Loading...
HomeMy WebLinkAboutContract 43086-FP3 Departnt of T W Co st. Services CPN# Date , Projeck n g Risk Management ana - ITWORTH.D.O.E. BrothertonCITY SECRETARY CFA Morales/Scanned CONTRACT NO Gutzler/Scanned -= •.� The Proceeding people have bdeg Contacted concerning the request for final payment& have CATION AND PUBLIC WORKS released this project for such payment. 1F PROJECT COMPLETION Developer Projects) Clearance Conducted By �/faine4tz ed �! City Project Ns: 01745 cf-A Scary vzs4c I3D8s; Regarding contract 116683 for WALSH RANCH PARKWAY as requited 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 Price: $6,938,775.15 Amount of Approved Change Orders: $273,735.55 NO 1,2&3 Revised Contract Amount: $7,212,510.70 Total Cost Work Completed: $7,212,510.70 tL I r Recommended for Acceptance Dat Asst. Dire r, TPW - Infrastructure Design and Construction 6) &J q-6j(/� Accepted Date Director, 1QANSPORTATION & PUBLIC WORKS 5-7-11", Ass . City nag r Date Comments: APR 2 7 2017 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH PARKWAY Contract Limits Project Type PAVING,DRAINAGE&LIGHTING City Project Numbers 01745 DOE Number 6683 Estimate Number I Payment Number 1 For Period Ending 4/11/2017 WD City Secretary Contract Number 116683 Contract Time 24WD Contract Date Days Charged to Date 241 Contract is 100.00 Complete Project Manager Buckley Contractor CONATSER CONSTRUCTION TSLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / CORDOVA Wednesday,April 12,2017 Page 1 of 6 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number 1 Contract Limits Payment Number I Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 4/11/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 CONCRETE PAVEMENT 9 INCH INSTALL CO 73793.1 SY $33.70 ',486,827.47 73793.1 2,486,827.47 Al A3 2 SUBGRADE 8"LIME STABILIZED INSTALL CO 83179 SY $2.65 $220,424.35 83179 $220,424.35 Al A3 3 SUBGRADE LIME STABILIZATION INSTALL CO 1746.9 TN $150.00 $262,035.00 1746.9 $262,035.00 Al A3 4 CURB 7 INCH INSTALL CO Al A3 13150.5 LF $1.25 $16,438.13 13150.5 $16,438.13 5 CURB 6 INCH INSTALL CO Al A3 11999.9 LF $1.00 $11,999.90 11999.9 $11,999.90 6 STAMPED CONCRETE INSTALL CO Al A3 5611.6 SY $70.00 $392,812.00 5611.6 $392,812.00 7 SIDEWALK ADA WHEELCHAIR RAMP INSTALL 45 EA $1,000.00 $45,000.00 45 $45,000.00 8 PAVEMENT MARKINGS INSTALL 1 LS $49,000.00 $49,000.00 1 $49,000.00 9 SIGNAGE PROJECT DESIGNATION INSTALL 2 EA $500.00 $1,000.00 2 $1,000.00 10 SIGNAGE TRAFFIC INSTALL 1 LS $10,000.00 $10,000.00 1 $10,000.00 11 GRASS SOD INSTALL CO Al 18318 SY $2.50 $45,795.00 18318 $45,795.00 12 GRASS HYDROMULCH SEEDING INSTALL CO 208375 SY $0.30 $62,512.50 208375 $62,512.50 Al 13 TOPSOIL INSTALL CO Al 46233 CY $4.25 $196,490.25 46233 $196,490.25 14 FLEXIBLE GROWTH MEDIUM CO Al 50704 SY $1.00 $50,704.00 50704 $50,704.00 15 SIDEWALK INSTALL CO Al 152682 SF $3.00 $458,046.00 152682 $458,046.00 16 DECORATIVE PAVEMENT INSTALL CO Al 17260.7 SF $8.00 $138,085.60 17260.7 $138,085.60 17 ENCHANCED TRAIL SHOULDER 3 FOOT WIDE 1065 SF $8.00 $8,520.00 1065 $8,520.00 