Loading...
HomeMy WebLinkAboutContract 43086-FP1 ` Depart W Const.Services CPN# Da l Project ahager 7 `rte WO RT q�, C� C�•� Risk Management Ca_ n� 1 1 JCl D.O.E. Brotherton .,. CONTRACT N0. CFA Morales/Scanned Gutzler/Scanned The Proceeding people have lieenWntacted c� concerning the request for final payment&have ATION AND PUBLIC WORKS released this project for such payment. E PROJECT COMPLETION developer Projects) Doff C./,133 Clearance Conducted By 0&mI6 gam# City Project Ne: 01745 e `11.34 86 Regarding contract U6683 for WALSH RANCH PARKWAY 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 Direct blic Works Department has accepted the project as complete R U APR 2 0 2017 Original Contract Price: $488,460.75 8Y - Amount of Approved Change Orders: $2,419.25 NO 1&2 Revised Contract Amount: $490,880.00 Total Cost Work Completed: $490,880.00 q �zj I Recommended for Acceptance Dat Asst. Director, TPW - Infrastructure Design and Construction VL Accepted J J Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date EMA.Y'.LE.�7 Comments: APR 2 7 2017 a_, FCITY FFICIAL RIECORD t '—�- SECRETARY FT.WORTH,TX TJ a 0 ��LI J� Rev.9/22/16 0Cc� � uvg ALP 0 2017 City Project Numbers 01745 By DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER 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 $490,880.00 Less %Retained $0.00 Net Earned $490,880.00 Earned This Period $490,880.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency 50.00 Less Penalty 50.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $490,880.00 Tuesday,April 11,2017 Pale 5 of 5 FONT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH PARKWAY Contract Limits Project Type WATER&SEWER City Project Numbers 01745 DOE Number 6683 Estimate Number 1 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 Project Manager Buckley Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / CORDOVA Tuesday,April 11,2017 Page 1 of 5 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/11/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 PIPE PRESSURE 30 INCH DUCTILE IRON PIPE 310 LF $215.00 $66,650.00 310 $66,650.00 INSTALL CO Al 2 PIPE PRESSURE 16 INCH PVC INSTALL CO A] 1349 LF $52.00 $70,148.00 1349 $70.148.00 3 PIPE PRESSURE 12 INCH PVC INSTALL CO Al 841 LF $40.00 $33,640.00 841 $33,640.00 4 PIPE PRESSURE 8 INCH PVC INSTALL CO Al 593 LF $30.00 $17,790.00 593 $17,790.00 5 VALVE 30 INCH GATE WNAULT INSTALL 2 EA $28,500.00 $57,000.00 2 $57,000.00 6 VALVE 16 INCH GATE W/VAULT INSTALL CO 4 EA $12,500.00 $50,000.00 4 $50,000.00 Al 7 VALVE 12 INCH GATE VALVE W/BOX INSTALL 5 EA $1,850.00 $9,250.00 5 $9,250.00 CO Al 8 VALVE 8 INCH GATE VALVE W/BOX INSTALL 9 EA $1,000.00 $9,000.00 9 $9,000.00 CO Al 9 PIPE FITTINGS-INSTALL CO Al 3.4 TN $3,500.00 $11,900.00 3.4 $11,900.00 10 PIPE FITTINGS-INSTALL CO Al 9.9 TN $3,500.00 $34,650.00 9.9 $34,650.00 11 FIRE HYDRANT ASSEMBLY W/6 INCH GATE 5 EA $3,200.00 $16,000.00 5 $16,000.00 VALVE INSTALL 12 TRENCH SAFETY SYSTEM 5 FOOT DEPTH 3199 LF $2.00 $6,398.00 3199 $6,398.00 INSTALL CO Al 13 WATER SYSTEM