Loading...
HomeMy WebLinkAboutContract 49718-FP1 Departmt f TP &W Const.Services CNN# Dat Project anagen WDRTH@ �r 1 Risk Management anadv �' ► nor gECI�� D.O.E. Brotherton — Jv�s�jjnC[NO. CFA Morales/Scanne Gutzler/Scanned The Proceeding people have been Contacted kTION AND PUBLIC WORKS Q concerning the request for final payment&have F PROJECT COMPLETION �' (p V VOq u released this project for such payment. )eveloper Projects) City Project Ns: 100982 Clearance Conducted By �/tulA�e�. 01*d197/8 Regarding contract 100982 for HIDEAWAY ACRES as requited 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: 1 $248,999.00 MAY 18 2018 . Amount of Approved Change Orde l Ns Revised Contract Amount: � "�------_- Total Cost Work Completed: $248,999.00 Recommenr Ac ptance Date — Asst. Direct W - Development Services Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Q o"' ts` �,� OFFICIAL RECORD �N � C�`2��a CITY SECRETARY V- V— N FT.WORTHo YX L=3 LG gIC MAY 18 2018 f OSS t City Project Numbers 100982 IAV—� . DOE Number 0982 Contract Name HIDEAWAY ACRES Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/10/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / MATTEGAT Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 165 CD 5327 WICHITA ST Days Charged to Date 197 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 $248,999.00 Less %Retained $0.00 Net Earned $248,999.00 Earned This Period $248,999.00 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 $248,999.00 Thursday,May 10,2018 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HIDEAWAY ACRES Contract Limits Project Type WATER&SEWER City Project Numbers 100982 DOE Number 0982 Estimate Number 1 Payment Number I For Period Ending 5/10/2018 CD City Secretary Contract Number Contract Time 166D Contract Date Days Charged to Date 197 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors OWEN / MATTEGAT Thursday,May 10,2018 Page 1 of 4 City Project Numbers 100982 DOE Number 0982 Contract Name HIDEAWAY ACRES Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/10/2018 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------- —————————- 1 8"PVC WATER PIPE 1260 LF $38.00 $47,880.00 1260 $47,880.00 2 8"WATER CARRIER PIPE 23 LF $58.00 $1,334.00 23 $1,334.00 3 8"GATE VALVE 5 EA $1,250.00 $6,250.00 5 $6,250.00 4 FIRE HYDRANT 3 EA $3,800.00 $11,400.00 3 $11,400.00 5 1"WATER SERVICE 38 EA $850.00 $32,300.00 38 $32,300.00 6 20"CASING BY OTHER THAN OPEN CUT 23 LF $440.00 $10,120.00 23 $10,120.00 7 16"CUT IN GATE VALVE WNAULT 2 EA $8,500.00 $17,000.00 2 517,000.00 8 DUCTILE IRON WATER FITTINGS 0.5 TN $5,500.00 $2,750.00 0.5 $2,750.00 W/RESTRAINT 9 TRENCH SAFETY 1283 LF $1.00 $1,283.00 1283 $1,283.00 10 16"X 8"TEE&GATE VALVE 1 EA $6,500.00 $6,500.00 1 $6,500.00 ------------ ------------------------------ Sub-Total of Previous Unit $136,817.00 $136,817.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------- — — — 1 8"SEWER PIPE 1163 LF $44.00 $51,172.00 1163 $51,172.00 2 4'MANHOLE 6 EA $4,000.00 $24,000.00 6 $24,000.00 3 8"SEWER PIPE W/CSS BACKFILL 85 LF $52.00 $4,420.00 85 $4,420.00 4 CONNECT TO EX 8"STUB I EA $1,000.00 $1,000.00 1 $1,000.00 5 4"SEWER SERVICES 36 EA $600.00 $21,600.00 36 $21,600.00 6 4'EXTRA DEPTH MANHOLE 10 VF $185.00 $1,850.00 10 $1,850.00 7 8"SEWER ABANDONMENT PLUG 2 EA $500.00 $1,000.00 2 $1,000.00 8 TRENCH SAFETY 1248 LF $2.00 $2,496.00 1248 $2,496.00 9 POST CCTV INSPECTION 1248 LF $3.00 $3,744.00 1248 $3,744.00 10 MANHOLE VACUUM TESTING 6 EA $150.00 $900.00 6 $900.00 Sub-Total of Previous Unit $112,182.00 $112,182.00 Thursday,May 10,2018 Page 2 of 4 City Project Numbers 100982 DOE Number 0982 Contract Name HIDEAWAY ACRES Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/10/2018 Project Funding Contract Information Summary Original Contract Amount $248,999.00 ChanIze Orders Total Contract Price $248,999.00 te- on ate �� 1'} `?� Total Cost of Work Completed $248,999.00 Contractor Less %Retained $0.00 Date s jY Net Earned $248,999.00 Inspection Supervisor Earned This Period $248,999.00 Date Retainage This Period $0.00 Less Liquidated Damages Pro' ct manager 1 Days @ /Day $0.00 Date l7 `� LessPavement Deficiency $0.00 Asst. t ��j Less Penalty $0.00 F� (. Date StIle Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $248,999.00 Thursday,May 10,2018 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Hideaway Acres PROJECT NO.: 100982 CONTRACTOR: Conatser DOE NO.; PERIOD FROM;10/30/17 TO: 05/14/18 FINAL INSPECTION DATE: 14-May-18 WORK ORDER EFFECTIVE:10/30/2018 CONTRACT TIME: 165 0 WBi 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 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 0 197 197 TO DATE *REMARKS: 11) )14 165 /7v CONTRACTOR DATE INS E DAT ENGINEERIN DEPART NT (D The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 l ! (817) 392-7941 •Fax: (817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 9-May-18 Name of Contractor Project Name Conatser Construction Hideaway Acres DOE Inspector Project Manager William Mattegat Aaron Long DOE Number ProjectDifficzdh" Tipe of Contract CPN 100982 0 Simple Q Routine O Complex 0 water E] waste water Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $248,999.00 $248,999.