REINFORCED CONCRETE TRAIL PAVING 18 HANDRAIL 42"HEIGHT ORNAMENTAL METAL 92 LF $100.00 $9,200.00 92 $9,200.00 RAILING INSTALL 19 UTILITY CONDUIT INSTALL CO Al 2315 LF $292.50 $677,137.50 2315 $677,137.50 20 IRRIGATION CONDUIT TYPE I CO Al 1240 LF $28.50 $35,340.00 1240 $35,340.00 21 IRRIGATION CONDUIT TYPE 2 CO Al 1318 LF $25.00 $32,950.00 1318 $32,950.00 22 END OF BARRICADE CO Al 644 LF $25.00 $16,100.00 644 $16,100.00 23 STANDARD TRAFFIC BARRIER FIXED TYPE 579 LF $32.00 $18,528.00 579 $18,528.00 VERTICAL PANEL AS SHOWN ON TXDOT AI 24 STEEL CASING PIPE CO Al 899 LF $90.00 $80,910.00 899 $80,910.00 25 STEEL CASING PIPE CO AI 67 LF $150.00 $10,050.00 67 $10,050.00 26 SIGNAGE STREET NAMES INSTALL CO Al 20 EA $500.00 $10,000.00 20 $10,000.00 Wednesday,April 12,2017 Page 2 of 6 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 4/11/2017 Project Funding Sub-Total of Previous Unit $5,345,905.70 $5,345,905.70 STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 UNCLASSIFIED TRENCH EXCAVATION& 10621 CY $3.00 $31,863.00 10621 $31,863.00 BACKFILL INSTALL CO Al 2 PIPE 21 INCH CLASS III INSTALL CO Al 2037 LF $40.00 $81,480.00 2037 $81,480.00 3 PIPE 24 INCH CLASS III INSTALL CO Al 1789 LF $45.00 $80,505.00 1789 $80,505.00 5 PIPE 30 INCH CLASS III INSTALL CO Al 366 LF $55.00 $20,130.00 366 $20,130.00 6 PIPE 36 INCH CLASS III INSTALL CO Al 588 LF $75.00 $44,100.00 588 $44,100.00 7 PIPE 42 INCH CLASS IIII INSTALL CO Al 1434 LF $90.00 $129,060.00 1434 $129,060.00 8 PIPE 54 INCH CLASS III INSTALL CO Al 312 LF $130.00 $40,560.00 312 $40,560.00 9 HEADWALL 36 INCH SD-017 INSTALL 1 EA $2,000.00 $2,000.00 1 $2,000.00 10 HEADWALL 54 INCH SD-017 INSTALL 2 EA $4,500.00 $9,000.00 2 $9,000.00 11 HEADWALL 36 INCH TXDOT TYPE PW INSTALL 2 EA $2,200.00 $4,400.00 2 $4,400.00 12 HEADWALL 54 INCH TXDOT TYPE PW INSTALL 1 EA $5,000.00 $5,000.00 I $5,000.00 13 HEADWALL 21 INCH TXDOT TYPE SETP-CD I EA $1,800.00 $1,800.00 1 $1,800.00 INSTALL 14 RECESSED INLET 10 FOOT INSTALL CO AI 10 EA $2,100.00 $21,000.00 10 $21,000.00 15 RECESSED INLET 15 FOOT INSTALL 5 EA $3,600.00 $18,000.00 5 $18,000.00 16 DROP INLET 4FT X 4FT W/CONCRETE APRON 9 EA $3,000.00 $27,000.00 9 $27,000.00 INSTALL CO Al 17 DROP INLET 5FT X 5FT W/CONCRETE APRON 2 EA $4,500.00 $9,000.00 2 $9,000.00 INSTALL 18 JUNCTION BOX 4FT X 4FT INSTALL CO Al 6 EA $2,500.00 $15,000.00 6 $15,000.00 19 JUNCTION BOX 5FT X 5FT INSTALL CO Al 1 EA $3,000.00 $3,000.00 1 $3,000.00 20 JUNCTION BOX 6FT X 6FT INSTALL 3 EA $4,000.00 $12,000.00 3 $12,000.00 21 TRENCH SAFETY SYSTEM 5FT DEPTH 6791 LF $2.00 $13,582.00 6791 $13,582.00 INSTALL CO Al 22 ROCK RIP RAP INSTALL CO Al 303 SY $65.00 $19,695.00 303 $19,695.00 25 IMPLEMENTATION OF SWPPP-INSTALL 1 LS $5,000.00 $5,000.00 1 $5,000.00 26 PIPE 48"CL III INSTALL CO Al 265 LF $105.00 $27,825.00 265 $27,825.00 Sub-Total of Previous Unit $621,000.00 $621,000.00 Wednesday,April 12,2017 Page 3 of 6 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 4/11/2017 Project Funding LIGHTING&BRIDGE CONSULTING/MANAGEMENT F Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I