Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 48825-FP1
up .1 --- Dat PN# � �f ro'ec- g er�na isk Management S. CanaITWORTH, Q.O.E. Brotherton ! CITY SECRETARY4RUE- Vater V. Gutzier -� CONTRACT NO. :FA ani VIc • 1es/Scanned ❑ ,, � ATION AND PUBLIC WORKS he Proceeding people have been Contacted concerning the request F PROJECT" COMPLETION 6J CI(O )r final payment&have released this project for such payment. developer Projects) ;learance Conducted By Etta Bacy City Project Ns: 100272Cso Y9B•Z6 Regarding contract for VENTANA PHASE 1-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 the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. L -� Um Original Contract Price: JUN 16 2017 $1,282,719.25 Amount of Approved Change Orders: _ Ns 1 Revised Contract Amount: $1,282,719.25 Total Cost Work Completed: $1,282,719.25 C 0)' Recornme1nded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT fee 61f11j7 Asst. City Manager Date Comment= .IAZERV OFFICIAL RECORD JUN 1 2017 CITY SECRETARY FT.WORTH,TX Initial: Rev.9/22/16 'f ley a 9 JUN 16 2017 ' 0 - 10 GQ 7� City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA,PHASE I Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/9/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / ROGERS Contract Date Contractor CONATSER CONSTRUCTION TXLP Contract Time 145 W 5327 WICHITA ST Days Charged to Date 287 W 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 $1,282,719.25 Less %Retained $0.00 Net Earned $1,282,719.25 Earned This Period $1,282,719.25 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 S 1,282.719.25 Wednesday,June 7,2017 Page 5 of 5 Fo,RT ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VENTANA,PHASE I Contract Limits Project Type WATER&SEWER City Project Numbers 100272 DOE Number 0272 Estimate Number 1 Payment Number I For Period Ending 6/9/2017 W City Secretary Contract Number Contract Time 14W Contract Date Days Charged to Date 287 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / ROGERS Wednesday,June 7,2017 Page 1 of 5 City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA,PHASE I Estimate Number i Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/9/2017 Project Funding WATER ItemDescription of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total ---- ----- -- --. __.... ----— --- 1 8"PVC WATER PIPE 7566 LF $32.00 $242,112.00 7566 $242,112.00 2 12"PVC WATER PIPE 960 LF $40.00 $38,400.00 960 $38,400.00 3 16"WATER PIPE 141 LF $145.00 $20,445.00 141 $20,445.00 4 IMPORTED EMBEDMENT/BACKFILL,CSS 32 CY $30.00 $960.00 32 $960.00 5 DUCTILE IRON WATER FITTINGS 6.4 TN $4,500.00 $28,800.00 6.4 $28,800.00 W/RESTRAINT 6 1"WATER SERVICE 193 EA $950.00 $183,350.00 193 $183,350.00 7 1 1/2"WATER SERVICE 4 EA $1,150.00 $4,600.00 4 $4,600.00 8 2"WATER SERVICE 1 EA $2,000.00 $2,000.00 1 $2,000.00 9 8"GATE VALVE 24 EA $1,100.00 $26,400.00 24 $26,400.00 10 12"GATE VALVE 4 EA $2,000.00 $8,000.00 4 $8,000.00 11 FIRE HYDRANT 10 EA $4,200.00 $42,000.00 10 $42,000.00 12 CONNECTION TO EXISTING 16"WATER MAIN 1 EA $3,000.00 $3,000.00 1 $3,000.00 13 CONNECTION TO EXISTING 4"-12"WATER 1 EA $500.00 $500.00 1 $500.00 MAIN 14 TRENCH SAFETY 8667 LF $7.75 $67,169.25 8667 $67,169.25 Sub-Total of Previous Unit $667,736.25 $667,736.25 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SEWER PIPE 7579 LF $42.00 $318,318.00 7579 $318,318.00 2 IMPORTED EMBEDMENTBACKFILL,CSS 88 CY $30.00 $2,640.00 88 $2,640.00 3 4'MANHOLE 26 EA $2,800.00 $72,800.00 26 $72,800.00 4 4'DROP MANHOLE 4 EA $3,400.00 $13,600.00 4 $13,600.00 5 4'EXTRA DEPTH MANHOLE 127 VF $165.00 $20,955.00 127 $20,955.00 6 MANHOLE VACUUM TESTING 30 EA $100.00 $3,000.00 30 $3,000.00 7 EPDXY MANHOLE LINER 109 VF $175.00 $19,075.00 109 $19,075.00 8 4"SEWER SERVICE 194 EA $650.00 $126,100.00 194 $126,100.00 9 CONNECT TO EX 8"SS 1 EA $600.00 $600.00 1 $600.00 10 TRENCH SAFETY 7579 LF $3.00 $22,737.00 7579 $22,737.00 11 POST CCTV INSPECTION 7579 LF $2.00 $15,158.00 7579 $15,158.00 Wednesday,June 7,2017 Page 2 of 5 City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA,PHASE I Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 6/9/2017 Project Funding Sub-Total of Previous