Loading...
HomeMy WebLinkAboutContract 49181-FP2 FORTWORTH, `--- --� CITY SECRETARY L � CONTRACT NO. I r PPA TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) /►��� ��e 6/s 'Klg City Project Ns: 100385 L `s CS'# vfte/ Regarding contract 100385 for SUMMER CREEK STATION RETAIL-PAVING as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. m C Original Contract Price: - t j $46,497.16 Amount of Approved Change Orders: ! ! +J Ne 1 _ c aci Revised Contract Amount: 0 0 !! c E $46,497.16 Total Cost Work Completed: can' , p i � � p- $46,497.16 c > V ay rw ` � 4a mHO m • V i s O V di w m c N ty v ... 0 'C d � E ct a c � m we -o +rh 0 c rn mcama�r V `m o `m h O.Z . Or o m ❑ c� o. tr ❑ UC7F a � V Recommenceptance Date Asst. Direct T W - Development Services —L L Accepted Date M Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT "-� Ck', I g As t. CLManager Manager Date 8910-11 10 'O 0 omnAe : �'� � OFRICULL RECOR® v ,\ � PQ� CITY SECRETARY ����� ET.WORTH,TX Rev. $ Z r FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SUMMER CREEK STATION RETAIL Contract Limits Project Type PAVING City Project Numbers 100385 DOE Number 0385 Estimate Number 1 Payment Number 1 For Period Ending 4/30/2018 CD City Secretary Contract Number Contract Time 15(rD Contract Date Days Charged to Date 282 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / DIVER Wednesday,May 2,2018 Page 1 of 4 IL City Project Numbers 100385 DOE Number 0385 Contract Name SUMMER CREEK STATION RETAIL Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 4/30/2018 Project Funding PAVING Item Deseription of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 T'DRIVEWAY 2052 SF $5.33 $10,937.16 2052 $10,937.16 2 REMOVE CONCRETE CURB&GUTTER 285 LF $32.00 $9,120.00 285 $9,120.00 3 TRAFFIC CONTROL 0.5 MO $7,000.00 $3,500.00 0.5 $3,500.00 4 BARRIER FREE RAMP 6 EA $1,500.00 $9,000.00 6 $9,000.00 5 TOPSOIL 870 CY $12.00 $10,440.00 870 $10,440.00 6 SWPPP 1 LS $3,500.00 $3,500.00 1 $3,500.00 Sub-Total of Previous Unit $46,497.16 $46,497.16 ------------------------------------- ---- Wednesday,May 2,2018 Page 2 of 4 City Project Numbers 100385 DOE Number 0385 Contract Name SUMMER CREEK STATION RETAIL Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 4/30/2018 Project Funding Contract Information Summa>iy Original Contract Amount $46,497.16 ChanIze Orders Total Contract Price $46,497.16 J-",4v Date s y` Total Cost of Work Completed $46,497.16 Contra r Less %Retained $0.00 Net Earned $46,497.16 Ins ectio erv' r Dat Earned This Period $46,497.16 �j Retainage This Period $0.00 Date V IF# Less Liquidated Damages Pr t Man age Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Asst. re for PW-Infr tructure Design and Cons r ction Less Penalty $0.00 ate 7 Less Previous Payment $0.00 Dirccto Contracting Departmen Plus Material on Hand Less 15% $0.00 Balance Due This Payment $46,497.16 Wednesday,May 2,2018 Page 3 of 4 City Project Numbers 100385 DOE Number 0385 Contract Name SUMMER CREEK STATION RETAIL Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 4/30/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / DIVER Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 150 CD 5327 WICHITA ST Days Charged to Date 282 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 $46,497.16 Less %Retained $0.00 Net Earned $46,497.16 Earned This Period $46,497.16 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 $46,497.16 Wednesday,May 2,2018 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Summer Creek Station Retail PROJECT NO.: 100385 CONTRACTOR: Conaster Construction TX,LP DOE NO.: PERIOD FROM:7?19/17 TO: 04/20/18 FINAL INSPECTION DATE: 20-Apr-18 WORK ORDER EFFECTIVE:7/19/2017 CONTRACT TIME: 150 O WD O 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. 