HomeMy WebLinkAboutContract 48135-FP4 FORT WORTH.
CITY SECRETARY�(_q
CONTRACT NO.
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
(Developer Projects)
M4 (►t,.Q/�M�P' ?1,Z�1P7 City Projp ,,�j0380
Regarding contract 100380 for WALSH RANCH QUAIL VALLEY PHASE 1B as required by the #f ,"1,✓L�
TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director
of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the
Transportation&Public Works Department has accepted the project as complete.
Original Contract Price: $354,931.19
Amount of Approved Change Orders: Ns
Revised Contract Amount:
Total Cost Work Completed: $354,931.19
OFFICIAL RECORD
CITY SECRETARY
•WOFT
RTH,TX
?/2411.7
Recommended for Acceptance Date
Asst. Director, TPW - Infrastructure Design and Construction
) z t-j
Accepted Date
4M Directo , TRANSPORTATION YPUBLIC WORKS
Asst. Clity Manager Department of TP&W Const.Services Date
CPN#
Project
Risk Management Canadv
Comments: D.O.E. Brotherton
CFA Morales/Scanne Mlldt: ZZ-fE"
Gutzler/Scanned
The Proceeding people have been Contacted
concerning the request for final payment&have JUL 2 2017
released this project for such payment.
Rev.9/22/16 Clearance Conducted By �� E�gla�tl:
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name WALSH RANCH QUAIL VALLEY PHASE 1 B
Contract Limits
Project Type PAVING&ST LIGHT
City Project Numbers 100380
DOE Number 1380
Estimate Number I Payment Number 1 For Period Ending 4/26/2017
CD
City Secretary Contract Number Contract Time SaD
Contract Date Days Charged to Date 73
Project Manager NA Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors LAYER / HOUSTON
Thursday,July 20,2017 Page 1 of 4
City Project Numbers 100380 DOE Number 1380
Contract Name WALSH RANCH QUAIL VALLEY PHASE IB Estimate Number I
Contract Limits Payment Number I
Project Type PAVING&ST LIGHT For Period Ending 4/26/2017
Project Funding
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Qunnity Total Quanity Total
1 5"CONC SIDEWALK 2350 SF $4.00 $9,400.00 2350 $9,400.00
2 BARRIER FREE RAMP 4 EA $1,200.00 $4,800.00 4 $4,800.00
3 BARRIER FREE RAMP 12 EA $1,200.00 $14,400.00 12 $14,400.00
4 6"CONC PVMT(ALLEY) 792 SY $33.00 $26,136.00 792 $26,136.00
5 6"LIME TREATMENT 913 SY $5.63 $5,140.19 913 $5,140.19
6 HYDRATED LIME 14 TN $175.00 $2,450.00 14 $2,450.00
Sub-Total of Previous Unit $62,326.19 $62,326.19
ST LIGHT
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 2"CONDT PVC SCH 80 3055 LF $8.00 $24,440.00 3055 $24,440.00
2 GROUND BOX TYPE B 4 EA $750.00 $3,000.00 4 $3,000.00
3 LED LIGHTING FIXTURE 32 EA 52,000.00 $64,000.00 32 $64,000.00
4 RDWY ILLUM FOUNDATION 32 EA $1,000.00 $32,000.00 32 $32,000.00
5 FURNISH(INSTALLRDWYILLUM 32 EA $5,000.00 $160,000.00 32 $160,000.00
6 2-2-2-4 QUADPLEN ALUM ELEC CONDUCTOR 3055 LF $3.00 $9,165.00 3055 $9,165.00
Sub-Total of Previous Unit $292,605.00 $292,605.00
Thursday,July 20,2017 Page 2 or 4
City Project Numbers 100380 DOE Number 1380
Contract Name WALSH RANCH QUAIL VALLEY PHASE IB Estimate Number I
Contract Limits Payment Number I
Project Type PAVING&ST LIGHT For Period Ending 4/26/2017
Project Funding
Contract Information Summary
Original Contract Amount $354,931.19
Change Orders
Total Contract Price $354,931.19
Date-112 1111 Total Cost of Work Completed $354,931.19
Contra or Less %Retained $0.00
ate Net Earned $354,931.19
Earned This Period $354,931.19
In7pe t�
upervi � j�
/ Retainage This Period $0.00
or
Date Less Liquidated Damages
r Mia r $0.00
Days @ /Day
Date-7 Z LessPavement Deficiency $0.00
As .Dire tor/TPW-In tructure Design and Consshuction Less Penalty $0.00
Less Previous Payment $0.00
Director/ ontracting Department V Plus Material on Hand Less 15% $0.00
Balance Due This Payment $354,931.19
Thursday,July 20,2017 Page 3 of 4
City Project Numbers 100380 DOE Number 1380
Contract Name WALSH RANCH QUAIL.VALLEY PHASE IB Estimate Number I
Contract Limits Payment Number I
Project Type PAVING&ST LIGHT For Period Ending 4/26/2017
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors LAYER / HOUSTON Contract Date
Contractor CONATSER CONSTRUCTION TxLP Contract Time 50 CD
5327 WICHITA ST Days Charged to Date 73 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 $354,931.19
Less %Retained $0.00
Net Earned $354,931.19
Earned This Period $354,931.19
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 $354,931.19
Thursday,July 20,2017 Page 4 of 4
FORTWORTH rev 03/05/07
li
TRANSPORTATION&PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:I
NAME OF PROJECT: Walsh Ranch Quail Valley 1B
PROJECT NO.: 100380 CONTRACTOR: Conatser Construction
DOE NO.: N/A
PERIOD FROM:02/13/17 TO: 04/26/17 FINAL INSPECTION DATE: 26-Apr-17
WORK ORDER EFFECTIVE:2/13/2017 CONTRACT TIME: 50 0 Wg* CD
DAYS
DAY OF DAYS REASON FOR DAYS DAY OF CHARGED REASON FOR DAYS
MONTH CHARGED CREDITED MONTH CREDITED
DURING DURING
1. 16.