Unit $614,983.00 $614,983.00 - --——-- ————————————————— Wednesday,June 7,2017 Page 3 of 5 City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/9/2017 Project Funding Contract Information Summa Original Contract Amount $1,282,719.25 Chante Orders Total Contract Price $1,282,719.25 Date 16 _ 1 Total Cost of Work Completed $1,282,719.25 Less %Retained $0.00 /5j / Net Earned $1,282,719.25 Date Inspection Supervisor ! Earned This Period $1,282,719.25 / Retainage This Period $0.00 )' Date U /Pr Less Liquidated Damages ject Manager Days @ /Day $0.00 Date ( S LessPavement Deficiency $0.00 Asst.Director/T/PW-Infrastructure Design an onstruction Less Penalty $0.00 Date cllb//;z Less Previous Payment $0.00 Director/Contracting Department Plus Material on Land Less 15% $0.00 Balance Due This Payment $1,282,719.25 Wednesday,June 7,2017 Page 4 of 5 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 North, has been paid in full; and That there are no claims pending for personal injury and/or property damages; On Contract described as: VENTANA, PRASE 1 WATER, STORM DRAIN, SANITARY SEWER & PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2016-030 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 22nd day of F'! 2017. Notary Public in Tarrant County, Texas � UGUT �i OWNER ❑ SURETY COMPQMPY ARCHITECT ❑ CONTRACTOR ❑ T® RMAL PAYN EM7 SURETY ❑ Conff©vms vskh the Arneftan �nstizute of OTHER Arch tests,AOA Document 0707 Bond No 0201459 PROJECT: (name, address) Phase 1 Fort Worth,TX TO (Owner) PB VENTANA 1,LLC AND THE CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.2016-030 WORTH CONTRACT FOR: 4145 Travis St.,Suite 202 Water,Sewer,Paving& Drainage Improvements to serve Ventana, Phase 1 Dallas TX 75204 .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 on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 0 CONTR AC70R, 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) PB VENTANA 1, LLC AND THE CITY OF FORT WORTH 4145 Travis St., Suite 202 Dallas TX 75204 as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 20th day of February,2017 BERKLEY INSURANCE COMPANY Surety Company Attest: j,�Lu !/� `:22:�2 (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. 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 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 f 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 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 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,,,,f�lay of r.1/�'j-1 IS.- Attest: Berkley Insurance Company (Seal) By ( By Ira S. e erman &arerSenior Vice President& Secretary e rside fhe�� 'VZ'ARNING. 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(7lotary '�'`� 2015, by Ira S. Lederman and Jeffrey M.Hafter who are swom to me to be the Senior Vice President and Sn the Senior Vice Prete dent, respectively, of Berkley Insurance Company, MARIA C.RUNDBAKEN NOTARY PUBLICMY COMMISSION EXPIRES ublic, 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 20th day of February //] 2017 (Seal) A a FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Ventana Phase 1 PROJECT NUMBER: 100272 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF PVC Water Pipe 8" PVC Water 7566 PVC Water Pipe 12" PVC Water 960 PVC Water Pipe 16" PVC Water 141 FIRE HYDRANTS: 10 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: V copper 193 1 1/2 " copper 4 2" copper 1 SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" Sewer Pipe 8" pvc 7579 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 4" pvc 194 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 Be . o ' Water t y ryty June 9, 2017 Mr. Steve Hawkins GBR Realty, Ltd. 7201 Hawkins View Dr., #101 Fort Worth,Texas 76132 Re: Whitestone Crest Phase I Developer Authority Agreement Agreement No. 2016-5120 Dear Mr. Hawkins: The water and sanitary sewer improvements constructed under the referenced Developer-Authority Agreement (signed by the Authority on 11/15/2016) have been confirmed by the Engineer (Civil Solutions, Inc.)to be in general conformance with the plans for this project. Additionally,tests conducted on sanitary sewer and water mains, including