Loading...
HomeMy WebLinkAboutContract 46350-CO1 (2)5i ,-.,,, a�c°�+r� �..,��iCl �SU-Cb FORT WORTH City of Fort Worth ��;����G � Change Order Request Project Name: Water and Sanftary Sewer Replacement Contract 2014 WSM - E, Part 1 City Sec No.: 46350 Project No.(s): P253�08170238683 8� P258-708170238683 DOE No. 7312 Cily Proj. No.: 02386 Project Description: Water and Sanitary Sewer Main Replacement on E. Jessamine Street, East Lowden Street, Stafford Drive and Conray Street Contractor: Conatser Construction TX, LP Change Order #�1 Date: 2/12/2016 City Project Mgr. Liam Conlon City Inspector Ariel Duarte Phone Number: 817-392-6824 Phone Number: 817-223-2266 Dept, Original Conlract Amount Exiras to Date Credits to Date Pending Change Orders ((n M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for lhis CO Additionai Funding (if necessary) Water I Sewer Totals I Contract Time CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTR,4CT 0,00% MAXALLOWABLECONTRACTAMOUNT(ORIGINALCONTR,4CTCOST+25%) $i,258,662,50 �' 3_� o_, � - � � . The change order will provide 80 additional calendar days on the project for the time period the Water Department requested that the contractor demobilize from this project to repair of a collapsed sanitary sewer main near the I.H. 820 and Randol Mill Road intersection _:��:,_ It is understoal and agreed that lhe acceptance of this Change Order by the contractor constilutes an accord and salisfaction and represents payment in full (both time and money) for ail wsts arising out oF, or incidental to, the above Ch nge Order. Contractor's Company Neme Contractor Name ConUacto 5�q" Dak.e Conatser ConsUuction TX, LP Jesse Martinez iw.. � � ��/ ( ' ' R.- i � %rC:�'���" �m� 'm��,� . :: �:, � � r���" ��� . 1 �' 1 1 • � ii1 ���% F�l.� , . �, �� � Date o� M&C Date Approved N/A FO RT WO RT H City of Fort Worth Change Order Additions Project Name Water and Sanitary Sewer Replacement Conlract 2014 WSM - E, Part 1 City Sec No.: 46350 Praject Na.(s): P253-608170238683 & P258-708170238683 DOE No. 7312 City Proj. No.: 02386 Project Description Water and Sanitary Sewer Main Replacement on E. Jessamine Street, East Lowden Slreet, Stafford Drive and Conray Street Contractor Conatser Construction TX, LP Change Order: �1 Date: 2N2/2016 City Project Mgr. Liam Conlon City Inspector Ariel Duarte ADDITIONS ��11 ' . ' '. ��'���� � �����' � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����� � ����= � � . . , , � ��� , � �. F(� RT WO RT H City of Fort Worth Change Order Deletions Project Name Water and Sanitary Sewer Replacement Contract 2014 WSM - E, Part 1 City Sec No.: 46350 Project No.(s): P253-608170238683 & P258-708170238683 DOE No. 7312 City Proj. No.: 02386 Project Description Water and Sanitary Sewer Main Replacement on E. Jessamine Street, East Lowden Street, Stafford Drive and Conray SUeet Contractor Conatser Construction TX, LP Change Order: �1 Date 2/12/2016 City Project Mgr. Liam Conlon City Inspector: Ariel Duarte DELETIONS Page 4 of 4 Previous Change Orders 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: WATER & SS REPLACEMENT 2014 WSM-E PT 1 WATER & SANITARY SEWER IMPROVEMENTS DOE#: 7312 City Project #: 02386 CITY OF FORT WORTH STATE OF TEXAS CONA R CONSTRUCTION TX, LP �.-...,� L�� ,__, . =--_-�— Brock Huggins Subscribed and sworn to before me this 22°d day of October , � ,,,��,,,,, I 4FRY?(je�� BERTHA GIANULIS Notary Public in Tarrant County Texas 1== �= Notary Public, State of Texas � rNf� .�b.