SAFETY 123 LF $6.00 $738.00 123 $738.00 9 POST CCTV INSPECTION 123 LF $4.00 $492.00 123 $492.00 10 MANHOLE VACUUM TESTING 1 EA $250.00 $250.00 1 $250.00 Sub-Total of Previous Unit $27,700.00 $27,700.00 -------------------------------------- Wednesday,February 28,2018 Page 2 of 4 City Project Numbers 101108 DOE Number 1108 Contract Name GOLDEN TRIANGLE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/16/2018 Project Funding Contract Information Summary Original Contract Amount $59,394.00 ChanjZe Orders Change Order Number 1 $11,145.00 Total Contract Price $70,539.00 C Date 3— Total Cost of Work Completed $70,539.00 Contractor (� Less %Retained $0.00 � y Date 3�� Net Earned $70,539.00 Inspection Supervisor Earned This Period $70,539.00 Retainage This Period $0.00 f Date �/� Less Liquidated Damages ect ager Days @ /Day $0.00 Date 77 LessPavement Deficiency $0.00 Asst.Dir r W r 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 $70,539.00 Wednesday,February 28,2018 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Golden Triangle Grocer PROJECT NO.: 101108 CONTRACTOR: Conatser DOE NO.: PERIOD FROM;01/16/18 TO: 02/19/18 FINAL INSPECTION DATE: 21-Feb-18 WORK ORDER EFFECTIVE-3/13/2017 CONTRACT TIME: 60 Q Wa CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. S. 23. 9. 24. 10. 25. IL 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS 0 0 0 0 0 0 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 37 37 TO DATE *REMARKS: CONTRACTOR DATE �f I P ` O DATE ENGINEERING DEPART -NT �` The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 U � . LU uj O U EU Q o � o - w o C; w m ®U dl.9 uj c7 o Z o Z w o 0 o o e C3 z m P- ZO w Z Z / 9� c Z o / C3 O 0c o ea n LLJ >Q � � w g Le o o !— o ® n CO o o rCOi ®� N LU V) o o a. o o L ® m co LU 2 m > co ® o Q CD 7 v 0 °a m o o ® o va cs �° n caW c o o ® o ® o N CO m w oma ch co 9 o o ch a v c'i o m cfl c. n PJ Ol a N en an X U d3 r w o � � o Z a m LU OO U O LUH Q � Ft�- U 6i U C$ < U w0- ®� OLLI U Q w w Q a v U v w F- ® ® � ® O O O sLU 0 0 IL we� C3 U U O U O U F- CL Lu L69 w -, z to ? � Lu Q U N � LL Z = O w OU a —C)0 C:) G q 0 0 0 C)0 LU O'O0 0 C, q 0 ® 0 CD a ci CL �- =9808 0 69 4a C\f Ldc,'�,,V� 0 0)V> W�l Im 0 CL K 0 Ec b5 :3 U CO E co Co E 'o < 0 W Z CL E 00 m Zm > co a-O U- ul = — a co to — 0 0 uj 0 Z Eu uj CII N04 C') C') 0 0 0 CO C) 0) 8 Lu co W iY os gL (33 0 t7 O -J '02 0 0 lu IL < Z LL U. <z z �JJWO0� co >Ul -O Zor D uj0 L14 (1) U) CL W M U2 z a O U-w LU a m C7 ei iu w z 0 coo g z < > CE5 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: GTB BUSINESS PARK WATER and SANITARY SEWER IMPROVEMENTS DOE#: N/A CFA PRJ #: N/A CITY PROJCT #: 02584 CITY OF FORT WORTH STATE OF TEXAS CONAT CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 8th day of February, 2017. BERTHA GVANULIS � r ..y .•, Notary Public,State of Texas i E a 4r My Commission Expires Notary Public in Tarrant County, Texas September 18, 2019 CONSENT ®F OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0191910 PROJECT: (name, address)GTB Business Park Phase 1 Fort Worth,TX TO (Owner) City Project No. HILLWOOD ALLIANCE SERVICES,LLC AND THE ❑ ARCHITECT'S PROJECT NO: 02584 CITY OF FORT WORTH CONTRACT FOR: Fort Worth,TX Water&Sanitary Sewer Improvements to serve GTB Business Park Phase 1 L 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) HILLWOOD ALLIANCE SERVICES, LLC AND THE CITY OF FORT WORTH Fort Worth,TX OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 8th 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 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 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 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.$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, u y> 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 w 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 to X, execute bonds undertakings, reco g , gnizances, 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 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 - TM ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this,/_2e of _2016. Attest: Berkley Insurance Company (Seal) By / B Ira S.Lederman Je iafter Executive Vice President&Secretary S nioi•V President WARNING;THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER, STATE OF CONNECTICUT) ss: u; COUNTY OF FAIRFIELD ) Swornto before me, a Notary Public in the State of Connecticut, this-11 day o , 2036, by Ira S. Lederman and Jeffrey M. Halter 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.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES Notary Public, State of Connecticut APRIL 30,2019 CERTIFICATE >;> I, the undersigned,Assistant Secretary of BERK-LEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct µ" 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 8th day of February ? (Seal) Vincent P. orte FORTWORTHREV:02'2210' TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 121-Feb-18 Name of Contractor Project Name Conatser Construction Golden Triangle Grocer DOE Inspector Project Manager William Mattegat Patrick Buckley DOE Number ProjectDiculty Tvpe of Contract CPN 101108 O Simple Q Routine Complex 0 Water 2] Waste Watero Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $59,394.00 $70,539.00 In 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 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism y 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs Y 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager !� 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments y 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe II1)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervis 4r 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 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Golden Triangle Grocer Inspector City Project Number William Mattegat 101108 Construction Components Project Manager Q Water E Waste Water❑ Storm Drainage Pavement Patrick Buckley Initial Contract Amount Project Difficulty $59,394.00 Q Simple 0 Routine O Complex Final Contract Amount Date $70,539.00 21-Feb-18 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 N 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 333 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 333 Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating([TS/MS] * 100%) 333 / 368 = 90% 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 Contractor Signature Inspector's Supervisor S' ature CONTRACTOR'S CO TS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TX 76116• (817)392-8306 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Golden Triangle Grocer PROJECT NUMBER: 101108 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 447 6" PVC 7.5 FIRE HYDRANTS: 8 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 1.5" Copper 30 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 103 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 8" PVC 20 TRANSPORTATION AND PUBLIC WORDS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 d (817) 392-7941 •Fat: (817)392-7845