bacteriological testing, were satisfactory. Lastly, we have received the required closeout documentation, including the Record Drawings and Conveyance Agreement. This letter serves as our notice of acceptance for the above-referenced project, effective June 2, 2017. The effective date of this acceptance shall be the commencement date for all warranties and the two-year maintenance period required by the Contract Documents. The fully executed Conveyance Agreement will be sent to you under separate cover. Please contact us if you have any questions. Sincerely, Benbrook Water Authority David M. smith,P.E. Assistant General Manager/ Engineering Program Manager cc: David Wasson—BWA General Manager Bill Boomer, P.E.—Civil Solutions, Inc. Brock Huggins—Conatser Construction Heath Haseloff, P.E.—City of Benbrook Wendy Chi-Babulal, P.E.—Fort Worth Water Department File: BWA/DAA 2016-5120 Water Is Life 1121 Mercedes Street• P.O.Box 26929 9 Benbrook,Texas 76126• 817.249.1250 0 Fax: 817.249.6965 PB Ventana 1, LLC 4145 Travis Street, Suite 202 Dallas, Texas 75204 (972) 762-3900 June 9, 2017 VIA EMAIL City of Fort Worth CFW Inspector 8851 Camp Bowie West Fort Worth, Texas 76116 Re: Ventana Phase 1 —City Project 100272 Water, Sewer, Paving & Storm Drain Improvements To Whom This May Concern: This letter is to serve notice that PB Ventana 1, LLC will not charge any liquidated damages to Conatser Construction TX, LP in the above referenced project. Very truly yours, Taylor Baird Manager PB Ventana 1, LLC FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Ventana Phase 1 Inspector City Project Number Russell Rogers 100272 Construction Components Project Manager o Water o Waste Water 0 Storm Drainage o Pavement Aaron Long Initial Contract Amount Project Difficulty $1,282,719.25 D Simple • Routine o Complex Final Contract Amount Date $1,282,71925 6/9/2017 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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 N 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 311 BONUS POINTS(25 Maximum)(B) I11)CONTRACTOR'S RATING TOTAL SCORE(TS) 311 Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating( ITS/MS1 x 100%) 311 / 368 = 85% 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 C ciptractor Signature Inspector's Supervisor Signatures CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TZ 76116 • (817) 392-8306 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 6/9/2017 Name of Contractor Project Name Conatser Construction Ventana Phase 1 DOE Inspector Project Manager Russell Rogers Aaron Long DOE Number Project Difficulty Type of Contract f Simple ® Routine o Complex o Water to Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $1,282,719.25 $1,282,719.25 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2- Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENTTRI(O ATING (0-4) -4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector N 1 Accuracy of Plans to Existing Conditions y 2 Knowledge of Inspector 2 Clarity& Sufficiency of Details 4./ 3 Accuracy of Measured Quantities V 3 Applicability of Specifications 4 Display Of Professionalism q 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time L 3 Communication y 2 Timliness of Contractor Payments t/ 4 Resolution of Utility Conflicts y 3 Bid Opening to Pre-Con Meeting Timeframe Y III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Super . or INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS , s The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 d (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Ventana Phase 1 PROJECT NO.: 100272 CONTRACTOR: Conatser Construction DOE NO.; PERIOD FROM;07/05/16 TO: 06/09/17 FINAL INSPECTION DATE: 9-Jun-17 WORK ORDER EFFECTIVE:7/5/2017 CONTRACT TIME: 145 • WD o CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 1 16. 2. 1 17. 3. 1 18. 4. 19 5. 1 20. 6. 1 21. 7. 1 22. 8. 1 23. 9. 1 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS * CHARGED DAYS THIS PERIOD 1 8 9 PREVIOUS 52 PERIOD X79 331 TOTALS TO DATE 5' 1287 340 *REMARKS: CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 R (817) 392-7941 •Fax: (817) 392-7845