HomeMy WebLinkAboutContract 47165-FP1 Depart --f-r & Const. Services - -
DQE# -rDat
Project anager ( ✓�� bt1L+ 4 .Je ',/
IT WORTH,Risk Mana ementCanad - - --
D.O.E. Brotherton
CFA Westerman/Scannec
The Proceeding people have been Con(acted Mricernind th r quest for final "�
payment&have released this project for such payment. 'ATION AND PUBLIC WORKS �tp
5 sS
Clearance Conducted By Shameka Kennedy )F PROJECT COMPLETION
--- -- D.O.E. Ne: 7511
cc)Z6-6s
Regarding contract 117511 for VILLAS AT BARBER CREEK as required by the WATER DEPARTMENT ass
approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the
recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project
as complete.
Original Contract Prices: $261,651.00
Amount of Approved Change Orders: �i i, JUN 01 2016
Revised Contract Amount:
Total Cost Work Completed: $261,651.00
Less Deductions:
Liquidated Damages: Days @$210.00/Day
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed: $261,651.00
Less Previous Payments: $0.00
Final Payment Due $261,651.00
0& •cam! • Zo!(Q
Recom ended for Acceptance Date
Asst. Director, TPW - Infrastructure Design and Construction
Ll - — —. �-i,
Accepted Date
Asst. Director, WATER DEPARTMENT S/12 1Y
Ass . City Manager Date
Comments: P265-541200-607150265583,P275-541200-707130265583
E1VIA��►E� OFFICIAL „�.,
JUN �- 2016 ITy
JVORTM
79
Initial:
- P
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name VILLAS AT BARBER CREEK
Contract Limits
Project Type WATER&SEWER
City Project Numbers 02655
DOE Number 7511
Estimate Number 1 Payment Number 1 For Period Ending 5/10/2016
CD
City Secretary Contract Number 117511 Contract Time 120;D
Contract Date Days Charged to Date 160
Project Manager Ehia Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors LAYER / SLATEN
Tuesday,May 10,2016 Page I of 4
City Project Numbers 02655 DOE Number 7511
Contract Name VILLAS AT BARBER CREEK Estimate Number I
Contract Limits Payment Number I
Project Type WATER&SEWER For Period Ending 5/10/2016
Project Funding
WATER
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
I --------------- ---------------
1 TRENCH SAFETY 1689 LF $1.00 $1,689.00 1689 $1,689.00
2 16"CASING BY OTHER THAN OPEN CUT 82 LF $220.00 $18,040.00 82 $18,040.00
3 8"WATER CARRIER PIPE 82 LF $34.00 $2,788.00 82 $2,788.00
4 DUCTILE IRON WATER FITTINGS I TN $5,300.00 $5,300.00 1 $5,300.00
W/RESTRAINT
5 6"PVC WATER PIPE 24 LF $32.00 $768.00 24 $768.00
6 8"PVC WATER PIPE 1583 LF $34.00 $53,822.00 1583 $53,822.00
7 FIRE HYDRANT 2 LF $3,400.00 $6,800.00 2 $6,800.00
3 CONNECTION TO EXISTING 4"-12"WATER 2 EA $4,500.00 $9,000.00 2 $9,000.00
MAIN
9 1"WATER SERVICE 31 EA $750.00 $23,250.00 31 $23,250.00
10 8"GATE VALVE 5 EA $1,100.00 $5,500.00 5 $5,500.00
11 12"CUT IN GATE VALVE 2 EA $2,200.00 $4,400.00 2 $4,400.00
12 AUTO FLUSHER AND 6"DRAIN INTO SS MH 1 EA $6,500.00 $6,500.00 1 $6,500.00
13 WATERLINE TESTING 1689 NS $1.00 $1,689.00 1689 $1,689.00
14 CUT AND PLUG WATER SERVICE AT METER I NS $500.00 $500.00 1 $500.00
--------------------------------------
Sub-Total of Previous Unit $140,046.00 $140,046.00
SEWER
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
——————————————————————————————————————-
1 POST CCTV INSPECTION 1365 LF $2.00 $2,730.00 1365 $2,730.00
2 MANHOLE VACUUM TESTING 6 EA $100.00 $600.00 6 $600.00
3 TRENCH SAFETY 1365 LF $1.00 $1,365.00 1365 $1,365.00
4 CONCRETE ENCASEMENT FOR UTILITY PIPES 32 CY $30.00 $960.00 32 $960.00
5 16"CASING BY OTHER THAN OPEN CUT 41 LF $280.00 $11,480.00 41 $11,480.00
6 8"SEWER CARRIER PIPE 41 LF $38.00 $1,558.00 41 $1,558.00
7 4"SEWER SERVICE 1100 LF $26.00 $28,600.00 1100 $28,600.00
8 8"SEWER PIPE 1324 LF $38.00 $50,312.00 1324 $50,312.00
9 4'MANHOLE 6 EA $4,000.00 $24,000.00 6 $24,000.00
--------------------------------------
Sub-Total of Previous Unit $121,605.00 $121,605.00
--------------------------------------
Tuesday,May 10,2016 Page 2 of 4
City Project Numbers 02655 DOE Number 7511