CONDUIT 2 INCH SCH 80 PVC W/2-2-2-4 16320 LF $9.00 $146,880.00 16320 $146,880.00 ALUMINUM QUAD WIRING-INSTALL CO Al 2 LIGHT-ILLUMINATION ASSEMBLY-INSTALL 101 EA $300.00 $30,300.00 101 $30,300.00 CO Al 3 LIGHT-ILLUMINATION ASSEMBLY-INSTALL 15 EA $400.00 $6,000.00 15 $6,000.00 CO AI 4 LIGHT 30FT POLE TYPE D30-6 INSTALL CO Al 116 EA $5,700.00 $661,200.00 116 $661,200.00 6 LIGHT-CONCRETE FOUNDATION TYPE 2- 101 EA $1,200.00 $121,200.00 101 $121,200.00 INSTALL CO Al 7 ELETRICAL PULL BOX-INSTALL CO Al 101 EA $350.00 $35,350.00 101 $35,350.00 8 ELETRICALCOMBINATION CONTROL 3 EA $1,500.00 $4,500.00 3 $4,500.00 CABINET PANEL BOARD-INSTALL CO Al 9 CONCRETE FOUNDATION-TRANSFORMER- 3 EA $300.00 $900.00 3 $900.00 INSTALL CO Al 10 GROUND BOX-INSTALL CO Al 32 EA $800.00 $25,600.00 32 $25,600.00 11 CONDUIT-2 INCH SCH 80 PVC-INSTALL CO Al 2650 LF $10.00 $26,500.00 2650 $26,500.00 12 CONDUIT-3 INCH SCH 80 PVC-INSTALL CO Al 5300 LF $10.25 $54,325.00 5300 $54,325.00 13 BRIDGE CONSULTING/MANAGEMENT FEE 1 LS $25,000.00 $25,000.00 1 $25,000.00 14 PEDESTRAIN LIGHTS CO Al 4 EA $100.00 $400.00 4 $400.00 15 LIGHT POLE 27'TYPE SIB INSTALL CO Al 2 EA $6,200.00 $12,400.00 2 $12,400.00 16 LIGHT POLR 27'TYPE S 1 D INSTALL CO Al 4 EA $6,850.00 $27,400.00 4 $27,400.00 17 LIGHT POLE 25.5'TYPE SIC INSTALL CO AI 1 EA $6,000.00 $6,000.00 1 $6,000.00 18 WALL MOUNTED LIGHT TYPE SW INSTALL CO 8 EA $1,400.00 $11,200.00 8 $11,200.00 Al 19 CEILING MOUNTED LIGHT TYPE SC INSTALL 4 EA $1,450.00 $5,800.00 4 $5,800.00 CO Al 20 BRIDGE INSTALLED STREET LIGHTING 1 LS $44,650.00 $44,650.00 1 $44,650.00 CONDUIT CO Al Sub-Total of Previous Unit $1,245,605.00 $1,245,605.00 Wednesday,April 12,2017 Page 4 of 6 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 4/11/2017 Project Funding Contract Information Summary Original Contract Amount $6,938,775.15 Change Orders Change Order Number Al $288,092.14 Change Order Number A2 ($15,560.00) Change Order Number A3 $1,203.41 Total Contract Price $7,212,510.70 Date �`t J✓! —7 Total Cost of Work Completed $7,212,510.70 Contra) Less %Retained $0.00 1, Net Earned $7,212,510.70 Date I ns Earned This Period $7,212,510.70 XJ,V/,) Retainage This Period $0.00 Date �t/ v/ % Less Liquidated Damages Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Ass. irector/TPW-Infra ructure esign an Consruction Less Penalty $0.00 Date 4(wo Less Previous Payment $0.00 Director icontracting Departure Plus Material on Hand Less 15% $0.00 C Balance Due This Payment $7,212,510.70 Wednesday,April 12,2017 Page 5 of 6 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&LIGHTING For Period Ending 4/11/2017 Project Funding Project Manager Buckley City Secretary Contract Number 116683 Inspectors LAYER / CORDOVA Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 241 WD 5327 WICHITA ST Days Charged to Date 241 WD 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 $7,212,510.70 Less %Retained $0.00 Net Earned $7,212,510.70 Earned This Period $7,212,510.70 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 $7,212,510.70 Wednesday,April 12,2017 Page 6 of 6 Um a Z Q N N Q U ra a fiz � F x r •� 2 C9 � c W O O O O N r N R' N M M N in ' N O O N C Q W O Z Z r - o" W ct 0 c K '=rt--, N miff O O O O f0 0 rb o v w O N 7 a M Q Or -x.