HomeMy WebLinkAboutContract 46490-FP4 Depart��n_t Qf TP A—W Const.Services
DOE# �.
ate �,f
Project Manager I 1*1�' SECRl�AW
IWORTH cm
i
Risk Management J.P-8 OONACT Rp.
D.O.E. Brotherton
CFA Westerman/Scanned — 16 O C�
The Proceeding people have been Co cted concern g the request for final
wY"&harereleased Onprojectfor auchpayment NTION AND PUBLIC WORKS
Clearance Conducted By Shameka Kennedy PROJECT COMPLETION C 5 q (P y qD.O.E.NO: 7212
Regarding contract 117212 for SANTA FE TRAI S PH 4-WATER&SEWER 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 thU istant Director of the Transportation&Public Works
Department has accepted the project ce
Original Contract Prices: ,AN 2 0 2016IL-' $212,477.00
Amount of Approved Change Orders: Ns
Revised Contract Amount:
Total Cost Work Completed: $212,477.00
Less Deductions:
Liquidated Damages: Days®S210.00/Day
Pavement Deficiencies:
AFFlC1A9.RECORD
Total Deduction Amount: CITY SECRETARY
Total Cost Work Completed: YJQRT�1, $212,477.00
Less Previous Payments:
Final Payment Due $212.,477.00
61•/9-Zvi�p
Recorr(menc!4&for Acceptance Date
Asst. Director,TPW - Infrastructure Design and Construction
i
Accepted Date
Asst. Director, WATER DEPAR NT
t.e — flg-
Asst. Cityanger Date
Commends: P265-541200-602150225883
ZMAI'LEZ)
JAN 2 016
�, P -cos -- o aa�8
t IV
59 01- 00 6L
City Project Numbers 02268 JAN 2 p 2016 DOE Number 7212
Contract Name SANTA FE TRAILS PH Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 12/15/2015
Project Funding
Project Manager Jwfri City Secretary Contract Number 117212
Inspectors LAYER / DOVERS Contract Date
Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD
5327 WICHITA ST Days Charged to Date 249 CD
FORT WORTH, TX 76119 Contract is .000000 Complete
CITY OF FORT WORTH
SUN 4ARY OF CHARGES
Line Fund Account Center Amount Grose Retainage Net
Funded
Total Cost of Work Completed $212,477.00
Less %Retained $0.00
Net Earned $212,477.00
Earned This Period $212,477.00
Regiaage Tris Period $0.00
Less Liquidated Daanges
0 Days 8 $0.00 /Day $0.00
IASSPartmtut Deficiency $0.00
Less Penalty $0.00
Less Previous Payment $0.00
Plus Material on Hand Less 15% 50.00
Balance Due Tris Payment $214477A0
Tuesday,Dwmber 15,2015 PsV4 of 4
!p 2t95-— 0 2 a(og
FORTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
'N
Contract Name SANTA FE TRAMS PH 4 u
Contract Limits
Project Type WATER&SEWER
City Project Numbers o2268
DOE Number 7212
Estimate Number 1 Payment Number 1 For Period Ending 12/15/2015
CD
City Secretary Contract Number 117212 Contract Time 12(ED
Contract Date Days Charged to Date 249
Project Manager ]aafwi Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors LAYER/ DOVERS
7ooft,Dewnbcr 15,2015 Pap 1 oF4
City Project Numbers 02268 DOE Number 7212
Contract Name SANTA FE TRAILS PH 4 Estimate Number I