TESTING SERVICE CO Al 3199 LF $0.25 $799.75 3199 $799.75 14 PIPE-PRESSURE-CATHODIC PROTECTION I LS $4,000.00 $4,000.00 1 $4,000.00 SYSTEM INSTALL 15 PIPE TAPPING SLEEVE&16 INCH G.V.W/ 2 EA $18,500.00 $37,000.00 2 $37,000.00 VAULT 30"X 16"-INSTALL CO Al 16 PIPE TAPPING SLEEVE&12"G.V.WBOX 30"X 1 EA $7,500.00 $7,500.00 1 $7,500.00 12"INSTALL 17 PIPE TAPPING SLEEVE&8"G.V.W/SOX 30"X 1 EA $5,000.00 $5,000.00 1 $5,000.00 8"-INSTALL 18 PIPE CONNECT TO EXISTING 30"WATER 2 EA $5,200.00 $10,400.00 2 $10,400.00 LIME-INSTALL 19 REMOVAL 30"WATERLINE 365 LF $10.00 $3,650.00 365 $3,650.00 20 REMOVAL 30"GATE VALVE&VAULT 2 EA $1,000.00 $2,000.00 2 $2,000.00 21 12"DIP CO Al 36 LF $70.00 $2,520.00 36 $2,520.00 22 16"DIP CO Al 89 LF $90.00 $8,010.00 89 $8,010.00 23 VERTICAL ADJ CATHODIC PROTECTION TEST 1 LS $5,350.00 $5,350.00 1 $5,350.00 STATION CO Al Tuesday,April 11,2017 Page 2 of 5 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/11/2017 Project Funding 24 VERTICAL ADJ 30"WATER VALVE VAULT CO 1 LS $8,500.00 $8,500.00 1 $8,500.00 Al Sub-Total of Previous Unit $477,155.75 $477,155.75 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 PIPE 10"SEWER-INSTALL CO Al 253 LF $35.00 $8,855.00 253 $8,855.00 2 MANHOLE-STD 4FT DIAMETER-INSTALL CO 1 EA $2,500.00 $2,500.00 1 $2,500.00 Al 4 MANHOLE-STD 4 FT DIA-ADDED DEPTH- 10 VF $150.00 $1,500.00 10 $1,500.00 INSTALL CO Al 7 CONCRETE ENCASEMENT-INSTALL CO Al 20 LF $10.00 $200.00 20 $200.00 8 TRENCH SAFETY SYSTEM 5 FOOT DEPTH- 253 LF $1.00 $253.00 253 $253.00 INSTALL CO Al 9 INSPECTION POST CONSTRUCTION CLEANING 253 LF $1.25 $316.25 253 $316.25 &TV STUDY CO Al 10 MANHOLE-VACUUM TEST-SERVICES CO Al 1 EA $100.00 $100.00 1 $100.00 Sub-Total of Previous Unit $13,724.25 $13,724.25 Tuesday,April 11,2017 Page 3 of 5 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/11/2017 Project Funding Contract Information Summary Original Contract Amount $488,460.75 Chance Orders Change Order Number Al ($11,430.75) Change Order Number A2 $13,850.00 { Total Contract Price $490,880.00 Date -7 Total Cost of Work Completed $490,880.00 Contrac Less %Retained $0.00 Net Earned $490,880.00 Date Yl-3k a.-ytor/TFW, Earned This Period $490,880.00 f/� Retainage This Period $0.00 DateqJA Less Liquidated Damages Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Design and Cons ctio Less Penalty $0.00 AIL L Date y Z� �� Less Previous Payment $0.00 Director/Contracting Department �— Plus Material on Hand Less 15% $0.00 Balance Due This Payment $490,880.00 Tuesday,April 11,2017 Page 4 of 5 CD 8 m o x x rn Z O C7 C7 0 'O 3g5 -d O Z m s ;v U) m D 0 m � CD Q -a a m c --1 o D z 0 -U m * -1 m -< z 0 CD 0 -q c D m rn rn m -g O D ry, il7 C) O y -1 0 r m A7 S7 m < < O T O On -7t '7c D C- m o < m m -q � p D D -Zi 0 0 m A G I CD� o A A b v D rn �' }� O O n D m M. O O CO -4 0 m C) z `m m 1 CD z s " O m -p Z m c A m > m O O c m c ;u Q Z 13 ami rn va rr, O x N N C �9 O 5 CD < A w 11 N N n O it '� G C}9 W CA79 N ' VJ C4* at c A W -!j CS) O S �p -4 ao ,,, D C W W O • i9 N 6: o -N .A n ce ri C O N O O S s w