- ^- 00 00 cq ti E 1 N N Za N W (3) rn Z) ME-1 ft—M ti N OIL LL O 00 00 > m o o c' WN lD f Z Z d a M N y ZZ� to tF, J O O V N 1 N IL d M MU) Lo O M O C OCLO U CN Q O O C o I— A— o N cl U W0 w a w ❑ r✓ ti W w ti m ❑ %j y o a . v en t » N O 7 N N p LL W O N t- C d � M CIS W ; d3 f9 4H fH C �I fn Q > CL - ; O W N N Cl) M "06 N Q� �� ~� of Lo E p� m Z N c0 00 O Q _... � .. N Y C to to U O n I- O uQ ti ti ti CO c ai Ci N p N W y LL C C s ?� y N V? ~ OW N(D co 0 0 coo o p N Q. N Lo M to N N N M co U O) d, W Lo ti N c a a > (6 0; w w yr 0 c N W M C O t a o Cw7 j UQQ = Z U Z O K O rn U U Q w a ZQ D o w m W W Q qQ H o ao U a v o N 0 w o o > Q W O O 0 o ¢ o o a Z � of w to ❑ �"' CL O > (~j Q W W V U U W � 0 4t W W k W z H * z w p z Q w t-MU50- O C9 ❑ ~ > Q � F w z O > O a) d OU U U ❑ z d O w tai oC) ¢ ~ N ci o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 o in o to v o o m o 0 0 o ui 0 0 0 0 0 0 0 0 O O O O O O O O O O N O O O N O O O O O O O O N O N O N O M h 0 0 0 f� O O d' O O O O N _t O e 0 0 0 D O O O W CO 0 0 0 01 N 0 0 0 0 0 0 ID O O OCI m O C) N tV O M sp V N N N N O O O N O E9 O N Q M W o M l0 It O O M N3 t0 O O N CO O CO W r r M jQ, CA O m M O) R M O M M N M CO O O M 4 10 � [Msj N M 4N9 fA 6N4 v v V EA FA M fA v V m 't CA d' fn N Ef3 VY CA "' V3 69 M fA f9 CR"' W 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 O l0 O N 0 0 0 0 t0 0 0 0 0 0 0 0 U O O o 0 0 0 0 0 0 0 N 0 J O O O O O O O O N O h (D O N O O t0 M N O O O N �0 O O tf] CV 0 0 0 0 O C] O CV C] O O o Q qem O O C00 m ti ° O W C) N O O CV O d' M CD N CO N cq d N W b4 u0] W O N N O r CA Q M Hf �(1 CA CA r fA Hi ff! V> EF3 f!>O N N N O O O Vf l0 CO r Vi rN- H9 Q fR cq V) Vf EA zC' Vl fA rd3 m bg� m D ER CA N V) N d N m (6 a j j C C6 _ C (6 - 0O N 49 VLL Y c T m C N N j j 7 3 a N 0 L (0 O N C L L_ m - C m O ~ N_ d N C m C N m m N 7n X m j j w p 16 Tn - m - 2 rn j (6 (6 - - N (A C Ul G N •C❑ O c > y C6 } N L l6 E C (6 (6 j� E ' LL c c G C 2 j N j U c 7 N Q (D > y L m > C j O) C 0 0 > 0 XO a Q N M L ❑ j� N > C O C (� L lQ (0 E 3 L 0 Z O D U U m m m a p m a Ll.. > N p j ❑ l6 U (0 N Yn > ❑ - d a > m3 N c c a 'v m ° 3 w r LL L L L N U V O C OCL O 6) O U : rn O c t N d C '3 m a LL N ❑cGH_ c0`NN� cdNNryO cON3N6O.�. c CNnm (CJ' N O LNU LL LL ° ❑OC6 WN NNT UL F- > ° v o a N0OmYm° CO) U- o o aoso ?U > > En L � � - m 00 L m o 0 w UU E c j am U 0 0 c c 'a ¢j6 m U E0 C ° E a O O ° U ( l6 -0m U C W(D L O U UV N !L °O- n 0 0 > o Npm O SLL '4d. m > > LL o. c > a 0 d c p U d U C9 'd d». 