HomeMy WebLinkAboutContract 46261-Fp1 (2)Departrr��t i
of TP &W Const. Services
f f � � ces
b0E#
Date
Project ' • nager
Risk Management G4fjge
0.0. E.
Brotherton
CFA Westerman/Sconne
LELisirscs
6'
The Proceeding people have been Co tacted concerning the request payment & have released this project for such payment. t for final
Clearance Conducted By Shameka Kennedy
ceYYSEf:ta / j(lo 0? ep
TWORTH® CONTRACTNO�
TION AND PUBLIC WORKS
PROJECT COMPLETION
tAt Sc/Q
�
J3b
Regarding contract 117289 for RIVERCREST BEND as required by the
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 Prices:
Amount of Approved Change Orders:
Revised Contract Amount:
Total Cost Work Completed:
Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
Tnfnl nine" .. nil ran A mn..raf.
J. Vt($I LVI.UVt1V■1 C1l11V11111.
Total Cost Work Completed:
Less Previous Payments:
Final Payment Due
Recommended for Acceptance
Asst. Director, TPW - Infrastructure Design and Construction
C
Accepted _�
NIP Director, TRANSPORTATIONfr PUBLIC WORKS /Ai %l//Z"S
.•••••---Th
1
/
Asst. City Manager `fi
Comments: C205-541200-207760235183
EMS ILED
DEC 013 Z015
Initials
CSC
SCANNED
$186,857.00
$186,857.00
D.O.E. Ns: 7289
CS#44 24)
Ne 1
Days cr $210.00/ Day
$186,857.00
$0.00
$186,857.00
//far.
/sue
Date
/7/30/W
Date
Date
•
OFFICIAL REAORP
CITY SECRETARY
FT. WORTH, TX
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name RIVERCREST BEND
Contract Limits
Project Type PAVING, DRAINAGE & TRAFFIC CONTROL
City Project Numbers 02351
DOE Number 7289
Estimate Number 1 Payment Number 1 For Period Ending 11/2/2015
CD
City Secretary Contract Number 117289 Contract Time 15OD
Contract Date Days Charged to Date 230
Project Manager El>ia Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH , TX 76119
Inspectors LAYER / VEGA
Monday, November 02, 2015 Page 1 of 4
•
City Project Numbers 02351
Contract Name
Contract Limits
Project Type
Project Funding
RIVERCREST BEND
PAVING, DRAINAGE & TRAFFIC CON 1'ROL
PAVING & DRAINAGE
Item
No.
Description of Items
1 6" CONCRETE PAVEMENT
2 6" LIME STABILIZED SUBGRADE
3 HYDRATED LIME
4 18" SAWCUT EXISTING ASPHALT
5 6" CURB & GUTTER
6 4" SIDEWALK
7 BARRIER FREE RAMP
8 BARRIER FREE RAMP
9 21" RCP CLASS HI
10 30" RCP CLASS III
11 36" RCP CLASS III
12 4' STORM JUNCTION BOX
13 REMOVE 4X4 DROP INLET
14 5X5 DROP INLET
15 10' CURB INLET
16 36" FLARED HEADWALL
17 BMP INC 48FTB SNOUT OIL & DEBRIS STOP
OR EQUIVALENT
18 FLEXMAT
19 SILT FENCE
20 ROCK CHECK DAM
21 INLET PROTECTION
TRAFFIC CONTROL
Item
No.
