Loading...
HomeMy WebLinkAboutContract 37078-FP2 _ CITY SECRUM Depart f TP&W Const Services C- WTRAa NO. �����•�• DOE# �,,Date ft*t Manger mil! _ — T Risk Management - Page — T WO R` H D.O.E. Broghi rte on CFA Westerman/Scanned Le The Pros Mg people haw been t:o�cGsd conceminp tha regcest for Rnai tad A lure mbau d thta�xt for such payment ,TION AND PUBLIC WORM Clearance Conducted By Shameka Kennedy :'PROJECT COMPLETION D.O.E.JYa: 7153 Regazdmg contract 117153 for lrV1C1 ra—•,. E DRIVE as required 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 Tmsporration&Public Worms Department has accepted the project as complete. Original Contract Prices: p E C .= ( S261,600.00 ,, Amount of Approved Change Orders: U L� W9 7 of 5 Revised Contract Amount: j S261,600.00 Total Cost Work Completed: " 5261,600.00 Less Deductions: Liquidated Damages: Days 8$210.00/Day Pavement Deficiencies: Total Deduction Amount: S0.00 Total Cost Work Completed: $261,600.00 Less Previous Payments: $0.00 Final Payment>'o $261,600.00 2V 7-� Recommended for Acceptance Date Asst. Director,TPW -Infrastructure Design and Construction Accepted /jr Date Director, WATER DEPARTMV4T 1 f 1 S~ City Manager Date Comments: P265-541200-607150220483,P275-541200-707130220483 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTH RIVERSIDE Contract Limits Project Type WATER&SEWER City Project Numbers 02204 DOE Number 7153 Estimate Number 1 Payment Number 1 For Period Ending 12116/2014 CD City Secretary Contract Number 117153 Contract Time 12CD Contract Date Days Ch4rged to Date 300 Project Manager Buckley Contract is •000000 Complete Contractor CONATTSER CONSTRUCTION TxLP 5327 WICHTTA ST FORT WORTH, TX 76119 Inspectors LAYER / OWEN Monday,December 15,2014 Page 1 of 4 v� City Project Numbers 02204 DOE Number 7153 Contract Name NORTH RIVERSIDE Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/16/2014 i Project Funding WATER Item Estimated Estimated Completed Completed No. Description of Items Unit Unit Cost Quanity 'Total Quanity Total 1 INSTALL 12"WATER PIPE 1325 LF $42.00 $55,650.00 1325 $55,650.00 2 2"WATER SERVICE 2 EA $1,800.00 $3,600.00 2 $3,600.00 3 CLEANING WYE I EA $1,000.00 $1,000.00 1 $1,000,00 4 12"X 12"TAPPING SLEEVE&VALVE 1 EA $3,500.00 $3,500.00 1 $3,500.00 5 FIRE HYDRANT ASSEMBLY 1 EA $3,300.00 $3,300.00 1 $3,300.00 6 8"SEWER PIPE 1529 LF $42.00 $64,218.00 1529 $64,218.00 Sub-Total of Previous Unit $131,268.00 $131,268.00 SEWER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 8"DIP SEWER PIPE 477 LF $52.00 $24,804.00 477 $24,804.00 2 6"SANITARY SEWER SERVICE 100 LF $32.00 $3,200.00 100 $3,200.00 3 4'MANHOLE 14 EA $4,000.00 $56,000.00 14 $56,000.00 4 CLAY DAM 14 EA $150.00 $2,100.00 14 $2,100.00 5 CONCRETE CAP 160 LF $20.00 $3,200.00 160 $3,200.00 6 CEMENT STABILIZED SAND 535 LF $10.00 $5,350.00 535 $5,350.00 7 INSTALL 12"45"ROCK RIP RAP 267 SY $105.00 $28,035.00 267 $28,035.00 8 TV INSPECTION OF SANITARY SEWER 2106 LF $2.00 $4,212.00 2106 $4,212.00 9 TRENCH SAFETY 3431 LF $1.00 $3,431.00 3431 $3,431.00 Sub-Total of Previous Unit S130,332.00 $130,332.00 Monday,December 15,2014 Page 2 of 4 City Project Numbers 02204 DOE Number 7153 Contract Name NORTH RIVERSIDE Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/1&2014 Project Funding Contract Information Summary Original Contract Amount $261,600.0 ChanEe Orders Total Contract Price S261,660.00 Date 4 b r l Total Cost of Work Completed S261,600.00 Co 1 Less %Retained $0.00 '�W I—'Iil�J / Net Earned $261,600.00 Date /� Insp io r Earned This Period $261,600.00 wn Retainage This Period S0.00 Date Less Liquidated Damages Project Days Q /Day S0.00 s Date 2�� � LessPavement Deficiency $0.00 Asst.DirectorflPW-Infrastructure Design and Construction Less Penalty $0.00 Date Less Previous Payment $0.00 Director/Contracting Deperunent Plus Material on Hand Less 15% $0.00 © Balance Due This Payment $261,600.00 Monday,December 15,2014 Page 3 of 4 En rn City Project Numbers 02204 DOENumber 71�;Contract Name NORTH RIVERS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/16/2014 Project Funding Project Manager Buckley City Secretary Contract Number 117153 Inspectors LAYER / OWEN Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 300 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 $261,600.00 Less %Retained $0.00 Net Earned $261,600.00 Earned This Period S261,600.00 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 $261,600.00 Monday,December 15,2014 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 1 NAME OF PROJECT: NORTH RIVERSIDE DRIVE PROJECT NO.: 2204 CONTRACTOR: CONATSER P265-6071502204xx P275-7071302204-xx DOE NO.: 7153 PERIOD FROM:02/17/14 TO: 12/16/I4 FINAL INSPECTION DATE: 16-Dec-14 WORK ORDER EFFECTIVE:2/17/2014 CONTRACT TIME: 300 Q NOD a 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 PERIOD PREVIOUS PERIOD 300 300 TOTALS TO DATE 300 300 *REMARKS: t2li-, I A CON CTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT F The City of Fort Worth-1000 Throekmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name CONATSER CONSTRUCTION NORTH RIVER SIDE DRIVE DOE Inspector DOE Number Habte Taezaz 7153 DOE Inspector Project Manager o Water ©Waste Water ❑ Storm Drainage ❑ Pavement Patrick Buckley Initial Contract Amount Project Difficulty $261,600.00 D Simple • Routine 0 Complex Final Contract Amount Date $261,600.00 12/17 14 