o o O C� 'm C7l A .p ® '� C y C31 CD 3 sn N Q w w n o O @ m c N CA � A O a o � 0 O 6' W W at C i O "m' EA co N ❑ CD 0 CD o N m S C7 O 3 0 �1 C> o c A CD C® (D O 0 z z '0 L CDCL n O c>r to we CF) A 00 C) O r , A o ® w D --IO to m ® m < M (A z � W A j n y c C) o o C C.0 to 0 0 0 -1 V bo r� C. co W co W Z T A m IS O O O W O O O O b o � o a C1 C) c A .Z7 0 m > M D 0 o p w M Z m Z G) y p m 0 o au O m o c g A co co R7 O O O O O m o r oc C) A g o to 0 o q 0 o p 41 ® z v Q CD CD \ \ CD § - / k / % \ ƒ \ CD ƒ § _ - % r q m $ ƒ � 2 ° { \ , 7 eeeee . 2y a k ° CD * 2 �eE E y m o - { \ _ § @ * cm £ ° � \ % jjG } } \ [ (n § 9 � � ( $ ± / R \ ID / k o .. ) CD @ § \ /_ } ) \{ & m % � z® M m ? {®% CL 2 =Jn _ - cn / eef } ) § \ - 0 or 'm c ! } ! ( 2CD a § / E \ ID � § C \JD2 } k lb- _ a n > 2 / _ � & ; IL < _ \ \ C e ± \ § $ \ § CD SO 'Es Tq cn / j CD - m o X Z -1 Cn C7 0 0 "D <_ o z m � cn F m y 0 =i m 0 Q a o ,�D- m z � - z C- m m m m C- cn o n nmO0 -4o y m OO o n N o m m a m ? m p > �l �7 0 Q m -I Z 0 0 0 m 0 0 D m m D D .. C- � C7 D W m 0 C0 � n m n Z m m o D c) 0 m CL n 1 Z --I D y � P Zz m c n m 3 T p m � m z c2) 0 A W A A O N D CD 0 CD w rn rn rn (77 (Il W CT N ' Ul T N A o "' O N O O �fJ =' SU CTD w O' o 0 0 '. < A A _ o CD N m j O O 3 V' fn .69 r' 7 Ul V A .VA N G o '0 N p W 00 N z 3 O O N N Q W W0 SD ill m < W .Z7 m Z5 0) 7 iU N A O A A p �(] V W (N71 N O O N (/7 CCD of '. m m V .n-. (7D A m p W N C) .�0 Z7, =r n tO �^ O O O too o n N CD CD N N o o D v m CD Q C7 O 0 c'n f n n o rn ° a cwn CD2 a - W W D D ((D (A W N a w w N O '--� r Z v z O � G) � am w N Q� OJ ro 0CCo 0 0 Z N N m o o n to o 0 0 W Fa H OD W 00m Z rn a a O o A A m o A n 69 O (N A A O jO O O O N O O O O O z O D o 0 C 0 o 0 =0 D mm D O Z O y z m .� a 0 CD e» A 1 C N Vf~71 0 N fy O W V V UOI N W W N m m 0 0 0 0 0 m c r O � x 0 o n 0 o O N n O N N a 1 C) (n D v m -0 l A CD p m' < z � c CD y m v m N N O fJ (D m D n 0 3 m m m O # m m m m o z - -i o N j N > > > > > > 1 N > > > > to O 41 Cn A W N » Cn A W N > O W C» V W N A W N > N (n W N O (0 C10 V W A W N > O (p (p W W W W O] W fA W W O7 (A W W W W tp tp tp fS1 W W_ W to (p W W W C) v C7 � 0 0 0 0 0 0 0 0 0 0 0 6 6 6 6 6 6 6 6 6 6 6 6 . . . 0 0 0 < 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CD W A W W m A A Ou W O V O O N A V m O A W O O O V A V 0)(P N W W O O V > N > W A V W V W N (0 PJ (fl V O W > N O p 7 m m � O A7 0 Z .O-. N > N O V N O > N N tNlf 0�1 WJ i0 40 O A O CO A A v O N m V i O W N O Cb (J c0 O N N N > N !P t0 O > .� .P > (,! N A > n T O C 3 STI S�TlI �m7'� ��Tf77 � T m -n m -n m Q -< < -< -n m Z < D T T 'il -n T- n y D m -n T D Ti m z Z D D D -n T T m coCD N p a 3 o m CD v 0 o '0 C 1p � m m m _ m 0 n > > a 0 3 �F ;ac m o o 3 (D Q m m o m a3F to m -{ p � s m � o tnQ ^ m v cno o m m < < W CD 0 N C m a v m co 0 9, , p Cn Go �2 , T m < m m m o m m m N m n O-oo a o > = N m � u" � CL 2 � n 0C) � m 0O LR 'o 0 � ni AAS w � m� n T m 0 0 V -i d , c c C r '! 