Loading...
HomeMy WebLinkAboutContract 47137-FP1 iJr tJCXl L111W VI 7r5—;T L. JCIV14GJ Proje, �� .Dat es 54 Project Manage 1 l CITYSECRETARY Risk Management C`anady 1 o CONTRACT NO. � D.O.E. Brotherton ✓I—tel i_, I�' WOR 1 CFA Westerman/Scanned\o, 114 i The Proceeding people have been Contacted concerning the request for final payment& have &TION AND PUBLIC WORKS 59 released this project for such payment. F PROJECT COMPLETION Clearance Conducted By Shameka Kennedy D.O.E. Ne: 477 Cozy X13? Regarding contract 02614 for SE NDERA RANCH EAST PHASE 10 as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A die 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: $787,827.90 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $787,827.90 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $787,827.90 Less Previous Payments: $0.00 Fina4Dicto $787,827.90 Recor Acceptance Date AsstPW - Infrastructure Design and Construction —Zz1112 Ggi-Z'—Ac Accepted / Date Asst. Director, WATER DEPARTMENT � 0/ Asst. City Manager Date Comments: P265-541200-607150261483,P275-541200-707130261483 EM��,LES� SEP 2 X16 OFFICIAL RECORD U Initial: CITY SECRETARY FT.WORTH,TX 4609 sip ria Sq to 01 o acD ILA City Project Numbers 02614 _ DOE Number 7177 Contract Name SENDERA RANCH EAST PHASE 10 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 8/9/2016 Project Funding Project Manager Jaafari City Secretary Contract Number Inspectors GREGORY / COLLIER Contract Date 9/10/2015 Contractor CONATSER CONSTRUCTION TxLP Contract Time 196 CD 5327 WICHITA ST Days Charged to Date 290 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 $787,827.90 Less %Retained $0.00 Net Earned $787,827.90 Earned This Period $787,827.90 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 $787,827.90 Tuesday,August 09,2016 Page 4 of 4 PQ&S— 0 ;2cp1q FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SENDERA RANCH EAST PHASE 10 Contract Limits Project Type WATER&SEWER City Project Numbers 02614 DOE Number 7477 Estimate Number I Payment Number 1 For Period Ending 8/9/2016 CD City Secretary Contract Number Contract Time 19CD Contract Date 9/10/2015 Days Charged to Date 290 Project Manager Jaafari Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GREGORY / COLLIER Tuesday,Auggust 09,2016 Pagel of 4 City Project Numbers 02614 DOE Number 7477 Contract Name SENDERA RANCH EAST PHASE 10 Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 8/9/2016 Project Funding UNIT I:WATER IMPROVEMENTS Item Description of Items Estimated No. Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total -- R --A --------- _ _____ 1 TRENCH SAFETY FOR WATER —————— 5969 LF $0.10 $596.90 5969 $596.90 2 DUCTILE IRON WATER FITTINGS'At/RES 2.45 TN $3,500.00 $8,575.00 2.45 $8,575.00 3 8"WATER PIPE 5423 LF $32.00 $173,536.00 5423 $173,536.00 4 12"WATER PIPE 546 LF $44.00 $24,024.00 546 $24,024.00 5 FIRE HYDRANT 8 EA $3,600.00 $28,800.00 8 $28,800.00 6 1"WATER SERVICE 146 EA $850.00 $124,100.00 146 $124,100.00 7 6"GATE VALVE 8 EA $900.00 $7,200.00 8 $7,200.00 8 8"GATE VALVE 17 EA $1,100.00 $18,700.00 17 $18,700.00 9 12"GATE VALVE 3 EA $2,200.00 $6,600.00 3 $6,600.00 --------------------------------------- Sub-Total of Previous Unit $392,131.90 $392,131.90 UNIT H:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Estimated Completed Completed NO P Unit Unit Cost P P Quanity Total Quanity Total —— O E ——————————————————————— 1 POST CCTVINSPCTION 5304 LF $2.00 $10,608.00 5304 $10,608.00 2 MANHOLE VACUUM TESTING 24 EA $100.00 $2,400.00 24 $2,400.00 3 TRENCH SAFETY 5304 LF $1.00 $5,304.00 5304 $5,304.00 4 TRENCH WATER STOPS 17 EA $300.00 $5,100.00 17 $5,100.00 5 CONCRETE ENCASEMENT FOR UTILITY PIPES 2 CY $150.00 $300.00 2 $300.00 6 4"SEWER SERVICE 143 EA $600.00 $85,800.00 143 $85,800.00 7 8"SEWER PIPE-SDR 26 4894 LF $38.00 $185,972.00 4894 $185,972.00 8 8"SEWER PIPE-CSS BACKFILL 410 LF $55.00 $22,550.00 410 $22,550.00 9 EPDXY MANHOLE LINER 12.3 VF $175.00 $2,152.50 12.3 $2,152.50 10 4'EXTRA DEPTH MANHOLE 44.3 VF $165.00 $7,309.50 44.3 $7,309.50 11 4'MANHOLE 22 EA $2,800.00 $61,600.00 22 $61,600.00 12 4'DROP MANHOLE 1 EA $4,000.00 $4,000.00 1 $4,000.00 13 4'SHALLOW MANHOLE 1 EA $2,600.00 $2,600.00 1 $2,600.00 ---------------- -- --- - ---- ------- ---- ---- Sub-Total of Previous Unit $395,696.00 $395,696.00 ----------- -------- --------------------- Tuesday,August 09,2016 Page 2 of 4 City Project Numbers 02614 DOE Number 7477 Contract Name SENDERA RANCH EAST PHASE 10 Estimate Number l Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 8/9/2016 Project Funding Contract Information Summary Original Contract Amount $787,827.90 Change Orders Total Contract Price $787,827.90 © / r Date b �l'6 Total Cost of Work Completed 8787,827.90 / r l Less %Retained $0.00 / / Date 7 q 1 6 Net Earned $787,827.90 / Inspection S e `' Earned This Period $787,827.90 Retainag Date .D�f 6 e This Period $0.00 l��t4C- pol a✓1 .T 17 Proj ana.