Loading...
HomeMy WebLinkAboutContract 45667-FP2 CITY SEMAW -7-F C(ITRACT NO. Depa t TP W Const Services DOE* i11 We Project Minager ' ' Risk Management J.Page — T WORTH D.O.E. Brotherton o a CFA Westerman/Scanned� The Rom ft people have been Ca aced canr final payment 3 have mlenW this project for sucth payment. TION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy + PROJECT COMPLETION D.O.E.Ns: 7231 Regarding contract 117231 for SANTA FE TRAILS PHASE 5 as required by die WATER DEPARTMENT as approved by City Council on N/A through I+I&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Direct blic NVorks Department has accepted the project as complete. D Original Contract Prices: E. �) S357,36550 Amount of Approved Change Orders: (5660.00) Ne 1 By Revised Contract Amount: 5356,705.50 Total Cost Work Completed: 5356,705.50 Less Deductions: Liquidated Damages: Days @ S210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: 5356,705.50 Less Previous Payments: $0.00 Final Payment Dae 5356,705.50 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted J Date Director, WATER DEPARTMENT City Manager Date Comments: FUND.WATER P265-60215112287/Sr\T:R P375 7021302287 I FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SANTA FE TRAILS PHASE 5 Contract Limits Project Type WATER&SEWER City Project Numbers 02287 DOE Number 7231 Estimate Number 1 Payment Number 1 For Period Ending 12/17/2014 CD City Secretary Contract Number 117231 Contract Time 120:13 Contract Date Days Charged to Date 170 Project Manager Buckley Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / ODEN Thursday,February 19,2015 Pagel of 4 City Project Numbers 02287 DOE Number 7231 Contract Name SANTA FE TRAILS PHASE 5 Estimate Number 1 i Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/17/2014 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quaoity Total 1 8"WATER PIPE CO#1 3083 LF $30.00 $92,490.00 3083 $92,490.00 2 8"GATE VALVE 4 EA $1,050.00 $4,200.00 4 $4,200.00 3 FIRE HYDRANT 2 EA $3,200.00 $6,400.00 2 $6,400.00 4 DUCTILE IRON WATER FITTINGS 0.8 TN $4,000.00 $3,200.00 0.8 $3,200.00 W/RESTRAINT 5 1"WATER SERVICE 114 EA $450.00 $51,300.00 114 $51,300.00 6 TRENCH SAFETY 3088 LF $0.25 $772.00 3088 $772.00 Sub-Total of Previous Unit $158,362.00 $158,362.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total t 8"SEWER PIPE CO#1 m 3024 LF $34.00 6102,816.00 3024 $102,816.00 2 8"SEWER PIPE CSS BACKFILL 80 LF $36.00 $2,880.00 80 $2,880.00 3 4'MANHOLE 1 l EA $3,000.00 $33,000.00 11 $33,000.00 4 MANHOLE VACUUM TESTING I I EA $50.00 $550.00 11 $550.00 5 4"SEWER SERVICE 114 EA $450.00 $51,300.00 114 $51,300.00 6 TRENCH SAFETY 3119 LF $1.00 $3,119.00 3119 $3,119.00 7 POST CCTV INSPECTION 3119 LF $1.50 $4,678.50 3119 $4,678.50 Sub-Total of Previous Unit $198,343.50 $198,343.50 Thursday,February 19,2015 Page 2 of 4 City Project Numbers 02287 DOE Number 7231 Contract Name SANTA FE TRAILS PHASE 5 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/172014 Project Funding Contract Information Summary Original Contract Amount $357,365.50 Chanee Orders Change Order Number 1 ($660.00) Total Contract Price $356,705.50 C/�✓ Date / Total Cost of Work Completed $356,705.50 JPT6jw J ? Less %Retained $0.00 eG? /sNet Earned $356,705.50 Date Earned This Period $356,705.50 Retainage This Period $0.00 Date Less Liquidated Damages Days @ /Day $0.00 Date �Q S' LessPavement Deficiency $0.00 Asst cto u ign end on Less Penalty $0.00 Date /S Less Previous Payment $0.00 Director/Contracting Dep-6j ep 19 1 Plus Material on Hand Less 15% $0.00 ' Balance Due This Payment $356,705.50 Thursday,February 19,2015 Page 3 of 4 P ?& 5- - oaa8` City Project Numbers 02287 D E C E u V DOE Number 7231 Contract Name SANTA FE TRAILS PHASE 5 FEB 8 I Estimate Number 1 Contract Limits Payment Number 1 Sy Project Type WATER&SEWER For Period Ending 12/17/2014 Project Funding Project Manager Buckley City Secretary Contract Number 117231 Inspectors LAYER / ODEN Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 170 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 $356,705.50 Less %Retained $0.00 Net Earned $356,705.50 Earned This Period $356,705.50 Retainage'rhis 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 $356,705.50 Thursday,February 19,2015 Page 4 of 4 FORTWORTH mv 0310510 7 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:i NAME OF PROJECT: Santa Fe Trails Phase 5 PROJECT NO.: P265-602150228783 CONTRACTOR: Conatser Construction P75-702130228783 DOE NO.: 7231 PERIOD FROM 06/30/14 TO: 12117/14 FINAL INSPECTION DATE: 22-Dec WORK ORDER EFFECTIVE:6/30/2014 CONTRACT TIME: 120 0 WfQ 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 0 170 170 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 170 170 TO DATE *REMARKS: fir- l I z -Z 2.