Contract Name VILLAS AT BARBER CREEK Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 5/102016
Project Funding
Contract Information Summary
Original ContractAmount $261,651.00
Chante Orders
Total Contract Price $261,651.00
�Z,ie 1 Date r� Total Cost of Work Completed 261,651.00
Contra Less %Retained $0.00
4Y Z-0. Date
/� Net Earned v-$261,651.001.00
B
InspectioEarned This Period $261,651.00
Retainage This Period $0.00
Date
n S Less Liquidated Damages
Project Manager
` Days @ /Day $0.00
// Date �' '�� LessPavementDefiiciency $0.00
Asst. irector/TPW-Infrastructure Design and Construction Less Penalty $0.00
��z /& Date �4 Less Previous Payment $0.00
Director/Contracting Department J Plus Material on Hand Less 15% $0.00
G` Balance Due This Payment $261,651.00
Tuesday,May 10,2016 Page 3 of 4
j7 7
1171
s. JUN 0 4 2016 i!!1
City Project Numbers 02655 DOE Number 7511
Contract Name VILLAS AT BARBER CREEK Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 5/10/2016
Project Funding
Project Manager Ehia City Secretary Contract Number 117511
Inspectors LAYER / SLATEN Contract Date
Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD
5327 WICHITA ST Days Charged to Date 160 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 $261,651.00
Less %Retained $0.00
Net Earned $261,651.00
Earned This Period $261,651.00
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 Hand Less 15% $0.00
Balance Due This Payment $261,651.00
Tuesday,May 10,2016 Page 4 of 4
"Pa��- U�l�s�
FORTWORTH rev 03105/07
TRANSPORTATION&PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.1
NAME OF PROJECT: Villas at Barber Creek
PROJECT NO.: 02655 CONTRACTOR: Conatser Construction
DOE NO. 7511
PERIOD FROM 11/16/15 TO: 05/10/16 FINAL INSPECTION DATE: 17-May-16
WORK ORDER EFFECTIVE 11/16/2015 CONTRACT TIME 120 O WD OO CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED
ING CREDITED MONTH CHARGED
1. 16. DURING CREDITED
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 WE, UTILITIES DAYS TOTAL
THIS &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS
PERIOD 160
PREVIOUS
PERIOD
TOTALS
TO DATE 160
*REMARKS:
I
ri
-1c7-1
CONTRACTOR DATE INSPECTOR DATE
Atoix ENGINEERING DEPARTMENT
qu/ The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Villas at Barber Creek
PROJECT NUMBER: 02655
DOE NUMBER: 7511
WATER
PIPE LAID SIZE TYPE OF PIPE LF
yes 8" PVC 1583
FIRE HYDRANTS:2 VALVES(16"OR LARGER) n/a
PIPE ABANDONED SIZE TYPE OF PIPE LF
no
DENSITIES: yes
NEW SERVICES: 1" Copper 775
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
yes 8" PVC 1324
PIPE ABANDONED SIZE TYPE OF PIPE LF
no
DENSITIES: yes
NEW SERVICES: 4" PVC 1100
TRANSPORTATION AND PUBLIC WORKS
s' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845
FORTWORTH REV:02/20/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
n CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Conatser Construction Villas at Barber Creek
DOE Inspector DOE Number
Connor Slaten 7511
DOE Inspector Project Manager
El Water p Waste Water ❑Storm Drainage ❑Pavement Fred Ehia
Initial Contract Amount Project Difficulty
1:$261,651.00 O Simple OO Routine O Complex
Final Contract Amount Date
J$261,651.00 5/10/2016
11)PERFORMANCE EVALUATION
0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE /N) RATING(0-4) MAX SCORE SCORE
1 Submission of Documents 2 Y 3 8 6
2 Public Notifications 5 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 4 60 60
9 Daily Clean Up 5 Y 4 20 20
10 Citizen's Complaint Resolution 5 Y 4 20 20
11 Property Restoration 5 Y 1 4 1 20 1 20
12 After Hours Response 5 Y 1 4 1 20 1 20
13 Project Completion 5 Y 4 1 20 20
TOTAL ELEMENT SCORE(A) 446
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 446
M CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating(ITS/MS]*100%) 446 / 448 = 100%
Performance Category Excellent
<20%=Inadequate 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 Contractor i
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
Vol
(817)392-7941 •Fax:(817)392-7845
Oiickstone IDeveCopment, L.T.
