Loading...
HomeMy WebLinkAboutContract 48616-FP1 Department of TP &W Const. Services DPN# (Ofl-rl Date Project Manager / CITY Risk Management Canady Z—� t= R D.O.E. Brotherton Z— (� OR iu, Go %TND `l LP J aI CFA Westerman/Scanned Esteban Perez/Scanned -13���1 The Proceeding people have been Contacted concerning the request for final payment& have ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION q(o developer Projects) Clearance Conducted By 041""gaW4 City Project Ns: 100060 Regarding contract 100060 for WESTPORT 18 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 the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $34,230.00 Amount of Approved Change Orders: No Revised Contract Amount: Total Cost Work Completed: $34,230.00 -� d k6w 1l Recommended for Acce tance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager VDate Comments: E1WAg,JED OFFICIAL RECORD 11 2017 CITY SECRETARY : FT.WORTH,TX Rev.9/22/16 �� 5%61 - 106o(Oo City Project Numbers 100060 DOE Number 0060 Contract Name WESTPORT 18 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/19/2016 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / BENNETT Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 90 CD 5327 WICHITA ST Days Charged to Date 227 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 $34,230.00 Less %Retained $0.00 Net Earned $34,230.00 Earned This Period $34,230.00 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 $34,230.00 Monday,December 19,2016 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WESTPORT 18 Contract Limits Project Type WATER&SEWER City Project Numbers 100060 DOE Number 0060 Estimate Number 1 Payment Number 1 For Period Ending 12/19/2016 CD City Secretary Contract Number Contract Time 9GD Contract Date Days Charged to Date 227 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / BENNETT Monday,December 19,2016 Page 1 of 4 City Project Numbers 100060 DOE Number 0060 Contract Name WESTPORT 18 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/19/2016 Project Funding WATER Item Description of Items Estimated Estimated Completed Completed No. P Unit Unit Cost P p Quanity Total Quanity Total --------------------------------------- 1 -------------------------------------- 1 8"WATER PIPE 15 LF $50.00 $750.00 15 $750.00 2 10"WATER PIPE 35 LF $60.00 $2,100.00 35 $2,100.00 3 CONNECTION TO EXISTING 4"-12"WATER 2 EA $1,000.00 $2,000.00 2 $2,000.00 MAIN 4 2"WATER SERVICE 5 EA $2,200.00 $11,000.00 5 $11,000.00 5 MANHOLE ADJUSTMENT 1 EA $800.00 $800.00 1 $800.00 6 DUCTILE IRON WATER FITTINGS 0.94 TN $4,500.00 $4,230.00 0.94 $4,230.00 W/RESTRAINT 7 CONCRETE BLOCKING TYPE B 0.5 CY $200.00 $100.00 0.5 $100.00 8 TRENCH SAFETY 50 LF $4.00 $200.00 50 $200.00 -------------------------------------- Sub-Total of Previous Unit $21,180.00 $21,180.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8"SEWER SERVICE 2 EA $3,000.00 $6,000.00 2 $6,000.00 2 4'MANHOLE I EA $4,000.00 $4,000.00 1 $4,000.00 3 4'EXTRA DEPTH MANHOLE 10 VF $175.00 $1,750.00 10 $1,750.00 4 MANHOLE VACUUM TESTING 2 EA $150.00 $300.00 2 $300.00 5 TRAFFIC CONTROL I MO $1,000.00 $1,000.00 1 $1,000.00 —————————————————————————————————————— Sub-Total of Previous Unit $13,050.00 $13,050.00 -------------------------------------- Monday,December 19,2016 Page 2 of 4 City Project Numbers 100060 DOE Number 0060 Contract Name WESTPORT 18 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/19/2016 Project Funding Contract Information Summary Original Contract Amount $34,230.00 Chane Orders Total Contract Price $34,230.00 Jjn� Date �a�� �� Total Cost of Work Completed $34,230.00 Contract r' Less %Retained $0.00 Net Earned $34,230.00 Date � (f Inspection Supervisor Earned This Period $34,230.00 Retainage This Period $0.00 Date Less Liquidated Damages Project Manager ,' - �}Manager , Days @ /Day $0.00 Date l�` LessPavement Deficiency $0.00 Asst.Director//T_P/W-Infrastructure Design and CAstr�uetion Less Penalty $0.00 C" Date 7Z Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $34,230.00 Monday,December 19,2016 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Westport 18 PROJECT NO.: CP# 100060 CONTRACTOR: Conatser Construction DOE NO.: N/A PERIOD FROM:11/01/16 TO: 12/01/16 FINAL INSPECTION DATE: 1-Dec-16 WORK ORDER EFFECTIVE:.4/18/2016 CONTRACT TIME: 90 Q WE CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. Thu 1 Stop Time. 16. 0 2. 0 17. 3. 0 18. 4. 0 19. 5. 0 20. 6. 0 21. 7. 0 22. 8. 0 23. 9. 0 24. 10. 0 25. 11. 0 26. 12. 0 27. 13. 0 28. 14. 0 29. 15. 