-!�/ ,w�, �9...., r�.l I-) 1 t C `TRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT la The City of Fort North• 1000 Throckmorton Street•Fort Worth,Ts 76012-6311 (817)392-7941 •Fax:(817)392-7845 0 cd O O O O O O O O O O O .-. Cl O O O Cl O O O O O O O GSD O o O O O N N O ry O tV 1�0 CA V) O 0. G N 7 10 M 00 00 00 p ate+ 69 69 69 FA en N J C (� E/1 Vi 41 O O O � ° d U o0 L +� U Eu w u E O O O O O O N C T R aL+ C cm U cs :4 CO L E c� M 00 � a w L H A O v F. L L'] c 3 0 U o Ll- C) x # � w W ^l O a Q w Q cr � N 4-j Li. � T Cd m oo rn o '� o O o 0 0 M M M M M M t pa rn rn rn rn rn rn F. w _ o O O O O O O OD CD O ON O P G OO O O T 00 M O M O [+1 O cou 00 5F W 0- O N OM M 1% M O 0. O N N ri 64 - ri V m 00 00 O d O M vl 69 69 U T O ffj 64 Yi � N 'JO � •C CL w n U U E u d V 0 0 0 0 0 0 0 0 ti U m MCD — V) slj 60) ° �' `a a o va va O 69 v Lr 7 a a a A d c v rn rn E 04 � a W L F c 0 U 7 i. H C O U H � ¢ H o m o a U w o n a a > > a w C4 0 ca) zxz y v d U) N o0 00 r.. _ .37 m 'O �••� �"1 M M M M M M � G §\ CL 8 T'i ) >! « c� \ c § §§ \ 2 co e } > CL ; ■ / $ \ - § § \ < W CD . 7 \ « , � » (L / k ■ A / \ fl- � 10 c ® r- § , / a) . § a w § q •- \ \ a ISO ) � G z § � % § e # C) { < G 9 \f: \ a \ G § \ / §/ ( r ( § i F-- § % ° ) p I § w � o \ \ < w / - i\ k 2 § 2 k k e ƒ / % § § / § / / § § \ 8 k § } ' Z _ \/\ {\\\ \ ` \ ° - k K ƒ \ \ § � (} / CL/ / } / \E£ t 6 e �;gyp g # §\/ \) cL cLa { \� }Lo\ to e\ & / Lu 7f ,# 2 - lu /) « \§ \ wG D )\of /) $ \(}\\ & $ r \xD En f=Kx - wo= ® \� /g zi z j ( a \ a § - \ /j ) LO r . C%c \ § / i + \ ) 7 / § £ f a ) \ $ L / v) � ) 4 � ) � FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Santa Fe Trails Phase 5 DOE Inspector DOE Number Weyman Oden 7231 DOEbupector Project Manager El Water El Waste Water❑ Storm Drainage❑ Pavement Pat Buckley Initial Contract Amount Project Difficulty $357,365.50 O Simple O Routine O Complex Final Contract Amount Date $356,705.50 12/19/2014 11)PERFORMANCE EVALUATION 0-Inadequate l-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 Su envision 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 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 1 4 1 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) 428 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 428 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/NLS]* 100%) 428 / 448 = 96% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60'9 to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector \,�e, Signature Contractor Signature DOE Inspector's Supervisor A- CONTRACTOR'S COMMENTS TRANSPORTATION.AND PUBLIC WORKS 'r 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: 12/19/2014 Name of Contractor Project Name Conatser Construction Santa Fe Trails Phase 5 DOElnspector Project Manager Weyman Oden Pat Buckley DOE Number Project Diffliculty Type of Contract 7231 O Simple © Routine O Complex O Water El Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $357,265.50 $356,705.50 H)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS 1 Availability of Inspector ZY I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector Z/ 2 Clarity&Sufficiency of Details l 3 Accuracy of Measured Quantities L 3 Applicability of Specifications 4 Display Of Professionalism Ll 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I Knowledge And/Or Problem Resolution L ADMINISTRATION 2 Availability of Project Manager 1 I Change Order Processing Time c 3 Communication L 2 Timliness of Contractor Payments / 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe L. III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector UD c-, Signature DOE Inspector's Supervisor 'la�v INSPECTOR'S COMMENTS _ TRANSPORTATION AND PUBLIC WORKS E! The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 0 (817)392-7941 •Fax:(817)392-7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Santa Fe Trails Phase 5 PROJECT NUMBER: 02287 DOE NUMBER: 7231 WATER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" SDR-14 3083 FIRE HYDRANTS: 3 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1" Copper 114 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" SDR-26 3024 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC 114 EA r�� TRANSPORTATION AND PUBLIC WORKS AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me