Estimated
Quanity
Unit Unit Cost
1904 SY $33.50
2028 SY $2.75
32.5 TN $160.00
60 LF $20.00
1190 LF $2.00
332 SY $27.00
2 EA $1,200.00
2 EA $1,200.00
20 LF $55.00
234 LF $70.00
190 LF $105.00
2 EA $7,500.00
I EA $2,000.00
1 EA $6,500.00
2 EA $2,200.00
I EA $6,500.00
1 EA $7,250.00
240 SF
1736 LF
6 EA
7 EA
Sub -Total of Previous Unit
Description of Items
1 TRAFFIC CONTROL
Monday, November 02, 2015
$30.00
$2.00
$500.00
$100.00
DOE Number 7289
Estimate Number 1
Payment Number 1
For Period Ending 11/2/2015
Estimated
Total
$63,784.00
$5,577.00
$5,200.00
$1,200.00
$2,380.00
$8,964.00
$2,400.00
$2,400.00
$1,100.00
$16,380.00
$19,950.00
$15,000.00
$2,000.00
$6,500.00
$4,400.00
$6,500.00
$7,250.00
$7,200.00
$3,472.00
$3,000.00
$700.00
$185,357.00
Completed Completed
Quanity Total
1904 $63,784.00
2028 $5,577.00
32.5 $5,200.00
60 $1,200.00
1190 $2,380.00
332 $8,964.00
2 $2,400.00
2 $2,400.00
20 $1,100.00
234 $16,380.00
190 $19,950.00
2 $15,000.00
1 $2,000.00
1 $6,500.00
2 $4,400.00
1 $6,500.00
1 $7,250.00
240
1736
6
7
$7,200.00
$3,472.00
$3,000.00
$700.00
$185,357.00
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
1 LS $1,500.00 $1,500.00
Sub -Total of Previous Unit
$1,500.00
1 $1,500.00
$1,500.00
Page 2 of 4
City Project Numbers 02351
Contract Name
Contract Limits
Project Type
Project Funding
Contra
� f
Inspection
4
Project Man
RIVERCREST BEND
PAVING, DRAINAGE & TRAFFIC CONTROL
Contract Information Summary
Original Contract Amount
Change Orders
Date 11 ` (o - S�
DOE Number 7289
Estimate Number
Payment Number
For Period Ending
$186,857.00
Total Contract Price $186,857.00
Total Cost of Work Completed
Less % Retained
Date ////Net Earned
� l.�
Earned This Period
,> _ r, Retainage This Period
c tate 11 ®- °
Date i/"n
re
Director/TPW - Infrastructure Design and Construction
Cj Date ( di/ c
Direcr / Contracting Depajjment
$186,857.00
$0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
1
1
11/2/2015
$186,857.00
$0.00
$186,857.00
$0.00
$0.00
$0.00
$0.00
$0.00
$186,857.00
Monday, November 02, 2015 Page 3 of 4
City Project Numbers 02351 DOE Number 7289
Contract Name RIVERCREST BEND Estimate Number 1
Contract Limits Payment Number 1
Project Type PAVING, DRAINAGE & TRAFFIC CONTROL For Period Ending 11/2/2015
Project Funding
Project Manager Ehia City Secretary Contract Number 117289
Inspectors LAYER / VEGA Contract Date
Contractor CONATSER CONSTRUCTION TxLP Contract Time 150 CD
5327 WICHITA ST Days Charged to Date 230 CD
FORT WORTH , TX 76119 Contract is .000000 Complete
Line Fund Account Center
CITY OF FORT WORTH
SUMMARY OF CHARGES
Amount
Funded
Gross
Retainage Net
Total Cost of Work Completed $186,857.00
Less % Retained $0.00
Net Earned $186,857.00
Earned This Period $186,857.00
Retainage This Period $0.00
Less Liquidated Damages
0 Days rd $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$186,857.00
Monday, November 02, 2015 Page 4 of 4
FORT WORTH
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
rev 03/05/07
FINAL STATEMENT NO.:1
NAME OF PROJECT: Rivercrest Bend Addition
PROJECT NO.: 2351 CONTRACTOR: Conatser Construction
DOE NO.: 7289
PERIOD FROM:03/11/15 TO: 10/21/15 FINAL INSPECTION DATE: 3-Nov-15
WORK ORDER EFFECTIVE: 3/ 11 /2015 CONTRACT TIME: 150
DAY OF
MONTH
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
THIS
PERIOD
PREVIOUS
PERIOD
TOTALS
TO DATE
*REMARKS:
DAYS
CHARGED
DURING
SAT, SUN,
& HOLIDAYS
CONTRACTOR
REASON FOR DAYS
CREDITED
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
DAY OF
MONTH
RAIN, TOO WET, UTILITIES
& TOO COLD RELOCATIONS
(1` 112' I 5--
DAYS
CHARGED
DURING
OTHERS *
DATE INSPECTOR
ENGINEERING DEPARTMENT
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
O WD O CD
REASON FOR DAYS
CREDITED
DAYS TOTAL
CHARGED DAYS
230
10
i
r
1230
DATE
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
RT ORT
-
•
t.