0- 0- 0- > mm Q. o ro ocB Qa m m � > > aLLF. m �" � L � ❑ p 6i rn c u m c ° 0) m m 0 6 m L E U .0 C C U 0 L N d c m 0_ a0 x i6 m `o U n. E a ❑ m 'rn U) Z J J J J W W W z Z LL LL QQ LL LL LL QQ QQ LL > LL LL LL LL QQ }' } Z LL LL } } }' >' } LL LL LL LL LL LL J J W J J J (L W > > > J J J (1] fn m t- J J (n C1J Cn U Cn Cn Cn J J J J N � C N V d' N cD r d' C' r (D W O N r N N N 0 O Cn C) N M CO t` N <D M O (~D O V 0 X00 111 M O M M M CO r N p� O { L00 N m..O m r tD N h CD o r r N a N O m M N Cl) M z N N N m Z) o c7 U � w t- M N COO r N r � COO ON dM' V COO M C ❑ O a) Cn O M ~ VO' COO COD N OV N O N O .N m O N O (O N N h �0 t0 M t0 N N N N N N M N N N 0 d' W O V 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 } 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C: 0000000000 0 000 X00 � � � ' � � � � 6 6 6 6 6 � U m m m m m m m m m m m -M m m m m m U r N M V' (O N [O W O N M �0 N N r N M d' N O r m CA O r N M ct t0 t0 r N M t0 O CA N N N 3 h o Z o w 0 W 0 Y � m a E jw p d Q � CV m o fit v_ } IF-, ¢ 0 F Z � z Z3 m o � a M 0 0 0 o a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 , 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 66664 6 O n N N M O N O N 0 0 0 0 lO N O O N OND N 0 0 0 0 O r 0 C ID M N r O O r M t0 0 O N O V OD N O O N,.. V t`:c M N ct: N N (7 [P M ti V V' d' O) N O 10 O to M m (O rN M E6 C6 r N aNM� NNi N N O V) N � 6 a 04 N 6% ffl d' Nd1- fPr fff f9 "'fJ> 4l (A 69 FA Uj t9 "�fR EA 69 69 fH fA firk --------------------------------------------- O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O N O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O o O N o 0 0 0 0 0 0 CV N N N "'t C0 N U') O 0 N N N N N N N 0V to O N O a 00 0 0 0 0 0 0 0 0 0 OO O O o Q N N Q M Cn N O Q fA V d' N N ti W M O 00 )0 00 N) W �N H M r' N N 0M N 0 00 64 fA O N O d' -N O F FH 64 HT VT fA H3 r O N 61� N dD O d' fH fiT r� O N C N M 64 69 N m r �� � � _ U), to U) a F t v m o t i �i � f . / � 7ci $ - ] @ § E o & . t /CY � \ aj C E ) \ / \ � } \ ® _ ,� \ j & 0 / § 2 \ ca A / _ % £ \ ) \ � f k \ $ \ ƒ CL } ® \ ) ) tE \ \ _/ ¥ } \ a § r CL Ix \ > / / w m \ z w � \ 40. / a k 0 / /cr / e § \ @ .% $ `® ® o } ® ` § k/ I $ e £ k s » \ 6 ` A $] 2 fƒ § / n \ 2 R[ 2e 2 « & # ( / § z 0 0 � \ o a to 0 / \ \ � m U CL Z G N N N U �t (7 W 0 LUJ 10 H O O O N w p O p p N Fn N O O Q C n M O 0 40 0) N N w w w w T W z Z (if E1 ul O U O Q 2 o s° O O O O N 0 y O O O O 0 COt V 000 O O w y epapp �ci " M M 0 0 O w w w w Z C) C7 CA O�r M m F N aS r 00 m L 0 No - O a z N m aD W N Z Q ey- N C N n z Lcr, Q O a O N 7 N O 10. w 4 ~ Q J Q U U M {np o N `0 0) d N 0 V M C N w of b N O U w w w d) a Zc a Z O O N co O CL.CL w N n U M 0 N 0 N N N N N ' N N N O U � N T fr C +0+ C 07 M M N as Lq 03 w w w c � o W E W co Cl) a m N LO Lo 0 CL CL _ r• i� O L o 0 o N o wLn Lo 49 N h 1 0 O O N G O O N NO N o cD ti co v n "� .co E ca t CL tl) m �O "o clS co 1: U N N N LO co L(') C N M .0 hcm N c} O O � N .a w 7 w V > = N a N d a x O w `' w a F � O � w ? U ¢ F U O y ZO L1J U U Q w a p O T3�— W W Z Q W h- d U U W U. y o p W w_H Q O O w p > o 'N Z F CN -LJJ-3 LU I �� z C o O a zfna N N H U O O.. i— Q 0 O F w 0 > > c o U U W U o 0 p Z W FW -,,Lu > W pW O ~p D ai Q O. ? ai F U O iai F' O Q W J Z� � x w.o w � a. c� UUo � c� � n 0 W 0 0 N N J 0 0 0 Gl O M N W CL N N N cn _ N C U L f-' C O C 3 F � O •: O l0 N o� U u - :$o c m w.