theder ' ed un sign authority, a Notary Public to 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: SANTA FE TRAILS,PHASE 5 WATER,SANITARY SEWER PAVING, STORM DRAIN AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: N/A CITY OF FORT WORTH STATE OF TEXAS CONSTRUCTION X,LP B c Huggins Subscribed and sworn to before me this 121h day of Decemb �r Q Bertha Gianulis G' Notary Public for State of Texas Notary Public in Tarrant County, Texas Niy commission expires:09/18/2015 i H-R-HOMIV NYSE December 22, 2014 City of Fort Worth Weyman Oden CFW Inspector 8851 Camp Bowie West Fort Worth,TX 76116 RE: Santa Fe Trails Phase S,DOE 7231 Mr.Oden: This letter is to serve notice that D.R. Horton,Inc.will not charge any liquidated damages to Conatser Construction TX, LP on the above referenced project. Sincerely, Mark P.Allen, P.E. Land Development Manager D.R. Horton, Inc.—DFW West Division 6751 Noah Free a4 Foa\X-bah,'IX 761 3 L i OWNER CONSENT OF SURETY ARCHCONTIRACTOR 0 TO FINAL PAYMENT SURETY ❑ OTHER ❑ BONDNO.: 0174444 TO OBLIGEE: (Nance and Add,ess) CONTRACT FOR:Water,Sanitary Sewer, Paving D.R.NORTON-TEXAS, LTD. and Street Lighting 6751 North Frwy,Bldg A Improvements Fort Worth,TX 76131 PROJECT: CONTRACT DATED:January 2014 (Alame and Address) Santa Fe Trails Phase 5 Fort Worth,TX PRINCIPAL:CONATSER CONSTRUCTION TX,L.P. At the request of the Obligee and the Principal indicated above,(insert nomeandaddressofEare{r) Berkley Insurance Company,412 Mt. Kemble,Suite 310N, Morristown,N7 07960 SURETY, on bond of (fieri name andaddressofConrraciar) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita Street Fort Worth,TX 76119 ,CONTRACTOR, and conditioned on the representation by Obligee that all Contract provisions relating to the payment of final payment under the Contract have been satisfied by Principal as ofthe date of final payment,and that no claims by Obligee or any third parry are known or believed by Obligee or its representatives to exist as of the date of final payment,representations as to the truth and accuracy of the foregoing conditions being deemed to have been made by Obligee in connection with this request for Consent of Surety,hereby approves of the final payment to the Principal,and agrees that final payment in accordance with the terms hereof shall not relieve the Surety of its obligations to (Insert name and address of Obligee) D.R.HORTON-TEXAS,LTD. 6751 North Frvry,Bldg A Fort Worth,TX 76131 OBLIGEE, as set forth in said Surety's bond. 1N WITNESS WHEREOF,the Surety has hereunto set its hand on this date: December is,2014 (lnsart in writing the nronth followed by the rnamric dare and rear.) Berkely Insurance Company To ,tfs e, 1 1 (Srg ureofaut orizedrepresentatrve) V.DeLene Marshall,Attorney-]n-Fact (Printed name and title) (Seal): i No.S1-72MUc POWER OF ATTORNEY BERKLEY fNSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attomey affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE CONTANY (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, Vena DeLene Marshall or Sophinie Hunter of Aon Risk Services Southwest,Inc. of Dallas, 77i 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 001100 U.S.Dollars(U.S.S50,000,000.00),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 r ; 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 ° attomey-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,reeogni2ances, ,r 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 F_ = 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 Comppy has cad these resents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this day of__G 2014. o �' Attest: Berkley Insurance Company 7 4' (Seal) By_ _ By AA Ira S.LedermanJ y .Hafter Senior Vice President&Secretary or VIce President WARNING.TIM POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER P t.r STATE OF CONNECTICUT) COUNTY OF FAIRM- LD ) // ySworn to before me, a Notary Public in the State of Connecticut, this L day of 2�C� ,2014, by Ira S.Lederman and T Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secretary,and Senior V 319President,respectively,of Berkley Insurance Company. p�pBAKM MARIA C. >, NOTARY PUBLIC MY COMMISSION EXPIRES i�•otary Public,State of Connecticut APRL 30.20`1E C. CER'T'IFICATE 7 SE: I,the undersigned,Assistant Secretary of 13ERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a Z w 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-iu-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 1�" day of (Seal) Andr .Tu