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 12/15/2015
i
i
Project Funding
WATER
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
------ ----------------------------------
1
----- ---------- ------ ------
1 8"WATER PIPE 3218 LF $30.00 $96,540.00 3218 $96,540.00
2 8"GATE VALVE 6 EA $1,050.00 $6,300.00 6 $6,300.00
3 FIRE HYDRANT 4 EA $3,200.00 $12,800.00 4 $12,800.00
4 DUCTILE IRON WATER FITTINGS 2 TN $4,000.00 $8,000.00 2 $8,000.00
WRESTRAINT
5 1"WATER SERVICE 100 EA $450.00 $45,000.00 100 $45,000.00
6 1 1/2"WATER SERVICE 2 EA $2,000.00 $4,000.00 2 $4,000.00
7 CONNECTION TO EXISTING 4"-12"WATER 5 EA $1,000.00 $5,000.00 5 $5,000.00
MAIN
8 TRENCH SAFETY 3218 LF $025 $804.50 3218 $804.50
Sub-Total of Previous.Unit $178,444.50 $178,444.50
SEWER
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
I 8"SEWER PIPE 195 LF $36.00 $7,020.00 195 $7,020.00
2 4'MANHOLE 2 EA $3,000.00 $6,000.00 2 $6,000.00
3 4'EXTRA DEPTH MANHOLE 9 VF $175.00 $1,575.00 9 $1,575.00
4 MANHOLE ADJUSTMENT 7 EA $1,000-00 $7,000.00 7 $7,000.00
5 MANHOLE VACUUM TESTING 9 EA $50.00 $450.00 9 $450.00
6 4"SEWER SERVICE 16 EA $550.00 $8,800.00 16 $8,800.00
7 CUT&PLUG EX 4"SEWER SERVICE 4 EA $300.00 $1,200.00 4 $1,200.00
8 CONNECT TO EXISTING SS MANHOLE I EA $1,500.00 $1,500.00 1 $1,500.00
9 POST CCPV INSPECTION 195 LF $1.50 $292-50 195 $292.50
10 TRENCH SAFETY 195 LF $1.00 $195.00 195 $195.00
----------------------------------------
Sub-Total of Previous Unit $34,032.50 $34,032.50
---------------------------------------
Tuesday,December 15,2015 Page 2 of 4
City Project Numbers 02268 DOE Number 7212
Contract Name SAMA FE TRAMS PH 4 Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 12/15/2015
Project Funding
Contract Information Summary
Original Contract Amount $212,477.00
Chance Orders
Total Contract Price $212,477.00
Date . S Total Cost of Work Completed $212,477.00
Con Leas %Retained $0.00
f'Z /� Net Earned $212.477.00
DateEarned This Period $212,477.00
1C V 04- Da1 1 l I Retainage This Period $0.00
Prglect M Less Liquidated Damages
5,�• L Days Q /Day $0.00
• 9•I i =Pavement Deficiency $0.00
Asst v�- etu $sign and Constr7,"n
], petty $0.00
y f Less Previous Payment $0.00
Dimetor/Contracting Depertm Plus Material on Hand Less 15% $0.00
,� Balance Due This Payment $212.477.00
Toculay,Dtccv*ar15,2015 Page3 of4
FORTWORTH my 03/05/07
TRANSPORTATION&PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
i
FINAL STATEMENT NO.1
NAME OF PROJECT: Saha Fe Trafls PH 4
PROJECT NO.: 2268 CONTRACTOR: Comatser
DOE NO. 7212
PERIOD FROM 04/07/15 TO: 12/11/15 FINAL INSPECTION DATE: 16-Dec-15
WORK ORDER EFFECTIVE 4/7/2015 CONTRACT TIME 120 O WD®CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH DURING CREDITED MONTH DING CREDITED
1. 16.
2. 17.
3. 1&
4. 19.
5. 20.
6. 21.
7. 22.
8. 23.
9. 24.
10. 25.
11. 26.
IL 27.
13. 28.
14. 29.
15. 30.
31.
SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS; DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS
THIS
PERIOD 249
PREVIOUS
PERIOD I'
TOTALS
TO DATE 249
*REMARKS:
CONTRACTOR DATE P DATE
ENGINEERING DEPARllffiNT
City of Fort Worth•10001bmckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941•Fam(817)392-7845
1
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Santa Fe Trails PH 4
PROJECT NUMBER: 2268
DOE NUMBER: 7212
WATER
PIPE LAID SIZE TYPE OF PIPE LF
8" PVC 3218
r
FIRE HYDRANTS:4 VALVES(16"OR LARGER) me
PIPE ABANDONED SIZE TYPE OF PIPE LF
no
DENSr s yes
NEW SERVIM 1" Copps
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
yes 8" PVC 195
PIPE ABANDONED SIZE TYPE OF PIPE LF
no
DENSIi yes
NEW BM 4' PVC 320
dwh TRANSPORTATION.AND PUBLIC WORKS
'tlw c-m.of Fnrt mnr&•inm 7 e.►w*ww tn"'Rhv t-Fner Wcw& TY 76M?-6M 1
FORTWORTH REV:00107
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Conatser Santa Fe Trails PH 4
DOE Inspector DOE Number
Connor Slaten 7212
DOE Inspector Project Manager
O water O waste water R1 Stam Drainage p Pavement Khal Jaafari
Initial Contract Amomtt Project Difficulty
$212,477.00 O Simple OO Routine O Complex '
Final Contract Amount Date
$212,477.00 112/16/2015
11)PERFORMANCE EVALUATION
0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE Y/ 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 Supemsion 15 Y 4 60 60
S 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 Trade Control Maintenance 15 Y 3 60 45
9 Daily Clean Up 5 Y 4 20 20
10 Citizen's Complaint Resolution 5 Y 4 20 20
11 Property Restoration 1 5 Y 4 20 20
12 After Hours Response 5 Y 4 20 20
13 Project Completion 5 Y 4 20 20
T'O'TAL ELEMENT SCORE(A) 433
BONUS POINTS(2S Msatimum)(B)
TOTAL SCORE(T5) 433
111)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating(QTS/MS]•100%) 433 / 448 — 97%
Performance Category Eaocs9snt
<20%—Inadequate 201 i to<4M=Dem 40%to<6M—Stamdm d 60%to<80%—Good >—W%=Excellent
LspeeWs Coesieata(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspeda Signature Contractor
Signature DOE Inspectors swavisor
CONTRACT'OR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
0 The City of Fant Worth-1000 Tbrockmoction Stied-Fort Worth,TX 76012-6311
(817)392-7941-Fam(817)392-7845
B-H-HORMN /NYSE
December 23,2015
City of Fort Worth
Mark Owen
CFW Inspector
8851 Camp Bowie West
Fort Worth,TX 76116
RE: Santa Fe Trails Phase 4,DOE 7212
Mr.Owen:
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.
Vice President of Land Acquisition and Development
D.R.Horton,Inc.—DFW West Division
i
i
6-51%. nh hxrwax- Fort v onh.7X-6131
(8I")2300800
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707
Bond No 0187854
PROJECT:
(dame, address)Santa Fe Trails Phase 4
Fort Worth TX
TO (Owner) rr
f-curOF FORT WORTH&D.R.NORTON-TEXAS, ARCHITECT'S PROJECT NO:
CONTRACT FOR:
1000 Throckmorton St. Water,Sanitary Sewer,Storm Drain,Paving and Street Lighting
Improvements to serve Santa Fe Trails Phase 4
L Worth TX 76102-6311 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
(hare Mawt name and eddreas of aunty Company)
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830 , SURETY COMPANY
on bond of IMn buen name and eddnae of Corrtnotor)
CONATSER CONSTRUCTION TX,L.P.
5327 Wichita 8t
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 thin inee t name and address of owrwrl
CITY OF FORT WORTH 8 D.R.HORTON-TEXAS,LTD.
1000 Throdcmorton St.
Fort Wordt TX 76102-6311 , OWNER,
as set forth is the said Surety Company's bond.
IN WITNESS,WEIEREOF,
the Surety Company has hereunto set its hand this 23rd day of November,2015
BERKLEY INSURANCE COMPANY
Surety Company
Attest: � wD� C 2AC,,4, :221
(Seal): Signature of Au*ori=d Repwooftfl a
Robbi Morales 11t1offteK-ttt I"act
Title
NOTE. flim form is to be used ea a con wdon document to AU1 DOCUMENT 6706. CONTRACTOWS AFFIDAWF OF PAYMENT OF DEBTS AND CLAYS.