0 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS PERIOD 1 1 PREVIOUS 226 226 PERIOD TOTALS TO DATE 227 227 *REMARKS: z _ CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT s` The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 F I ORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Westport 18 PROJECT NUMBER: CP# 100060 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 15' Yes 10" PVC 35' FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF No DENSITIES: Yes NEW SERVICES: 2" Copper 50' SEWER PIPE LAID SIZE TYPE OF PIPE LF No PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: No NEW SERVICES: 8" PVC 10' TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 12/13/2016 Name of Contractor Project Name Conatser Construction Westport 18 DOE Inspector Project Manager Karl Bennett Aron Lona DOE Number Project Diff-10, Type of Contract N/A O Simple Q Routine Q Complex Q WaterO Waste WaterO Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $34,230.00 IS34,230.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector y 2 Clarity&Sufficiency of Details !f 3 Accuracy of Measured Quantities 41- 3 Applicability of Specifications 4 Display Of Professionalism ti 4 Accuracy of Plan Quantities t� 5 Citizen Complaint Resolution 41- PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And/Or Problem Resolution �{ ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time V 13 Communication y� 2 Timliness of Contractor Payments }e 14 Resolution of Utility Conflicts 41 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS& SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Westport 18 Inspector City Project Number Karl Bennett 100060 Construction Components Project Manager ❑✓ Water Q Waste Water❑ Storm Drainage❑ Pavement Aron Lon Initial Contract Amount Project Di Difficulty $34,230.00 O Simple QQ Routine Q Complex Final Contract Amount Date $34,230.00 12/13/2016 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 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 Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 1 4 20 20 TOTAL ELEMENT SCORE(A) 398 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 398 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 398 / 448 = 89% 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 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 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, 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: WESTPROT 18 WATER, SS REPLACEMENT & STORM DRAIN IMPROVEMENTS DOE#: N/A CITY PRJ #: 100060 CITY OF FORT WORTH STATE OF TEXAS CONAT CONSTRUC ION TX, LP Brock Huggins Subscribed and sworn to before me this 2nd day of December, 2016. L1S A19i1lI, BERTHA Mate of Texas �'S Notary Public,State oi Not Public in Tarrant County, Texas My Commission Expires September 18, 2019 llllllllt CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0195692 PROJECT: (name, address)Westport 18 Fort Worth,TX TO (Owner) City Project No. HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT NO: 100060 CITY OF FORT WORTH CONTRACT FOR: Water,Sewer&Drainage Improvements to-serve Westport 18 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 (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) HILLWOOD ALLIANCE SERVICES, LLC 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 1st day of December, 2016 BERKLEY INSURANCE COMPANY 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 POWER OF ATTORNEY No. BI-7280f 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 rz w and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Vena DeLene =: 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: ;r 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 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, 11 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 =' 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. IN WITNESS WHEREOF, the Company has cau e' these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this'-&y of Attest: Berkley Insurance Company ' (Seal) By / B Y Ira S. e erman Je after } Senior Vice President&Secretary e r Preside t2 WARNING; THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this`J(7 da of 2015, by Ira S. Lederman and ,w Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre t an the Senior Vice Pre dent, respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES otary 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. Given under my hand and seal of the Company,this 1st day of December 2016 (Seal) A a Bennett, Karl From: Andrew Garcia <andrew@conatserconstruction.com> Sent: Wednesday, December 14, 2016 2:46 PM To: Bennett, Karl Subject: Fwd:Westport 18 Delays Andrew Garcia 817.825.3994 Begin forwarded message: From:James Hamblin<ihamblin@conatserconstruction.com> Date: December 14, 2016 at 12:59:03 PM CST To:Andrew Garcia <andrew@conatserconstruction.com> Subject: Fwd:Westport 18 Delays Sent from my iPhone Begin forwarded message: From: "Bratton, Rusty" <Rusty.Bratton @hillwood.com> Date: December 14, 2016 at 12:58:31 PM CST To:Jimmy Hamblin <ihamblin@cctxlp.com> Subject:Westport 18 Delays We will not be charging and liquidated damages for delays at Westport 18 Rusty Bratton Hillwood Construction Services Victory Park 3090 Olive Street,Suite 300 Dallas,TX 75219 214.926.6502 Mobile rusty.bratton@hillwood.com If you received this email in error or to view important information and disclosures about this email communication see here. 1