Loading...
HomeMy WebLinkAboutContract 45667-FP3 Depart a of TP&W Const.Services DOE# Q Date /Q ' Project anagen u / '� 1 FIA Risk Management J.Page — —� LT WORTHe 3 f5 D.O.E. Brotherton 1-13- 5 / CFA Westerman/Scanned)C 7 5=1 S UTY SECMARY, The Proceeding people have been Contacted concerning the request for finalNO. ( � � payment&have released this project for such payment ATION AND PUBLIC WORKS - Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION D.O.E.N4: 7231 G!`AK2UtYC, 2-- Regarding contract 117231 for SANTA FE TRAILS PHASE 5 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. Original Contract Prices: $468,920.50 Amount of Approved Change Orders: $1,887.50 Ns 1 Revised Contract Amount: $470,808.00 Total Cost Work Completed: $470,808.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $470,808.00 Less Previous Payments: $0.00 Final Payment Due $470,808.00 Recommended for Acceptance Date Asst. D' r, TPW - Infrastructure Design and Construction AcceptedLl - ----- — _—.�._ Date - — Director, TRANSPORTATION AND PUBLIC WORKS DEPARTM N City Manager Date Comments: FUND:PAVING C205-2027602287/STREET LIGHT C205-2023202287 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SANTA FE TRAILS PHASE 5 Contract Limits Project Type PAVING&STREET LIGHT City Project Numbers 02287 DOE Number 7231 Estimate Number 1 Payment Number I For Period Ending 12/17/2014 CD City Secretary Contract Number 117231 Contract Time 120:D 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 Page 1 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 PAVING&STREET LIGHT For Period Ending 12/17/2 014 Project Funding PAVING ItemEstimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 6"CONC PVMT CO#1 e m 11349 SY $28.50 3323,446.50 11349 $323,446.50 2 6"LIME TREATMENT CO#1 12114 SY $2.75 $33,313.50 12114 $33,313.50 3 HYDRATED LIME CO#1 181.5 TN $160.00 $29,040.00 181.5 $29,040.00 4 BARRIER FREE RAMP 6 E4 $1,000.00 $6,000.00 6 $6,000.00 5 REMOVE STREET BARRICADE 4 EA $300.00 $1,200.00 4 $1,200.00 6 CONST STD STREET HEADER 29 LF $30.00 $870.00 29 $870.00 7 END OF ROAD BARRICADE 30 LF $50.00 $1,500.00 30 $1,500.00 9 TOPSOU_CO41 34 CY $15.00 $510.00 34 $510.00 10 SEEDING HYDROMULCH CON 1 34 SY $2.00 $68.00 34 $68.00 Sub-Total of Previous Unit $395,948.00 $395,948.00 STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I RDWY ILLUM ASSMBLY CO#1 16 EA $2,600.00 $41,600.00 A 16 $41,600.00 2 RDWY ILLUM FOUNDATION CON 1 16 EA $800.00 $12,800.00 16 $12,800.00 3 2"CONDT PVC SCH 80 C041 1240 LF $12.00 $14,880.00 1240 $14,880.00 4 NO 6 INSULATED CON 1 3720 LF $1.50 $5,580.00 3720 $5,580.00 Sub-Total of Previous Unit $74,860.00 $74,860.00 ------- --- ----------------------------- Thursday,February 19,2015 Page 2 of 4 7 City Project Numbers 02287 DOE Number 7231 Contract Name SANTA FE TRAILS PHASE 5 Estimate Number I Contract Limits Payment Number I Project Type PAVING&STREET LIGHT For Period Ending 12/17/2014 Project Funding Contract Information Summary Original Contract Amount $468,920.50 Change Orders Change Order Number 1 $1,887.50 Total Contract Price $470,808.00 Date ?-/ 9— I Total Cost of Work Completed $470,808.00 Co Less %Retained $0.00 I./ . Date Net Earned $470,808.00 c� Z�� /S Inspecti n S p i Earned This Period 5470,808.00 Cj Retainage This Period $0.00 Date Less Liquidated Damages Project Man Days @ /Day $0.00 4ast.,t., LessPavement Deficiency $0.00 uect //1 P1W-isign and Construction Less Penalty $0.00 w • (J Date Z L 9�/` Less Previous Payment $0.00 Dirc4/Contracting Departm t Plus Material on Hand Less 15% $0.00 Va Balance Due This Payment $470,808.00 Thursday,February 19,2015 Page 3 of 4 City Project Numbers 02287 DOE Number 7231 Contract Name SANTA FE TRAILS PHASE 5 Estimate Number I Contract Limits Payment Number I Project Type PAVING&STREET LIGHT 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 $470,808.00 Less %Retained $0.00 Net Earned $470,808.00 Earned This Period $470,808.00 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}land Less 15% $0.00 Balance Due This Payment $470,808.00 Thursday,February 19,2015 Page 4 of 4 FORT WORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:l NANIE OF PROJECT: Santa 1=e Trails Phase 5 PROJECT NO.: C205-2027602287 CONTRACTOR: Conatser Constntction DOE NO.: 7231 PERIOD FROM 064,'30i]4 TO: 1211714 FINAL INSPECTION DATE: 22-Dec WORK ORDER EFFECTIVE:6/30/2014 CONTRACT TIME: 120 C) WE* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS CHARGEDCHARGED MONTHCREDITED KION IM CREDITED DI RING 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 0 0 0 0 170 170 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS TO DATE0 0 0 0 170 1-7() p "REMARKS: 'O RACTOR DATE INSPECTOR DA IT ENGINEERING DEP:ARTUENT 0 The Cin,of Fort Worth• 1000 Throckmorton Street•Fort Worth,TN-'76012-6311 (817)392-7941 •Fax:(817)392-7845 & / e §K u k � ■ § s ■ k � k z « � L) § § § $ § �! ct:in £ �o 0 J k 2 co § � k g $tz �o io § ! \ 2 v k § !! 2 § LY o - : } } /} ) fL V3 0 § m / § I § (Li Ir K = \ E a ■ ( \ CL S 0 § co2 2 J \ .0 r 2 .0- 2 t c 7 J 2 R %« § " k LL \ ! k k \ J ON « < § 40 ` 2 5 k � ■ � / _ L 0 ■ , ° \ m k § L°§ B z U \ § 2 0 A 7 E $k d ( uj } / w ix § § / F [ K 8& ) § f § \ k { \ § § § \ k ° § § K m u o 0 o a0 e ± K § § S ! 2) ƒ / \ ! ; % S / tz k k § / U § � /\ § \ R ) / & ( k | k _ \ ®tea— _ cc 2 ! ¥ }k � [ 0 4 $ k1Di ce :7 1D d § ` r—> 7 » ([/ /w {}&z LU f cc�§ OL D co % # 2Lo c � \{ i :t �� 0.§ §(\ / & / i z : ± (&;7 ifs§ § n} c °° k) 5, §( ! ) U9 f )@ § 2 J g \) §\ �� \ [§ § 2 f [ j52mm iii \ / 9§ § k r � / ) § 2 Z 2 2 © f 2 0 § k 0 a " ^ � \ / m m " ^ m - � m ° Ir In r r E \ k / § ° - ) e 2 ] 2 7 04 ol 6 _ � " " 9 0 40 w e t � i ± { CrA$ « r r vr r ( 2 3 & S E \ k U ) CL § § ¥ u 0- o / \ \ / § / \ \ � S � ]U r ¥ � 2w / ¥ - - - -- - - � Pc FORTWORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Maine Conatser Construction Santa Fe Trails Phase 5 DOE Inspector DOE Number Weyman Oden 7231 DOE Inspector Project Manager ❑ Water ❑ Waste Water 0 Storm Drainage >fPavement Pat Buckley Initial Contract Amount Project Difficulty $468,920.50 O Simple ® Routine O Complex Final Contract Amount Date $470,808.00 12/19/2014 11)PERFORMANCE EVALUATION 0-Inade uate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 Y 4 8 8 2 Public Notifications S 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 3 60 45 9 Daily Clean UR 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 Il Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 0 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/MSI * 100%) 428 / 448 = 96% Performance Category Excellent <20%=lnadequate 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 0_ �-z / Signature Contractor Signature DOE Inspector's Supervisor 4,�4 -ONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS E The City of Fort Worth•1000 Throckmorton Street-Fort Worth,TX 760126311 2 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 12/19/2014 Name of Contractor Project Name Conatser Construction Santa Fe Trails Phase 5 DOE Inspector Project Manager Weyman Oden Pat Buckley DOE Number Project Difficulty Type oJContract 7231 O Simple O Routine O Complex O Water 0 Waste Water 2 Storm Drainage 2 Pavement Initial Contract Amount Final Contract Amount $468,920.50 1$470,808.00 It)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT TRATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector Ll 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector —2Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 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 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 W a '--, Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS f The City of Fort Worth•1000 Throcicmorton 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 forpersonal 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 CoN STRUCTION LP B c Huggins Subscribed and sworn to before me this 12'b day of Decemb Bertha Gianulis -� G Notary Public for State of Texas Notary Public in Tarrant County Texas Ivry commission expires:0911812015 • O - ON J giYSE rl December 22,2014 City of Fort Worth Weyman Oden CFW Inspector 8851 Camp Bowie West Fort Worth,TX 76116 RE: Santa Fe Trails Phase 5, 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 0751 Nardi Freeway Fort Forth,.X 7613 L (8 t 7) 233}-[3800 OWNER 19 ARCHITECT ❑ CONSENT OF SURETY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER ❑ BOND NO.: 0174444 TO OBLIGE-E; (NamcandAddresr) 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 (blame and Address) Santa Fe Trails Phase 5 Fort Worth,TX PRINCIPAL: CONATSER CONSTRUCTION TX,L.P. At die request of the Obligee and the Principal indicated above, ((nsert name and address of$urely) Berkley Insurance Company,1412 Mt.Kemble, Suite 310N,Morristown,NJ 07960 ,SURETY, on bond of ((nserfname and addressofConrraam) CONATSERCONSTRUCTIONTX,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 of the date of final payment,and that no claims by Obligee or any third party 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 Obtigee 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 j (Imerl name and address of Obligee) D.R. HORTON-TEXAS,LTD. 6751 North Frwy,Bldg A Fort Worth,TX 76131 OBLIGEE, as set forth in said Surety's bond. 1-4 WITNESS WHEREOF,the Surety has hereunto set its band on this date: December 15,2014 (Wan in wiring the month followed by the numeric date and vear) Berkely Insurance Company t (Sigure of out orized represenlalive) V.DeLene Marshall,Attorney-ln-Fact (Printed name and title) (Seal): I i i No.131-728ft POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The waming 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 Greenwicb,CT,has'made,constituted and-appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna, Don B. Cornell, Lisa M. Bonnot, . a Vena DeLene Marshall or Sophbiie Hunter 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 acknowledgea by the regularly elected officers of the Company at its principal office in their own proper persons. L 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 N 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 C-- u to execute bonds, undertakings, recognlzances, 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 E. 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 i manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-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. c IN WITNESS WHEREOF, the Comppy has caused these resents to be signed and attested by its appropriate officers and its corporate sal hereunto affixed this day of ,2014. i' Attest: Berkley Insurance Company (seal) By By Ira S.Lederman J Hafter Senior Vice President&Secretary oy .rVfce President J . WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER r STATE OF CONNECTICUT) v ) ss; COUNTY OF FAIRFIELD ) U Sworn to before me, a Notary Public in the State o£Connecticut,this L day of Cp 2014,by Ira S. Lederman and 9 Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secretary,and Senior V1 President,respectively,of Berkley Insurance Company. MARIA C.RMIDBAKEN > NOTARY PUBLIC My COMMISSION EXPIRES ctary Public,State of Connecticut APHII.30,201 g c CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a z Z true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded 3 j� 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. rin u GLven-uuder my hand and seal of the Company, 5 day of (Seal) Andr .Tu I