Gamna E,Ai1r
ONE PAGE
& No. BI-7280f
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. j
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, Dena DeLene
Marshall;Sophinle Hunter;Rohhi Morales; or Kelly A. Westbrook of Aon Risk Services Southwest,Inc, of Dallas, TX its true 1
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
1 and acknowledged 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 ;
c resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010:
c 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
L 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
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,
f or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the j
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
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.
;R M WITNESS WHEREOF, the Company has cau a these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed thisay of5.-
s ; Attest: Berkley Insurance Company
(Seal) By / By
Ira S. a erman <ffler
Uresidl
fter
Senior Vice President&Secretary
'l.
WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPM
_ STATE OF CONNECTICUT)
ss:
COUNTY OF FAIRFIELD )
s Sworn to before me, a Notary Public in the State of Connecticut,this 60 da of ,2015, by Ira S. Lederman and
_ Jeffrey M.Halter who are'sworn to me to be the Senior Vice President and Secre an the Senior Vice Pre dent,respe//ct��ive��ly,of
Berkley Insurance Company. MARIA C.RUNDBAKEN
NOTARY PUBLIC (/ G
MY COMMISSION EXPIRES otary Public,State of Connecticut
,2019
APRIL 30
- _ CERTIFICATE
1,the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
z 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� Y- g
Attorney is attached, is in full force and effect as of this date.
Given under my hand and seal of the Company,this 23rd day of November 2015
(Seal)
A a
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT i
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:
SANTA FE TRAILS, PHASE 4
WATER,SANITARY SEWER,STORM DRAIN, PAVING
AND STREET LIGHT IMPROVEMENTS
DOE#: n/a
City Project#: n/a
CITY OF FORT WORTH
STATE OF TEXAS
CONA R CONSTRUCTION TX,LP
Brock Huggins
Subscribed and sworn to before me this 23'd day of Nove
,. BERTHA G"t)US Notary Public in Tarrant County,Texas
Notory pubric.Score«Texas
,� September 18.2019
REV.02/=7I
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
CON'TRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 12/16/2015
Name of ondaetor Project Name
Contaser Santa Fe Trails PH 4
DOE Inspector Project Manager
Connor Slaten Khal Jaafari
DOE Nwnber Project Dtoculty Type of Conbnet
7212 O Simple OO Routine O Complex El water p waste water p Storm Drainage p Pavement
Initial Contract Amount Final Contract Amount
$212,477.00 $212,477.00
II)PERFORMANCE EVALUATION
0-Inde 1-Deficient 2-Standard 3-Good 4-Excellent
ELEN EW RATING ELEMENT RATING
(0-4) (0-4
INSPECTION EVALUATION PLANS&SPECIFICATIONS
1 Availability of InsIwdor Lf 1 Accuracy of Plans to E?qLdN Conditions
2 Knowledge of Inspector q 12 Clarity&Sufficiency of Details
3 Acc!pg of Measured tities 4 3 Applicability of Specifications
4 Display Of Professionalism H 4 Accuracy of Plan Quantities
5 Citizen Complaint ResoMon PROJECT MANAGER EVALUATION
6 Performance-Se 'N up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager
1 Change Order Processing Time 4 13 Communication �)
2 Timliness of Contractor Payments y 14 Resolution of Uti1i Conflicts
3 Bid Opening to Pre-Con Mee' Timeframe 4
IIS COMMENTS&SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector
Signal m DOE Inspectors Supervisor
94SPECTORIS COMMENTS
TRANSPORTATION AND PUBLIC WORKS
(a The City of Fort Worth-1000 Throckmorton St met-Fort Worth,TX 76012-6311
(817)392-7941-I=(817)392-7845