-er Less Liquidated Damages Days @ /Day $0.00 G� Date r-2t-'4 LessPavement Deficiency $0.00 Asst.Di ecto /W-Infrastructure Design and Construction Less Penalty $0.00 G� Date 7 Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $787,827.90 Tuesday,August 09,2016 Page 3 of 4 — --------------- July ------------July 21,2016 Mr. Brock Huggins Conatser Construction TX, L.P. 5327 Wichita St. Ft.Worth,Texas 76119 Re: Water,Sewer, Paving, Drainage and Street Lights Contract for Sendera Ranch East Phase 10 City Project No.02614 Water Project No.P265-6071502561483 Sewer Project No. P275-707130251483 D.O.E. No.7477 "X" No.X-23179 Dear Mr. Huggins: This letter will document that Lennar Homes of Texas Land and Construction,LTD.confirms that Conatser Construction TX,L.P. has completed the work associated with the above-referenced contract in an appropriate time frame,subject to completion of any warranty or maintenance work as identified and required by the City of Fort Worth,and that no liquidated damages will be assessed by Lennar Homes of Texas Land and Construction, LTD, in connection with the work. Lennar Homes of Texas Land and Construction, LTD. Cc: Khal Jaafari,City of Fort Worth FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Sendera Ranch East Phase 10 PROJECT NO.: 2614 CONTRACTOR: Conatser Construction DOE NO.: 71777- PERIOD FROM:10/19/15 TO: 08/04/16 FINAL INSPECTION DATE: 4-Aub 16 WORK ORDER EFFECTIVE:10/19/2015 CONTRACT TIME: ( 1 QQ WTO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH DURING CREDITED DURING 1. 16. 2. 17. 3. 18. 4• Final inspection 19. 5. 20. 6. 21. 7. 22. S. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL THIS &HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS PERIOD 4 4 PREVIOUS PERIOD 286 286 TOTALS TO DATE 1290 1290 *REMARKS: C TRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT �+° 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: Sen_d_era Ranch East Phase 10 PROJECT NUMBER: c9;24/,� DOE NUMBER: _ i `�5/ 7 7 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 5423 12" PVC 546 FIRE HYDRANTS: 8 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1" copper 4,015 SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" SDR-26 4894 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC 3575 TRANSPORTATION AND PUBLIC WORKS / The City of Fort Worth•1000 Throckmorton 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 for personal injury and/or property damages; On Contract described as: SENDERA RANCH EAST,PH 10 WATER, SANITARY SEWER, STORM DRAIN & LIGHTING IMPROVEMETNS DOE#: N/A City Project#: N/A CITY OF FORT WORTH STATE OF TEXAS CON ER CONST UCTION TX,LP Brock Huggi s Subscribed and sworn to before me this 18th day of J 16. `pUY pV4� BERTHA GIANULIS Notary Public in Tarrant County, Texas State of Texas ;_°� �? Notary Public, ;y_ my Commission Expires '� Sep er temb18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0149480 PROJECT: (name, address)Sendera Ranch East Phase 10 Fort Worth,TX TO (Owner) CO STRUCOTIONMES,OLTD AND THE CITY OF FORT D AND ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: Water,Sanitary Sewer,Street,Storm Drain&Lighting Improvements for Sendera Ranch East Phase 10 L TX --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 (here Insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there 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) LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD AND THE CITY OF FORT WORTH TX , OWNER, as set forth in the said Surety Company's bond, IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 15th day of July,2016 BERKLEY INSURANCE COMPANY �IZkooL Surety Company Attest:(Seal): Signature of Authorized Representative Robb!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 4 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. 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 U and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeCene Marshall;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 00/100 U.S. Dollars(U.S.