10501 Alta Vista Road
Keller,TX 76248
817/379-0727
May 4, 2016
Mr. Brock Huggins
Conatser Construction TX, LP
P O BOX 15448
Fort Worth,TX 76119
RE: Barber Creek
City of Fort Worth,State of Texas
Dear Mr. Huggins,
Brickstone Development, LP hereby acknowledges that Conatser Construction TX, LP has
completed the Water and Paving portions of the above captioned project in a timely
manner. Although the contractual time was exceeded Brickstone Development, LP will not
assess any penalties or liquidated damages due to time extensions.
If you have any questions, please feel free to contact our office.
Sincerely,
,,a �.
Ron Lewandowski
BRICKSTONE DEVELOPMENT, LP
President of General Partner
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707
Bond No 0149478
PROJECT:
(name, address)Villas at Barber Creek
Fort Worth,TX
TO (Owner)
BRICKSTONE DEVELOPMENT,LP AND CITY OF ARCHITECT'S PROJECT NO:CFA No.2015-064
FORT WORTH CONTRACT FOR:
Water,Sewer,Paving, Drainage&Street Lights Improvements to
Serve Villas at Barber Creek
L _.I 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 insert name and address of Surety Company)
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830 , SURETY COMPANY
on bond of (here insert name and address 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 (here insert name and address of Owner)
BRICKSTONE DEVELOPMENT, LP AND CITY OF FORT WORTH
OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this 4th day of May,2016
BERKLEY INSURANCE COMPANY
p� Surety Company
Attest:
(Seal): Signature of Authorized Representative
Robbi Morales Attorney-in-Fact
Title
NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
[No.111=125ur
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.
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, Vena DeLene
lYlarshall;Sophinie Hunter;Robbi 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,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.SSO,M0;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 ATitten 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 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,
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
tification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
power of attorney or cer
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.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this�g'day of uCU'�,L ---
Attest: / Berkley Insurance Company
(Seal) By ( B4er
Ira S. ederman after
Senior Vice President&Secretary ' Preside
WARNING- THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER..
STATE OFCONNECTICUT)
T , ) ss:
COUNTY OF FAIRFIELD )
h 7 CJ/ r�
r: Sworn to before me, a Notary Public in the State of Connecticut,this ..1. day of r.� ,20I5, by Ira S. Lederman and
Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secretary,aA the Senior Vice President,respectively, of
Berkley Insurance Company. MARIA C.RUNDBAKEN a
NOTARY PUBLIC I/�G✓U � .�� �'.GC�,�
MY COMMISSION EXPIRES Notary Public,State of Connecticut
APRIL 30,2019
CERTIFICATE
I,the undersigned,Assistant Secretary of BERKLEY 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
Attorney is attached;is in full force and effect as of this date.
-
ONenn-under my hand and seal of the Company,this 4th day of May 2016
(Seal)
_ A a
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:
VILLAS AT BARBER CREEK
WATER AND SANITARY SEWER, STORM DRAIN,
PAVING AND STREET LIGHT IMPROVEMENTS
DOE#: N/A
City Project#: 215-064
CITY OF FORT WORTH
STATE OF TEXAS
CONATSE ONSTRUCTION TX,LP
Brock Huggins
Subscribed and sworn to before me this 5h day of May,201
V
BERTHA GIANllLIS Notary Public in Tarrant County,Texas
Notary Public,St OfTexos
My commission Expires
September 18,2019
FORTWORTH REV.0212210'
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 15/10/2016
Name of Contractor Project Name
Conatser Construction Villas at Barber Creek
DOEInspector Project Manager
Connor Slaten Fred Ehia
DOE Number Project Difficulty Type of Contract
17511 O Simple OQ Routine O Complex e Water 0 Waste Water ❑Storm Drainage ❑Pavement
Initial Contract Amount Final Contract Amount
$261,651.00 $261,651.00
II)PERFORMANCE EVALUATION
0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT RATING ELEMENT RATING
INSPECTION EVALUATION PLANS&SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector 7 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities `y 3 Applicability of Specifications
4 Display Of Professionalism `Y 4 Accuracy of Plan Quantities yr
5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And(Or Problem Resolution e7-
ADAEMTRATTON 2 Availability of Project Manager
1 Change Order Processing Time `f 3 Communication
2 Timliness of Contractor Payments `/ 4 Resolution of Utility Conflicts y
3 Bid Opening to Pre-Con Meeting Timeframe 1�11
M COMMENTS&SIGNATURES
COMMENTS
U 1
Signature ContractorvJ
Signature DOE Inspector
c
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
_ TRANSPORTATION AND PUBLIC WORKS
f The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
0
(817)392-7941 •Fax:(817)392-7845