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 WET, UTILITIES OTHERS* DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS
THIS 0 0 0 0 73 73
PERIOD
PREVIOUS 0 0 0 0 0 0
PERIOD
TOTALS0 0 0 0 73 73
TO DATE
*REMARKS:
CO RACTOR DATE INSPE DATE
ENGINEERING DEP RTivlENT
The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
0 (817)392-7941 •Fax:(817)392-7845
F®R 1s WO T H REV:8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Conatser Construction TX,LP Walsh Ranch Quail Valley 1B
Inspector Ciq,Project Number
Garey Houston 100380
Czwsjruclion Components Project Manager
❑ Water❑ Waste Water❑ Storm Drainages Pavement Pat Buckley
Initial Contract Antotatt Project D cth),
$354,931.19 0 Simple Routine 0 Complex
Final Contract Amount Date
$62,326.19 4/24/2017
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 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 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
ll Property Restoration 5 Y 4 20 20
12 After Hours Response 5 Y 4 20 20
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 448
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 448
lIi)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating([TS/MS]* 100%) 448 / 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)
Inspector Signature Contractor Signature
Inspector's Supervisor SignatureZ�.
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The Cit) of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116 •(817)392-8306
E
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:
WALSH RANCH QUAIL VALLEY—PH 1B
WATER&SS,STORM DRAIN AND
PAVING IMPROVEMENTS
DOE#: N/A
CFA PRJ#: 2016-043
CITY PROJCT #:100380
CITY OF FORT WORTH
STATE OF TEXAS
CONATSEJ�(;ONSTRUCTION TX, LP
Brock Huggins
Subscribed and sworn to before me this 2°d day of
Febru
GIANULIS
BERTH) Not
in Tarrant County, Texas
No Of) public,state of Texas
Commission ExP res
Mytembef 18, 2019
F, seP
4 q
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American institute of OTHER
Architects,AIA Document 6707
Bond No 0204551
PROJECT:
(name, address)Fort Ranch Quail Valley Phase 1B
Fort Worth,TX
TO (Owner)
CFA No.2016-043
QUAIL VALLEY DEVCO I,LLC AND CITY OF FORT -I ARCHITECT'S PROJECT NO: City Project No.100380
WORTH CONTRACT FOR:
Water,Sewer,Drainage Paving and Street Light Improvements for
8401 N.Central Exprsesway,Suite 350
Walsh Ranch-Quail Galley-Phase 1B
Dallas TX 75225 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 06630 , 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)
QUAIL VALLEY DEVCO I, LLC AND CITY OF FORT WORTH
8401 N.Central Exprsesway,Suite 350
Dallas TX 75225 , OWNER,
as set forth in the said Surety Company's bond,
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this 2nd day of February,2017
BERKLEY INSURANCE COMPANY
I Surety Company
Attest: . Signature
(Seal): 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
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.
b 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
°J and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene
E Marshall,Sophinie Hunter,Robbi Morales,or Kell A. Westbrook o Aon Risk Services Southwest,Inc. of Dallas TX its true
Kelly of
Aon
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.S50,000,000.00),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
o „ resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010:
--G
RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief
0 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
o y 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
o 'Q attomey-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
C 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
MI
further
oRESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
to a•a power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or
r other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as
3though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
E person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have
vo ceased to be such at the time when such instruments shall be issued.
it
IN WITNESS WHEREOF, the Company has cause these presents to be signed and attested by its appropriate officers an its
0 o corporate seal hereunto affixed this�liay of c(/tom ?413.
Attest;
Berkley Insurance Company
y
& B
By
r B4ePresride Ira S. a erman te
a ,�, Senior Vice President&Secretary
.o
b WARNING!THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER.
STATE OF CONNECTICUT)
B
ss:
COUNTY OF FAIRFIELD ) it 1-7
G 22
Sworn to before me,a Notary Public in the State of Connecticut,this Ji7mtaryPubfic,
't'�ie� 2015,by Ira S. Lederman and
Y U
1 Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and
Se reSenior Vrce/Pre dent,respectively,of
`e Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLICMY COMMISSION EXPIRES State of Connecticut
o APRIL 30,2019
V CERTIFICATE
z ` 1,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
d and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of
3 3 Attorney is attached,is in full force and effect as of this date. 2017
Given under my hand and seal of the Company,this 2nd day of Februar >
(Seal)
A a
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 4/24/2017
Name of Contractor Frojeet A,,tune
Conatser Construction Walsh Ranch Quail Valley 113
DOElnspector Project Hanager
Garey Houston Pat Buckley
DOE Number jPr,9jetDjffJ,.11), Tjpe of Contract
100380 O Simple Q Routine Q Complex ❑ Water❑ Waste Water❑ Storm Drainage❑✓ Pavement
Initial Contract Amount Final Contract Amount
$354,931.19 $62,326.19
Q)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 AvailabiI ity of Tnctor 1?s e `/ _ 1---Accuracy of Plans to Existing Conditions
_
2 Knowledge of Inspector y �2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities 13 Applicability of Specifications
4 Display Of Professionalism V 4 Accuracy of Plan Quantities `'�
fe
5 Citizen Complaint Resolution `r PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs 1 Y 1�Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availabili of Project Manager
1 Change Order Processing Time 7 3 Communication Y
2 Timliness of Contractor Payments K 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
IIt)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
3 (817)392-7941 •Fax:(817)392-7845