�, MyCommissionExpires �'-;rf��+;°� September 18, 2019 �„���„���` CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, addfeSS)Water and Sanilary Sewer Replacement 2014 WSM-E Part 1 Fort Worth TO (Owner) � CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. TX Bond No 0187853 � ARCHITECT'S PROJECT N0: CONTRACT FOR: �CtyrPro)'ectnNor02386 DOE�No.7312CWaterP?o1'ectNo.P2�3-a� 608170238683 and Sanitary Sewer Project No. P258-708170238683 � CONTRACT DATE: 12/9/2014 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (hete Insert name end eddress of Surety Companyl BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT o6830 , SURETY COMPANY on bond of Ihere insert name end eddrass 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 Ihere Insert name and eddress of Owner) CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WIT'NESS, WHEREOF, the Surety Company has hereunto set its hand this 22nd day of October, 2015 BERKLEY INSURANCE COMPANY Surety Company Attest: Q� � � �� ,- `. `��I ��C+�! 1�L�1Gt � (Seal): Cjd� �u �� 1 Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used es a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE POWER OF ATTORNEY BERKLEY INSURr�NCE COMPANY WILMINGTON, DELAWARE No. BI-72�Of NOTICE: The waming found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. � ^J - 1 y ._ N r � L � � � � � .� � L 0 > f N � >, - a, � � 1 o � � ti w = o _ a -- 3 y 0 n. � :� - F- �c KNOW ALL MEN BY TH�SG 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; Do�r E. Corr:ell; Vena DeLene Marslrall; Sopltinie Hu�:ter; Robbi Morales; or ICelly A. Westbrook ofAon Risk Servtces Soud:ivest, lnc, of Drrllas, 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, Aollars (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 coiporate 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 I2ESOLV�D, 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 = -c further � T RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any G"L ower of attome or certification thereof authorizin the execution and delive of an bond, undertakin reco nizance, or n, � p Y g rY Y g> b .= = 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 c� person or persons who shali 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. � •= �^ G IN WITNESS WHEREOF, the Company has cause' these presents to be signed and attested by its appropriate officers and its �, ` corporate seal hereunto aff`ixed this�'tlay of r-{/r�. 1-§.-- 0 � 1' Attest; Berkley Insurance Company � ° � (Seal; By ! gy �. L Ira S. e erman Je . after o� Senior Vice President & Secretary e r' Presidei _ n �� W'ARNINC_ THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPEF�c.. � � °' STATE OF CONNECTICUT ) � V f�r �, ) S.S. � ^ COUNTY OF FAIRFIELD ) � o� Swom to before me, a Notary Public in the.State of Connecticut, this fJ(% da of '�� , 2015, by Ira S. Lederman and �� Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre ryi an the Senior Vice Pre ident, respectively, of �� Berkley Insurance Company, MARIA C. RUNDBAItEPI '/ ,/ / >, ; NOTAF;Y PUBUC � l/ � � �-r-�(� � `�� Q� MY COMMISSION EXPIRES otary Public, State of Connecticut i •� APRIL 30, 2019 v � CERTIFICATE � Y l, the undersigned, Assistant Secretary of BERKLEY 1NSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a � � true, correct and complete copy of the original Power of Attorney; thai said Power of Attorney has not been revoked or rescinded `r � and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of J" Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this 22nd day of October , 2015 (Seal) A . a FORTWORTH RF.V:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR & PROJECT DATA Name of Contractor Project Nmr�e Conatser Construction W& SS Re lacement Contract 2014, WSM-E Part 1 DOE Inspector DOE N�nnber Ariel Duarte 6177 DOE Inspector Project Manager � Water 0 Waste Water ❑ Storm Drainage❑ Pavement Liam Conlon Iriilial Contract An:ount Project D�culty $1,006,930.00 O Simple OO Routine O Complex Final Contracl Arnount Dale $955,901.50 3/8/2016 II) PERFORMANCE EVALUATION 0- Inade uate 1- Deficient 2- Standazd 3- Good 4- Excellent ELEMEN'I' 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 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 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 