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 282 PERIOD PREVIOUS 0 PERIOD TOTALS 282 TO DATE *REMARKS: CONTRAC OR DATE PECTOR DA ENGINEERING PTIv1ENT �° The City of Fort Worth•1000 Throckmorton et•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 5/3/2018 Nacre of Contractor Project Name Conaster Construction TX,LP Summer Creek Station Retail DOE Inspector Project Manager James Diver Patrick Buckle DOE Number Project Diffrc:do, Type of Contract 100385 0 Simple Q Routine 0 Complex ❑water ❑waste water ❑Storm Drainage El Pavement Initial Contract Amount Final Contract Amount $46,497.16 $46,497.16 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 q! 2 Clari &Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism ly 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And/Or Problem Resolution V ADMINISTRATION 2 Availability of Project Manager y 1 Change Order Processing Time 4f 3 Communication Y 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe IIl)COMMENTS&SIGNATURES COMMENTS Please Sign, and fill out the information on City's Evaluation Signature Contractor 4 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,TX 76012-6311 s` 1 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conaster Construction,TX,LP Summer Creek Station Retail Inspector City Project Number James Diver 100385 Construction Components Project Manager ❑Water ❑Waste Water ❑Storm Drainage El Pavement Patrick Buckle Initial Contract Amount Project Difficulty $46,497.16 O Simple Routine O Complex Final Contract Amount Date $46,497.16 5/3/2018 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 POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 448 / 448 = 100% 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) 0 Inspector Signature Contractor Signature Inspector's Supervisor Signature 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 Worth, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: SUMMER CREEK STATION (RETAIL) WATER, SANITARY SEWER AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: N/A CITY PROJCT #: 100385 CITY OF FORT WORTH STATE OF TEXAS _ CONATSER CONSTRUCTION TX, LP BF12iHA GIFWUI ;tale of Texas PAy L,rn+:�Ission Expires U'f tuber 1 H, 2019 Brock uggins Subscribed and sworn to before me this 14'h day of Decer� 017. G— Notary Public in Tarrant County, Texas , 9 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0207188 PROJECT: (name, address)Summer Creek Station Retail Fort Worth,TX TO (Owner) SUMMER CREEK STATION,LLC AND CITY OF FORT-] ARCHITECT'S PROJECT NO: City Project No. 100385 WORTH CONTRACT FOR: Water,Sanitary Sewer, Paving for Summer Creek Station Retail L TX _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) SUMMER CREEK STATION, LLC AND CITY OF 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 lith day of December, 2017 BERKLEY INSURANCE COMPANY Surety Company Attest: 1 � f�o17�L Cir. 2717 � (Seal): Signature of Authorized Representative Robbl 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 a WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. �s KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly rorganized 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 o 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 C- proper persons. d This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, 'F, 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: ES 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 v execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such n 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 °I > and to the extent therein stated;and further s' - RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and 0 oto further c'"'E 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. o IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its o 4 corporate seal hereunto affixed thisday of AueadgA 2016. v Attest: Berkley Insurance Company 0 4 b (Seal) By ` �`�� B Ira S. Lederman Je' -lafter .Y Executive Vice President&Secretary .S hiot V -President b 1 Q WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. E STATE OF CONNECTICUT) N o ) ss: COUNTY OF FAIRFIELD ) Z 2016 6 Ira S. Lederman and Sworn to before me, a Notary Public in the State of Connecticut, this 2 day o Y v Jeffrey M. Halter who are sworn to me to be the Executive Vice President and Secretary, and a Senior Vice President, Q respectively, of Berkley Insurance Company.MARIA C. RUNDBAICEN / NOTARY PUBLICf 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 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 11 th day of December (Seal) Vincent P. orte