- yE o � N i 0 F. N 7 O O L lit C N m 0 U C .O O N ice.. aQ S' o v M r 0 a' a� m m rn a N E Z c' o co .N �� m � � m c m ' N U c o c o U 0 0 0 a 0 'o W V 9 > `w N v N N a CL C E N m Q U CO Z F L U (0 E O C � N N N Z E O S a U N y C N N L CL > s c Z N C Q y 3 m _ o> 3 a m a E a m E E a <g. 3 0) w Y a 5 c m p C: c � E G o '5 U a C7 a D O w L N - m O y N CL E 4i N V Q m Zcn F N C N O y j a. p 3 n .0 O � '6 o o m �• J 2 w E M c v ° 0 is ui N C W 'u N " 7 ❑ p d C C n C O O OW Q O _ m E 2 > w � n m 7 ami o o O m n � U Q W 1 a p c M owl a d) (D d• in m }- L z O W O Z Q U o � N O LL O cn r O N W � Qco N N N D V S3 3` U w c U' - r`r o ,C5 Two o Cl to Ka N o M o o ern tq m m C O N N Q r c � w VA W� W loolz Q W 2 W ,.. O E] w O � O N 0 O'C) O O O W r OBD O bfa V d' fA O O CD 3 v r 5m O w w 401. w Z co 00 m ' N N W w w o CO 00 0 WZ m L. o c 0 c O O W e o d a e m w Rin a w N O U co U C) 4& w w a m a O O ca Q (L W Z Z a a a U 02 roU m as w s EL W CO o SA Cl a v v► efa r � ti C c3 c`i� w 49. `p C/) O ca cl) a Q = Wca N z CISci M a c r c m o a C U) In Q L2 O M � n n n c cx, .n .�. 5W Lo lII Q w 0 0 N a N c o ON a.. X w � o � ¢ m Z F o z m V y k W ¢2 F. o� H W W Z Q w a a U 4 0 w V co C 0 C� '7 Q LtJ ul D O 0 0 5 0 N p Z F; W 0 0 L1: Z ¢ p Q a Z W (A ui N a ma. W a. O p OQ H N U W �- l�11 W W W z ¢ Z w 3 m (�. v r cq ¢ cn O 14i. O Q W - ~ mo o w 5 'm RUUUoSrn ►i 4. o u� Q v ¢ a : a JG § CD / { }k}\ \ �\ § ® q@ &. . r Cli � R 22§ ° kkm 0 . k « S / §/ + ) }\ (D a 0 \ ® § k ) E k ) _ � j \ > 2 k /3t ) \ E ( N kkkkkk 0 / q § $ t a 0 \ i } � aJ _ ; ; , f k / .0 k\ co U)° k a IL A§ m ) 2 \ B a \ $ 2 ® £ \ C-1 ; \ # 0>5 co cc E 0 ( 2RM9\a 3 7 \ ® ° § §© $ 3 ® \ & § \ uj } � p f m # § a � 2_ § w v co 40 K § ƒ 2 f } K 00309 k S ® 2 u Imca3am 3 I � § S = k $ 2 0 § M \ E q 7 0 § . \ -2,91 2 I FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Walsh Ranch Parkway Paving, Drainage,&Lighting PROJECT NO.: 01745 CONTRACTOR: Conatser Construction DOE NO.: 6683 PERIOD FROM: TO: FINAL INSPECTION DATE: 13-Apr-17 WORK ORDER EFFECTIVE:4/4/2012 CONTRACT TIME: 241 WOO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED 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 DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS " CHARGED DAYS THIS 0 0 PERIOD PREVIOUS 241 241 PERIOD TOTALS 241 241 TO DATE *REMARKS: f t CONTRACTOR DATE INS ECTOR bXTE ENGINEERING DEPARTMENT F The Cit},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 Walsh Ranch Parkway Paving,Drainage,Lighting Inspector City Project Number Ron Cordova 01745 Consiruction Components Project Manager ❑ Water❑ Waste WaterO Storm Drainage❑ Pavement Patrick Buckle Initial Contract Amount Project Difftuh), $6,938,775.15 0 Simple 0 Routine Complex Final Contract Amount Date $7,212,510.70 3/31/2017 11)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 11 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 III)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 Signatures C ntractor Signature Inspector's Supervisor Signature 'CONTRACTOR'S COMMENTS 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 1)PROJECT INFORMATION Date: 3/31/2017 Name of Contractor Project Name Conatser