$50,000,000.00),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 E Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant ySecretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such 0 o attorney-in-fact and revoke any power of attorney previously granted;and further v 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 `1= 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 o bn RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any E a 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 P ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has cau 1 these presents to be signed and attested by its appropriate officers and its o 0 corporate seal hereunto affixed this lay of F-44J— 15 V ° Attest: Berkley Insurance Company iu E (Seal) By f By o -6 Ira S. e erman Je *ees r c Senior Vice President&Secretary e ride O 'WARNING;THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPEk. o a� STATE OF CONNECTICUT) o ) ss: N o COUNTY OF FAIRFIELD . 0 -0 ) q Sworn to before me, a Notary Public in the State of Connecticut, this J(7 da of 12015, by Ira S. Lederman and Jeffrey M.Hafter who are sworn tome to be the Senior Vice President and Secre _ an the Senior Vice Pr"e dent,respectively,of Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC �� ✓��^�/�l�.GtO- o MY COMMISSION EXPIRES otary Public,State of Connecticut APRIL 30,2019 z CERTIFICATE z t� 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. Given under my hand and seal of the Company,this 15 th day of July 2016 (Seal) A a July 21, 2016 Mr. Brock Huggins Conatser Construction TX, L.P. 5327 Wichita St. Ft.Worth,Texas 76119 Re: Water,Sewer, Paving, Drainage and Street Lights Contract for Sendera Ranch East Phase 10 City Project No.02614 Water Project No. P265-6071502561483 Sewer Project No. P275-707130251483 D.O.E. No.7477 "X" No.X-23179 Dear Mr. Huggins: This letter will document that Lennar Homes of Texas Land and Construction, LTD.confirms that Conatser Construction TX,L.P. has completed the work associated with the above-referenced contract in an appropriate time frame,subject to completion of any warranty or maintenance work as identified and required by the City of Fort Worth, and that no liquidated damages will be assessed by Lennar Homes of Texas Land and Construction, LTD. in connection with the work. Lennar Homes of Texas Land and Construction, LTD. Cc: KhaI Jaafari,City of Fort Worth FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction 787827.9 Inspector City Project Number Michael Collier 2614 Cons/rur ion Components Project Manager Water D Waste water[:] Storm Drainage0 Pavement Kahl Jaafari Initial Contract Amount Project Difficulty $787,827.90 0 Simple Routine Q Complex Final Contract Amount Date $787,827.90 8/30/2016 II)PERFORMANCE EVALUATION 0-Inadequate 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 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 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 1 20 1 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 1 20 20 TOTAL ELEMENT SCORE(A) 418 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 418 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(QTS/MSI*100%) 418 / 448 = 93% 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) Inspector Signature Contractor Signature / Com✓ Inspector's Supervisor Signature .�. CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 8/3/2016 Name of Contractor Project Name Conatser Construction Sendera Ranch east Phase 10 DOE Inspector Project Manager Michael Collier Kahl Jaafari DOE Number ProjectDiffIcu/ly Tvpe of Contract 7477 O Simple Q Routine 0 Complex [�] Water[2] Waste Watery Storm Drainages Pavement Initial Contract Amount Final Contract Amount $787,827.90 $787,827.90 I1)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION (6-41 PLANS&SPECIFICATIONS 1 Availability of Inspector —1-1 1 Accuracy of Plans to Existing Conditions L{ 2 Knowledge of Inspector LJ 2 Clarity&Sufficiency of Details Lj 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 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 L( ADMINISTRATION 2 Availability of Project Manager 14 1 Change Order Processing Time L4 3 Communication 0 2 Timliness of Contractor Payments Lk 4 Resolution of Utility Conflicts r- 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector ' .1r " Signature DOE Inspector's Supervisor N r r INSPECTOR'S COMMENTS ' TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throclmorton Street•Fort Worth,TX 76012-6311 kv (817)392-7941 •Fag:(817)392-7845