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
REV: 02/20/07
I) CONTRACTOR & PROJECT DATA
Name of Contractor Project Name
Conatser Construction Tx, LP Rivercrest Bend
DOE Inspector DOE Number
Alex Vega 7289
DOE Inspector Project Manager
Water ■Waste Water El Storm Drainage 0 Pavement Aaron Long
Initial Contract Amount Project Difficulty
$186,857.00 0 Simple o Routine 0 Complex
Final Contract Amount Dale
$186,857.00 10/21/2015
II) PERFORMANCE EVALUATION
10 - Inadequate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent
■
ELEMENT
1 Submission of Documents
12 Public Notifications
13 Plans on Site
14 Field Supervision
5 Work Performed
6 Finished Product
7 Job Site Safety
8 Traffic Control Maintenance
19 Daily Clean Up
110 Citizen's Complaint Resolution
11 Property Restoration
12 After Hours Response
13 Project Completion
WEIGHT ( x )
2
5
5
15
15
15
15
15
5
5
5
5
5
APPLICABLE (Y / N) RATING (0 - 4) MAX SCORE SCORE
3 8 6
Y
N
Y
Y
Y
Y
Y
Y
Y
Y
Y
N
Y
4
4
3
3
4
3
4
3
3
20
60
60
60
60
60
20
20
20
3 20
TOTAL ELEMENT SCORE (A)
BONUS POINTS (25 Maximum) (B)
TOTAL SCORE (TS)
III) CONTRACTOR'S RATING
Maximum Score (MS) = 448 or sum of applicable element score maximums which = 408
Rating ( [TS / MS] * 100%) 346 / 408 = 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)
Signature DOE Inspector
/
Signature DOE Inspector's Supervisor 7�
CONTRACTOR'S COMMENTS
Signature Contractor
TRANSPORTATION AND PUBLIC WORKS
The City of Fort North • 1000 Throckmorton Street • Fort North, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
20
60
45
45
60
45
20
15
15
15
346
346
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 hill;
That the wage scale established by the City Council in the City of Fort Worth, has
been paid infull; and
That there are no claims pending for personal injury and/or property damages;
On Contract described as:
RIVERCREST BEND IMPROVEMENTS
WATER, SANITARY SEWER, STORM DRAINAND
PAVING AND STREET LIGHT IMPROVEMENTS
DOE#: N/A
CITY OF FORT WORTH
STATE OF TEXAS
CONAT - CONSTRUC ION TX, LP
rock Huggins
Subscribed and sworn to before me this 22"d day of October, 2015.
0\i1111/n
••11 . •• . oe;
1
•
•
BERTHA GIANULIS
Notary Public, State of Texas
My Commission Expires
September 10, 2019
j
Notary Public in Tarrant County, Texas
C t MERIT OF
SURETY COMPANY
TO FftIJAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, address)Rivercrest Bend Improvements
TO (Owner)
CITY OF FORT WORTH
1000 Throckmorton Street
[Fort Worth
TX 76102
CONTRACTOR: CONATSER CONSTRUCTION TX, L.P.
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
i
Bond No 0187848
Fort Worth TX
ARCHITECT'S PROJECT NO:
CONTRACT FOR.
Water, Sanitary Sewer, Paving, Drainage and Street Light
Improvements to serve Rivercrest Bend - FW Rivercrest Bend, LLC
.�I CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(hero insert name and address of Suroty Company)
BERKLEY INSURANCE COMPANY
475 Steamboat Road
Greenwich CT 06830
on bond of (hero insort nomo and oddross of Contractor)
CONATSER CONSTRUCTION TX, L.P.