I11)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE /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 3 20 15 4 Field Supervision 15 Y 3 60 45 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 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 373 BONUS POINTS(25 Maximum)(B)! TOTAL SCORE(TS) 373 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 408 Rating([TS/MS]• 100%) 373 / 408 = 91% 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) Signature DOE Inspector 7r Signature Contractor Signature DOE Inspector's Supervisor IL61f , CONTRACTOR'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:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 12/15/2014 Name of Contractor Project Name CONATSER CONSTRUCTION NORTH RIVERSIDE DRIVE DOE Inspector Project Manager Habte Taezaz Patrick Buckley DOE Number Project Difficulty Type of Contract 7153 Simple ® Routine o Complex o Water o Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $261,600.00 $261,600.00 I1)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector r1 2 Clarity&Sufficiency of Details N 3 Accuracy of Measured Quantities LA 3 Applicability of Specifications 'j 4 Display Of Professionalism Ll 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution -.4 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution y ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 4 13 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 Supervisor 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 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: NORTH RIVERSIDE DRIVE PROJECT NUMBER: 2204 DOE NUMBER: 7153 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 12" PVC 1325 FIRE HYDRANTS: 1 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF No DENSITIES: Yes NEW SERVICES: 2" Copper 50 SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes S" PVC 2006 PIPE ABANDONED SIZE TYPE OF PIPE LF No DENSITIES: Yes NEW SERVICES: 6" PVC 100 TRANSPORTATION AND PUBLIC WORKS Ei"��s 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, Vice-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: N. RIVERSIDE/OVERLOOK PAVING,DRAINAGE AND STREET LIGHT IMPROVEMENTS DOE#: 7224 City Project#:N/A CITY OF FORT WORTH STATE OF TEXAS CONATS CONSTRU i'ION TX,LP A'6/ C.&0% -- - Brock Huggins Subscribed and sworn to before me this 12''day of December,2014. rc�;r Bertha Gianulis Notary Public for State of Texas Notary Public in Tarrant County,Texas f My commission expires:ogmeno15 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR F TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0174429 PROJECT: (name, addresS)N. Riverside Paving, Storm Drain &St. Light Impry Fort Worth TX TO (Owner) HILLWOOD DEVELOPMENT SERVICES,LLC AND ARCHITECT'S PROJECT NO: THE CITY OF FORT WORTH CONTRACT FOR: North Riverside Paving,Storm Drain&Street Light Improvements L rx _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 there insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Forest Hill 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 DEVELOPMENT SERVICES, LLC AND THE 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 13th day of November, 2014 BERKLEY INSURANCE COMPANY S ty C lnpany Attest: ophinie Hunter (Seal): Signs re o ut orized Representative V. DeLene Marshall 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-7280c 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, Lisa M. Bonnot, 71 Vena DeLene Marshall or Sophinie Hunter of Aon Risk Services Southwest,Inc. of Dallas, TX its true and lawful Attomey-in- 71 Fact, to sign its name as surety only as delineated below and to execute, sea], 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 ti and 00/100 U.S.Dollars(U.S350,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by y x 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, c 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 v 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 attomey-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 3 c 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, E or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the H cr: 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 o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any a 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 3 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 Compy has car d these resents to be signed and attested by its appropriate officers and its 0 o corporate sca.l hereunto affixed this day of_—�� ,2014. cn o Attest: Berkley Insurance Company p (Seal) By By j L Ira S.Lederman J y .Hafter o v Senior Vice President&Secretary for ce President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. a STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) h /'-lam o Sworn to before me, a Notary Public in the State of Connecticut, this k day of - W 2014,by Ira S.Lederman and i Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secretary,and t Senior Vi President,respectively, of r Berkley Insurance Company. MARIAC.RUNDBAKEN j w NOTARY PUBLIC o MY COMMISSION EXPIRES otary Public,State of Connecticut 2 APRIL 30.2019 CERTIFICATE z Y 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 3 - 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 ��nay of 1 _ (Seal) Andr .Tu a IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(a-)tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements.