Loading...
HomeMy WebLinkAboutContract 46263-FP1 Tl i N Const,Services CONTRACT NO. w " RT R, AANCH raof the AI /,711;,,/,/j, ,,.,,, a/ wx� i ,,,,, ,�. ua� tb� �,�r►��e,�"" � ���S �b�O�/`-Dad w/o4 y � : O F 1 s r,fiPW�, rust t6 esign n r i i� iii ' '� "."' R. wpr�.w,u�u wnuwuMww "wwWUm�Saroaxmron✓mim✓n raMW4NAww'm�w'nw�uiWnuvmnwdmw� reN�bprou ; �� /�/�i/�,(�t'��/// � FiliW6�wunJ ro�mNMa utMmo�n BMW! a� ,PC /� tN 8t Il� 1�1 ;1C CITY SEZRIIVARYI `fit YX FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SKYLINE RANCH Contract Limits Project Type PA C1,DRAINA(3E&ST Lgcyifr City Project Numbers 02299 DOE Number 7233 Estimate Number I Payment Number I For Period Ending 7/17=5 CD City Secretary Contract Number 017233 Contract Time WIT) Contract Date Days Charged to Date 169 Project Manager Long Contract is 100-00 complete Contractor CONATSER CONSTRUCTION TAY 5327 WICHITA S"I" FORT WORTTI, "a 76119 Inspectors LAYER / ODEN ff Fri ft July 17,2015 Pup I of 5 City Project Numbers 02289 DOE Number 7233 Contract Name SKYLINE RANCH Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&ST LIGHT For Period Ending 7/17/2015 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I MEDIUM STONE RIPRAP 192 SY $85.00 $16,320.00 192 $16,320.00 2 24"RCP 158 LF $50.00 $7,900.00 159 $7,900.00 3 30"RCP 53 LF $67.00 $3,551.00 53 $3,551.00 4 36"RCP 63 LF $90.00 $5,670.00 63 $5,670.00 5 4'STORM JUNCTION BOX I EA $7,500.00 $7,500.00 1 $7,500.00 6 TSTORM JUNCTION BOX I EA $9,500.00 $9,500.00 1 $9,500.00 7 36"SET 1,PIPE 3 EA $4,000.00 $12,000.00 3 $12,000.00 8 10'CURB INLET I EA $2,200.00 $2,200.00 1 $2,200.00 9 15'CURB INLET 3 EA $3,500.00 $10,500.00 3 $10,500.00 Sub-Total of Previous Unit $75,141.00 $75,141.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I SWPPP>1 ACRE I LS $1,800.00 $1,800.00 1 $1,800.00 2 6"LIME TREATMENT 9960 SY $3.85 $38,346.00 9960 $38,346.00 3 HYDRATED LIME 160 TN $175.00 $28,000.00 160 $28,000.00 4 6"CONC PVMT 9400 SY $32.00 000,800.00 9400 $300,800.00 5 4"CONC SIDEWALK 4140 SF $3.00 $12,420.00 4140 $12,420.00 6 BARRIER FREE RAMP 4 EA $1,100.00 $4,400.00 4 $4,400.00 Sub-Total of Previous Unit $385,766.00 $385,766.00 STREET LIGHTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I LED LIGI ITING FIXTURE 13 EA $600.00 $7,800.00 13 $7,800.00 2 RDWY ILLUM ASSMBLY 13 EA $3,600.00 $46,800.00 13 $46,800.00 3 RDWY ILLUM FOUNDATION 13 EA $1,000.00 $13,000.00 13 $13,000.00 4 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 1279 LF $5.00 $6,395.00 1279 $6,395.00 5 4"SCHEDULE 80 PVC SLEEVE 152 LF $18.00 $2,736-00 152 $2,736.00 6 6"SCHEDULE 80 PVC SLEEVE 250 LF $20.00 $5,000.00 250 $5,000.00 Friday,July 17,2015 Page 2 of 5 City Project Numbers 02299 DOE Number 7233 Contract Name SKYLINE RANCH Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&ST LIGHT For Period Ending 7/17/2015 Project Funding Sub-Total of Previous Unit $81,731.00 $91,731.00 Friday,July 17,2015 Page 3 of 5 City Project Numbers 02289 DOE Number 7233 Contract Name 5 KYLU4E RANCH Estimate Number 9 Contract Limits Payment Number I Project Type PAVING,DRAINAGE&ST LIGM For Period Ending 7/172015 Project Funding Contract Information Summary Original Contract Amount $542,6380) Change Orders Total Contract Price $542,638.00 Date' Total Cost of or Completed $542,638.00 Less Retained $0.00 Co E,,t ]�7 Net Earned $542,638.00 Date jL Earned This Period $542,638M inspection S r Retainage This Period $0.00 Project 21 Date Less Liquidated Damages Days @ /Day $0.00 Datt LessPavement Deficiency $0.00 A7ss if�ctorfTPW-hiftstruclum,Design and C(mritTaction Less Penalty SOM _7 Less ate Previous Payment $0.00 D (QL"` b ttacting Departme t Plus Material on Hand Less 15% $0.00 Balance Due This Payment $542,639,00 Friday,July 17,2015 Page 4 of 5 City Project Numbers 02289 DOE Number 7233 Contract Name SIB n1NE RANCH Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&ST LIGHT For Period Ending 7817/2015 Project Funding Project Manager Long City Secretary Contract Number 117233 Inspectors LAYER / ODEN Contract Date Contractor CONATSER CONSTRUCTION TXLP Contract Time 90 CD 5327 WICHITA ST Days Charged to Date 169 CD FORT WORTH, T-X. 76119 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of or Completed $542,638.00 Less %Retained $0.00 Net Earned $542,638.00 Earned This Period $542,638,00 Retainage This Period $0.00 Less Liquidated Damages 0 Days@ 50-00 /Day MOO LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% WOO Balance Due This Payment $542,638.00 Friday,July 17,2015 Page 5 of 5 FORTWORTH irev 0310.5107 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: aLline Ranch PhM PROJECT NO.: 022 9 CONTRACTOR: CanatserConslaruLlion DOE NO.: 7233 PERIOD FROM�01/26/15 TO: 07713/15 FINAL WSPFCTION'DATE: 272-,-Jul-45 WORK ORDER EFFECTIVE:1/26n'015 CONTRACT TIME:-90 0 W04 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. H. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTE & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS PERIOD 169 169 PREVIOUS 0 0 PERIOD TOTALS O DATE 169 169 T *REMARKS: ------------ NTRACTOR. DATE W(ECTFOR The City of Fort Worth 1000'1"hro t• TX 76012-6311 (517)392-794 rCITY SECRETARY 114 T Fl"m WORTH,TX rt tORTWORTHREV:02/20/07 II TRANSPOWfKfION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONT RACTOR PROJECT DATA Name ofControctor Pr4ect Natne Conatser Construction Skyline Ranch Phase 5 Dok-i—jupector- DOE Number W yman Oden 7233 DOE Inspector Project Manager IJ Water 0 Waste Water 0 Storm Drainage 0 Pavement Aaron Long Initial Contract Antoport Proje6 Dolculty $5424638.00 0 Simple 0 Routine 0 Complex f7nal Contract Amount Tate 1$542,638.00 17/17/2015 H)PERFORMANCE EVALUATION 0-Inadequate I.-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGIIT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 y 4 8 8 T Public Notifications 5 N 3 Plans on Site 5 y 4 20 20 4 Field Supervision 15 y 4 60 60 T Work Performed 15 y 4 60 60 6 Finished Product 15 y 4 60 60 7 Job Site SaLet 15 7— 3 —60 45 F Traffic Control Maintenance 15 lC 4 60 60 9 Daily Clean Up 5 y 3 20 15 10 Citizen's Complaint Resolution 5 N I J —1 II Property Restoration 5 y 4 20 20 12 After Hours Res cruse 5 N 13 Project Corn letion 5 y 3 20 15 "I'GIAL ELEMENT SCORE(A) 363 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 363 111)CONTRACTOR'S RATING Maximum Score(MS)a-448 gr sum ofapplicable element score inaximunis whicl-ii 338 Rating(ITS1 MS]*100%) 363 1 388 94% Performance Category 1-icellent <20%-bradequate 20Y*1o<40%=Dqfu1en1 40%1cj,,60'li,lilll,,Fteigidtird 60%to<80%-Good 2�801/10 Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspectoes Supervisor CONTRACTOWS COMMENTS 71RANSPO1T",EXTION AND PUBLI(".WORKS The City offort Worth•100011u.ockmottown Street-Fort Worth,TX 7W12-6311 (81.7)392-7941 ®Fix.(817)392-7845 DE \' [ L (} PWLNT 1. TD July }5. 2U/5 KJc O/nck |�uygina Ci`no{uer Construct k`n '[%, LP POBox 15448 Forl \Ynilh, 7'}( 76114 3kyHnr Ranch Cit y Case Nn. FP'8|4-N 8 [kyo[Fow Worth. State o[Texas Dear J\/IcHu�,1ix4 SLR — BY 4, LL(`. herchy unknunleJgcy |hu( C"ou|wr [\,nx(n/cti"oTX. LP hxs conVpk]cJ 1hc \Vu!cr and Paving pnrtin/w of the ohovc cuphoonl pn i / in x hnnciy n/unncr A||huugh the contractual time was cxcccJcJ. SLR — BY 4� DL{` will not assess any pcnuhics or |igui'k/t,x) dunxgcn due <o the cxicnnk`nn. Dfyoo /xovuuuy questions, please Q| kcc to nox(ucl our office. . Sincerely, BcYunHoUund � SLR — BY4, LUC ViceyomNwnt -_-_ _ White _Chapel __'__- ---' -____' T' 76092 Office 21062118590 Fax 8175411455 AFFIDAVIT STATE OF TEXAS COUNTY OFT T 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 famishing labor andJor 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: SKYLINE RANCH WATER, SANITARY SEWER, STORM DRAIN PAVING AND STREET LIGHT IMPROVEMENTS DOE : 7233 CITY OF FORT WORTH STATE OF TEXAS CONATS CONSTR CTION TX, LP Brock Huggins Subscribed and swum to before me this 27'h day of W-1 Bertha Gianulis Nota ry Public for Notary Pubic in Tarrant County, Texas State of Texas My commission expires: 919 81201 5 CONSENT OF OWNER SURETY ANY ARCHITECT 0' CONTRACTOR TO FINAL PAYMENT SURETY Conforms with the American institute or OTHER Archftectz,AIA Document G707 Bond No 018"7842 ............. ................... ...... PROJECT. (name, address)waler and Sanitary Seger Replacement contract 2014 TO (Owner) Fbrtftrai TX ARCHITECT'S PROJECT NO: CTY OFOT WORTH CONTRACT FO 1000 Throckmorlon Streel ";Wne Ranch.-Water,Sanitar -AinswPavIn andStreM I y Sewer.Or L-It Worth TX 76102 061 flng�rnprovemenis DOE Nor,721a3,Projeci 0 0,2280 -J CONTRACT DATE. CONTRACTOR-.CONATSER CONS1"RUCTIONTX,�-P .................. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, die (hafa kisen namo and address or Swety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 SURETY COMPANY on bond of Mara insane name and addeass of Contractor) CONATSER CONSTRUCTION TX,L,P. 5327 fthita St. , Forest HII TX 76119-6035 CONTRACTOR, hereby approves of the final payment to the Contractor� and agrees that final pay meat to the Contractor shall not relieve the Surety Company of any of its obligations to ihave M%en name and address of Owned CITY OF FORT WORTH 1000,Throckmorlon Street Fort warth '11"X 76102 OWNER, as set forth in the said Surety Company's bond. IN WrINESS,WI-MPLEOF, die Suretry Company has hereunto set Ns hand this 6th day Of July,2015 EERKU EY INSURANCE COMPANY Surety,Company Attest: , �el (Sea]): Signature of Authorized Representative Bgb I lgorgL AftoEa .L_ _ M........... Title N6ii:-nNferns Is to-b-a used as a companion document to AIA DOCUMENT G7068 CONTRACTOR'S RDAViT OF PAYMENT OF DEBTS AND CLAMS, Current Fdtinn ........... ONE PAGE POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WTLMINGTON,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. Bonnof; Vena DeLene Marshall; Sophinie Hunter; Robb! Morales; or Kelly A, Westbrook 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, 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 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. r; 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 t;, resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: ry 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 sea] 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, =Dgnimces, 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 7 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 sea) of the Company may be affixed by facsimile to any i 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 sea) 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 CL 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 Corppany has -,d thm presents to be signed and attested by its appropriate officers and its corporate sea] hereunto affixed this�day of "t_ 2015. Attest: Berkley Insurance Company (Seat) By V S.' ederm 4eHpafte, Senior Vice President&Secretary President WARNING:T-41S POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss., X, COUNTY.OF FAIRFIELD Sworn to before me,allotary Public in the State of Connecticut, this day of Eck 2015, by Ira S. Lederman and — Jeffrey M.Hafter Who are SWOM to me to be the Senior Vice President and Secretary.., and the Senior Vice P esident,respectively,of Berkley Insurance Company, MARIA C.RUNDBAKEN NOTARY PUBLIC My COMMISSION EXPIRES Notary Public,State of Connecticut APRIL 30,2019 CERTIFICATE 1,the undersigned,Assistant Secretary of BE LEY 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 Attomey is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this 6th day of Jul v 2015 . (Seal) Andr�E w FORTi H RE.Vz 02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: fff7—20 Nam of Contractcpr P Conatser Consti-riction Skyline Ranch Phase 5 Prqjecl Alanager Weyman Oden Aaron Long ME_N11;,16—er " ProjectDWwulty T)Ve of Cono-act 7233 0 Simple Routine 0 Camplex 0 Water 0 Waste Water 0, Storm m.....a_ry 3 Pavement Initial(,oniract Amount Final Contrace Amato $542,638.00 $542,63&00 .......... II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent �ATINCY- ELEMENT flkATING ELEMENT (0 (0-4) (0-4) PLANS&SPECIFICATIONS INSPECTION EVALUATION I Availability of Inspector I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 11 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 AAp icabilityof',Specifications ............ 4 Display Of Professionalism Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION e-Baffin `up'-�1�'alve Cremes,T��S­ I Knowledge.And/Or Problern Resolution 7-7T T, Pe;To aTc"' ADMINISTRATION 2 Availability of Project Manager I Change Order Processing Tune T,—Communic—ation................. 2_Timiliness of Contractor a -nents �fionofUifii Conflicts .......... 3 .2�tdOpe±i2�to Pre-Con!�eeting'Tftneframe 1,� ............ III)COMMENTS&SIGNATURES COMMENTS ...................... Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS .......... ...... ......... 'ERA.NSP0WfA'l10N AND PUBLIC WORKS ..........m.....: 'Inle(Ch aof Fort Worth•1000 11%rocluvorton Street•Fort Worth,IX 76012 6311 (817 392-7941 •Fax.(817)392 7845