Construction Walsh Ranch Parkwa Paving,Drainage,Lighting DOE Inspector Project Manager Ron Cordova Patrick Buckle DOE Number Project Difficulty Type of Cono act 6683 O Simple Q Routine QQ Complex ❑ Water❑ Waste Water❑✓ Storm DrainageE] Pavement Initial Contract Amount Final Contract Amount $6,938,775.15 $7,212,510.70 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 Knowled e of Inspector 1/ 2 Clarity&Sufficiency of Details 3 Accurac of Measured Quantities 3 A licabili of Specifications �f 4 Dis la Of Professionalism if 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs ff I Knowled e And/Or Problem Resolution 4 ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 13 Communication 2 Timliness of Contractor Payments y 14 Resolution of Utility Conflicts Y 3 Bid 02ening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector ;sor Signature DOE Inspector's Supery 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 AFFIDAVIT STATE OF TEXAS Y 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: WALSH RANCH PARKWAY WATER, SANITARY SEWER, PAVING,DRAINAGE AND STREET LIGHT IMPROVEMENTS 1-30 WALSH RANCH OLD WEATHERFORD RD. CONNECTOR DOE#: 6683 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggi1 Subscribed and sworn to before me this 12th day of A .13-7) . i�..O� Bertha Gianulis Notary Public for Notary Public in Tarrant County, Texas ' „f4+ State of Texas My commission expires:09/18!2095 x® Interchange Corporate Center . a 450 Plymouth-Road,Suite 400 mut-U51"', Plymouth Meeting,PA 19462-1644 Ph.(610)832-8240 CONSENT OF SURETY TO FINAL PAYMENT To: City of Fort Worth and Walsh Ranches LP 1000 Throckmorton Fort Worth,TX 76109 RE: Walsh Ranch Parkway Principal: Conatser Construction TX, LP Obligee: City of Fort Worth and Walsh Ranches LP Contract Number: 01745, DOE No. 6683 Contract Date: March 12,2012 Contract/Project Description: 1-30 to Walsh Ranch Old Weatherford Road Connector Paving Drainage Sanitary Sewer Water&Street Light Improvements In accordance with the provisions of the contract between the Obligee and the Principal described above, LIBERTY MUTUAL INSURANCE COMPANY,a Massachusetts stock insurance company, as Surety(the"Surety"), on the Principal's bond number 022034199 (the"Bond")hereby consents to the final payment to the Principal by the Obligee and agrees-that final payment to the Principal shall not relieve the Surety of any of its obligations to Obligee as set forth in the Bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand and seal this 5th day of April 2013 LIBERTY MUT AL INSURANCE C MANY (Surety) By: (Seal) / Attorney-in-Fact Glenna S. Davis LMIC-3100 Rev.03/04 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5591208 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company i West American Insurance Company POWER OF ATTORNEY E KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint; Carolyn Maples-Cathy Vinson-Glenna S. t Davis:Greg A.Wilkerson:John R Wilson I all of the city of Fort Worth q state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge r and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this PowerofAttorney has been subscribed by an authorized officeror official ofthe Companies and the corporate seals of the Companies have been affixed thereto this 28th day of September 2012 v - American Fire and Casualty Company -ifr r �� '�ka ;sun 10, The Ohio Casualty Insurance Company ® (( �r rF Liberty Mutual Insurance Company CL } r l ( rE lY a ° Peerless Insurance Company d �Rh k- ! �` 3 West American Insurance Company O By ^G STATE OF WASHINGTON Gregory W.Davenport,Assistant Secretary L ss _ 'a COUNTY OF KING v d On this 28th day of September 2012 before me personally appeared Gregory W.Davenport,who acknowledged himself to be the Assistant Secretary of American Fire and >, � 4-= Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,Peerless Insurance Company and West American Insurance Company,and that he,as such,being 0 y authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C R IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. Q 3 4- By: - By G> 0 KD Riley,Noldl.Public L This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and 4ijifiorizations of American Fire and Casualty Company,The Ohio Casualty Insurance t Company,Liberty Mutual Insurance Company,WestAmerican Insurance Company and Peerless Insurance Company,which resolutions are now in full force and effect reading as follows: m w U) OI 0 46)' ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject >, 0 C to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation t0 make,execute,seal, .a j E acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective40 x powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so >, executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under s = t>'i the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. +�c 0 C E� Y ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, =e and subject to such limitations as the chairman orthe president may prescribe,shall appoint such attorneys-in-fact,as maybe necessary to act in behalf of the Company to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their v r respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal ofthe Company. When so t0 t executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such attorney-in-fact as maybe necessaryto act on behalf ofthe Company to make,execute,seal,acknowledge and deliveras surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary ofthe Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection Wth surety bonds,shall be valid and biding upon the Company with the same force and effect as though manually affixed. 1,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full,true and correct copy ofthe Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 5th day of April 20 13 ;gfiTf ,.Pi2PG25 ��8 �tg-c2iJiir,P.l`': #" 3 c t }£"' A ( `�.s.a_b,�`• t r�; c q € ( it , By: he ��€ '�` � �� /j)g���� ��.E�w; '` David M.Carey,Assistant Secretary 4TY C�?„s' � �,_ r='�' `;=reare�F �i`,�'�,YIv,Y�' ,Nhv��0 POA-AFCC,LMIC,OCIC,PIC&WAIC 233 of 500 LMS_12873_041012