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2- Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (� -4) (0-4) INSPECTION EVALUATION I PLANS& SPECIFICATIONS 1 Availability of Inspector l 4 11 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 41 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 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 ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS& SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Super sor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS , s The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fat: (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 Hideaway Acres Inspector City Project Number William Mattegat 100982 Construction Components Project Manager Q Water Q Waste Water❑ Storm Drainage❑ Pavement Aaron Long Initial Contract Amount Project Difficulty $248,999.00 0 Simple Routine 0 Complex Final Contract Amount Date $248,999.00 9-May-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 2 60 30 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 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) TOTAL SCORE(TS) 333 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating([TS/MS] x 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 n �7 Inspector's Supervisor ignature CONTRACTOR'S COM NTS 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: Hideaway Acres PROJECT NUMBER: 100982 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 1,260 16" PVC 20 FIRE HYDRANTS: 3 VALVES(16" OR LARGER) 2 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 1" Copper 760 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 1163 LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC 900 LF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 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, 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: HIDEAWAY ACRES WA'T'ER, SANITARY SEWER, S'T'ORM[DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#: 2017-091 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSE CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 18a' day of Febru 18 BERTHA GIANULIS Notary Public,State of Texas`. Notary Pub is in Tarrant County, Texas 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,AOA Document G707 Bond No 0210055 PROJECT: (name, address)Hideaway Acres Fort Worth,TX TO (Owner) OUR COUNTRY HOMES AND THE CITY OF FORT ARCHITECT'S PROJECT NO: CFA#2017-091 WORTH CONTRACT FOR: 700 W. Harwood Dr. Water,Sanitary Sewer, Drainage, Improvements for Hideaway AcresPaving,and Street Lighting Hurst TX 76054 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) OUR COUNTRY HOMES AND THE CITY OF FORT WORTH 700 W.Harwood Dr. Hurst TX 76054 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 April, 2018 BERKLEY INSURANCE COMPANY Surety Company Attest: G�Ur I'v1i (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 McEwen 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, 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 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 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 T" 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 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 afa corporate seal hereunto affixed this//AV day of f ., 1 ,2016. �a Attest: Berkley Insurance Company (Seal) BY i/ �'I3 Ira S.Lederman le f Im laftel Executive Vice President&Secretary S nioi President WARNING: THIS T'O'WER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER, STATE OF CONNECTICUT) ss: } COUNTY OF FAIRFIELD Sworn to before me, a Notary Public in the State of Connecticut, this 2Z day oto' 2016,by Ira S.Lederman and Jeffrey M. Hafter who are sworn to me to be the.Executive Vice Prdsident and Secretary, and d Senior Vice President, respectively, of Berkley Insurance Company.MARIA C. RUNQBAItEN /f NOTARY PUBLIC /fl%CUA - Y�I t MY COMMISSION EXPIRES Notary Public, State of Connecticut T. 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 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 April (Seal) / n Vincent P. orte