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Prope Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 � TOTAL ELEMENT SCORE (A) 373 BONUS POINTS (25 Maximum) (B) TOTAL SCORC (TS) 373 III) CONTRACTOR'S RATING Ma�cimum Score (MS) = 448 or sum of applicable element score maximums which = 448 Rating (�TS / MS] * 100%) 373 / 448 = 83% Performance Category Excellent <20% =lnadeguate 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 Signature DOE Inspector's CONTRACTOR'S COMMENTS Contractor TR�INSPORT�ITION z1ND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 3/8/2016 REV: �2/22/0� Conatser Construction W& SS Re lacement Contract 2014, WSM-E Part 1 DOE Inspector Projec� Manager Ariel Duarte Liam Conlon DOE Nmnber Project D�cu1q� Ti pe of Contract 7312 O Simple O Roudne O Complex � Water 0 Waste Water❑ Storm Drainage0 Pavement /nitial Contract Amount Final Contract $1,006,930.00 $955,901.50 II) PERFORMANC� �VALUATION 0- Inade uate 1- Deficient 2- Standard 3- Good 4- Excellent ELEMENT RATING ELEMENT m_a� INSPECTION EVALUATION 1 Availabilitv of Insnector 2 Knowledge of Inspector 3 Accuracy of Measured Q�antities 4 Display Of Professionalism 5 Citizen Complaint Resolution 6 Performance - Setting up Valve Crews, Labs ADMINISTRATION 1 Change Order Processing Time 2 Timliness of Contractor Payments 3 Bid Opening to Pre-Con Meeting Timeframe IIn COMMENTS & SIGNATURES COMMENTS PLANS & SPECIFICATIONS 1 Accuracy of Plans to Existing Conditions 2 Clarity & Sufficiency of Details 3 Applicability of Specifications 4 Accuracy of Plan Quantities PROJECT MANAGER EVALUATION ] Knowled�e And/Or Problem Resolution Availability of Project Manag� Communication Resolution of Utility Conflicts RATING ro_a� Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TIt��NSPORTATION �1ND PUBLIC WORKS The Ciry of Foct Worth • 1000 Thxockmorton Street • Fort Worth, TX 76012-6311 (81� 392 - 7941 • Fax: (817) 392 - 7845 PROJECT NAME: PROJECT NUMBER: DOE NUMBER: FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: W& SS Replacement Contract 2014, WSM-E Part 1 2386 7312 WATER PIPE LAID SIZE TYPE OF PIPE 6" PVC 8" PVC FIRE HYDRANTS: 6 VALVES (16" OR LARGER) PIPE ABAIVDONED SIZE TYPE OF PIPE 6" CI 8" CI DENSITIES: NEW SERVICES: PIPE LAID 1° (159) COPPER 2" (1) COPPER SEWER SIZE TYPE OF PIPE 8" PVC 8" DIP 10" PVC PIPE ABANDONED SIZE TYPE OF PIPE 6" CONCRETE 8" CONCRETE 10" CONCRETE LF LF 50 5708 ,' 2078 3630 LF 2900 ;� � 267 ,% , 109 ', LF 2148 1019 109 DENSITIES: NEW SERVICES: 4"(92) PVC TR�INSPORTr1TION �ND PUBLIC WORKS .�^, a The City of Fart Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 f (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS STA'Y'�ME1�1T OF CON'Y'l�i�'T i'IME STATEMENT# FINAL STATENIENT# 25 DOE 7312 NA1�IE OF PROJECT: Water & Sanitary Sewer Replacement Contract 2014, WSM-E Part 1 Contractor Conatser Const Y�AR: 2016 PROJECT NO.: FINAL INSPECTION DATE 10/1612015 2386 WD CD CONTRACT TIME 230 X PERIOD FRONI: 2/16/2016 TO: 2/29/2016 NfID - Month DEVELOPNIEN7 Y/ N �VORIC ORDEK EFFECTTVE: 2/16/2015 BEG I n N MID / n Y 98.7% DAY OF DIONTH DAYS REASON FOR DAY OF bIONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 0 OTH 16 Tue 0 OTH 2 0 OTH 17 Wed 0 OTH 3 0 OTH 18 Thu 0 OTH 4 0 OTH 19 Fri 0 OTH 5 0 OTH 20 Sat 0 OTH 6 0 OTH 21 Sun 0 OTH 7 0 OTH 22 Mon 0 OTH 8 0 OTH 23 Tue 0 OTH 9 0 OTH 24 Wed 0 OTH 10 0 OTH 25 Thu 0 OTH 11 0 OTH 26 Fri 0 OTH 12 0 OTH 27 Sat 0 OTH 13 0 OTH 28 Sun 0 OTH 14 0 OTH 29 15 0 OTH 30 31 NA Wkn & Hol Wea Utl Oth Not Applicable SAT,SLTN,and WEATHER UTILITIES OTI-IERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED TffiS PERIOD 0 0 0 13 0 13 PREVIOUS PERIOD 0 227 227 TOTAL TO DATE 0 0 0 13 227 240 �TH: Job Complefe _ _ � - _-,: _ -.. - _ , -. _-_ - L- °- > _ _ _ _ _ _, . - . ., : . . .�, . - = - -- . : . _. . n - __ , Signature: (Print Name ,1 a: DuaKe 3/1/2016 DATE