5327 Wichita St.
Forest Hill TX 76119-6035
, SURETY COMPANY
, 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)
CITY OF FORT WORTH
1000 Throckmorton Street
Fort Worth TX 76102
as set forth in the said Surety Company's bond,
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest:
(Seal):
\k‘s,(03,c
NOTE: This form is to be used as a
Current Edition
6th day of July, 2015
BERKLEY INSURANCE COMPANY
Surety Company
Signature of Authorized Representative
Robbi Morales
Title
, OWNER,
Attorney -in -Fact
companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
ONE PAGE
No, BI-7280e
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; Lisa lit Bonnot,
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.S50 000,000.00), to the same extentas if such bonds
had been duly executed and acknow !edged 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:
J
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
ct further
r, _ 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 dehvery 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 herem 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
f = ceased to be such at the time when such instruments shall be issued
IN WITNESS WHEREOF, the Corppany has cause these presents to be signed and attested by its appropriate officers and its
' corporate seal hereunto affixed this q il`day of eA/tk , 2015
Attest.
(Seal) By By
Ira S. Federman
Senior Vice President & Secretary
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY' SECURITY PAPER.
Berkley Insurance Company
STATE OF CONNECTICUT )
) ss:
= r- COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this d/ it day of / /�ei,u4L- , 2015, by Ira S. Lederman and
Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secretary, and the Senior Vice P ident, respectively, of
r Berkley Insurance Company. MARIA C. RUNDBAKEN �,� /
NOTARY PUBLIC (/Il- C �/t GCrz..�
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
aJ 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 6th day of July , 2015
Rafter ' (�
e President
(Seal)
Jan Jo It „arris°
PARTNERS,L.L.C.
LAND DPVF' )PM ENT • INVESTENTS
2929 W. 51h Street • Suite A • 1'orl Wo .th, Texas 76107 •8l"/ 332-9600 • FAX: 81743:314100
DATE: October 20, 2015
MEMO: The "River Heights" neighborhood formerly "Rivercrest Bend"
Plat Name = "Rivercrest Addition"
City Secretary CFA Contract No. 46261
CFA: 2014-068
Plat Case No: FP-14-038
City Project No. 02351
DOE: 7289
To Whom It May Concern,
FW Rivercrest Bend, LLC does not intend to charge liquidated damages to Conatser Construction.
Thank you and Good Luck
REV: 02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I) PROJECT INFORMATION
Name of Contractor
Conatser Construction Tx, LP
DOE Inspector
Alex Vega
DOE Number
7289 0 Simple o Routine
Initial Contract Amount
$186,857.00
Project Difficulty
II) PERFORMANCE EVALUATION
0 - Inadequate
ELEMENT
1 - Deficient
0 Complex
Date: J1O/21/2015
Project Name
Rivercrest Bend Addition
Project 4'fanager
Fred Ehia
T} pe of Contract
Water Waste Water Storm Drainage El Pavement
Final Contract Amount
$186,857.00
■
2 - Standard 3 - Good 4 - Excellent
INSPECTION EVALUATION
1 Availability of Inspector
2 Knowledge of Inspector
3 Accuracy of Measured Quantities
4 Display Of Professionalism
5 Citizen Complaint Resolution
6 Performance - Setting up Valve Crews, Labs
ADMINISTRATION
1 Change Order Processing Time
2 Timliness of Contractor Payments
3 Bid Opening to Pre -Con Meeting Timefi•ame
III) COMMENTS & SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
RATING
(0-4)
Li
14
LI I
ELEMENT
■
•
PLANS & SPECIFICATIONS
1 Accuracy of Plans to Existing Conditions
2 Clarity & Sufficiency of Details
3 Applicability of Specifications
,4 Accuracy of Plan Quantities
PROJECT MANAGER EVALUATION
1 Knowledge And/Or Problem Resolution
2 Availability of Project Manager
3 Communication
4 Resolution of Utility Conflicts
TRANSPORTATION AND PUBLIC WORKS
The City of Fort North • 1000 Throckmorton Street • Fort North, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
RATING
y
4
4
•
•
•