0`G N m C) S (n`G N n O 0 rn 0 000 O o y v vv3 3 v m � ,� m � Da � � Cn ���'-� > > > 0 a y 0 0) `t m m CD `� N Q a m m ID m m m m o 0 °� 3 CD o o' S S o m = 3 Doi S Q a 3 m S G 3 0 m 0 fl n o m t °0 0 N Q 3 o n m �. p p m m v o ° m < CD W N O p n co n . m E U i 0 t i Q N m m m 3 ° 0 a D p p T S < v > S S 0 -- C .N.. N 0D O .y.. (7 0 CD < V n N < < O O O -I1 m - �' v Q SS a o 0 0 p -0 -00n p p m ms' s - m fl. - 0 m m 0 m °_ O rn t C7 f v a s N N O S N ➢1 O N N 2. t n < � .T.�. ' Cn 0 0 co 0 C) 0< < 'O (] N > O N 3 2 ! < -p .« (D y W N a .� X i 2 Z � Ny mW ? wm ��a ! 'C' CD - m N m '� 3 v 75 2 N S F 000 p p 'm S m S ��^.. m v m v m CD -4 O fa - l0 v v S y O = = N 3ET N o N S N ff N N i to t t a m ut m m m � _ = 3 a m a C C En to C "9 H3 W N N W O ffl lfl 'GoN EA to 69 Cfl EA (fl CP to O O O Cn N Cn O O O N/ EA di N -0 N N N O (i) EA G9 f31 Nl (fl V d3 di Cn Efl W D O EN V CO (T N CP W N 00 W A O N O > O N W r 0 > O (P O O O O (P r.• O O O O N O O O O O O O N (n O O CP CT O O O N W CP O O N O m :-I O N 0 0 0 0 0 0 0 0 O O O N 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 (P 0 0 0 0 fT O (P O O CP 0 0 0 0 0 0 0 0 O Uf 0 0 0 0 0 0 0 0 0 0 EA 69 (A(n A O A O A !N G0 N N A A j lfl N N fA N j W d1 69 (n fA (A {Jf in y� Cif A W W O W > W N W W W O 00 N N > N Vt 01 CD N N (P N V N W O CO W W 00 O V W (T W V V O W - W V CV N W O Q W W CA O C*t ffl O O O O A O O V O O O V 41 O N Ci) N O N O O O O O O O O CT O O O (n O O O O O O O O C O N O O O O O O O v O O O O W O O A v O v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O y O O O y O C= N r_ W p p CD = 77 CD V CDZ m N Z N � O p_ a � o 0 0 3 c0 O) V O 01 A W N48 0 OD V 0 0 A W N - I N A WN N 8 8 81:4 1 CO V 1 0N AW1.1— N0NN WIN, W W W W 07 W W W W W W Q7 W_ W_ W_ W W F CO o 0 0 0 0 0 0 0 0_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 o o o 0 0 w w www O W N N (0 0 0 0 0 0 0 (O 01 t0 10 1" t0 V O) OD -� 00 !b OD t0 0 0 O 3 N V W W W N N V V 0 (0 0 m W N N � 0 n I:N dl W O (11 Q) O �+ Jdld 0 A ODN W 'D In t0 0 0 O Gl W Ot t0 w W tD O 3 cnDDDDDD -n -rnDDDDDDDDDT -rnTDA -7DDDD '11 -rn -rn -nmmT -n -rn -n m Sn w N CL 1 0 0 CL 0 o m Doi aCL r rN ;C1 W =. '��' ? o R J 3 p t7 r = � o m jp <D N r W N O n t0 W r ' = W X CD �D N — r r n n n 3 3 j^p S C n W n m to f0 S W Q n �• �, O (� J' _ _ , N 'D •9 N U) W p7 0 3 3 Cn Cn m m o m O J m o -? ID j (n J 7 A 0 •D•O•O •O -O'O v' a (n G 0ID P •0 n n -n J f R m Q W N N 0 N W ED V v m m o L 7 J O 0 0 _ _ .a N � W = 7 < A T= OA = ? ? .�. y W Sp N ED 3 CD CD G)ED N J (] (� `G X ED 0 A W W N N N JCL ED C1 W a r V r a 7 0 0 N T L � N N f �' �. ••WC O O A a A N 0 O V A � N N N TGGao ,J.,, o -� � m � 0 �p � � yxx � n � nnnnnm �� _, � J 0 G c O �C fD 3 N •D N i m cn A J• J• X m l0 (O J o ' () f) 0 n t7 n 0to �R So �•�c -gyp J f f x � 0 m y to Cf) N m ' m n D1 m ID m m m m m O O r T T E p1 D1 0 N (n A rn 0 w X X 01 N N J •O (n!D J O: X = CD ,� N to 2 J 0 N N N N N (p -p C Cn O O J Sn 7 ! SA J D — 0 .+ Ol A p — — — — — — 3 N CD f : 1 3 �.o c p J m ° — m rn m o n W n C OJ y D1 D7 0 0 J �c cn J 1D B ! J J• w p O S E ! O' Q -0 N •O y N T T O N ED ! ! ! O7 ? J J 7 Q..-..S E _ CD — O N ID 2 J J ? 1 _ D J J J J J J N j J J N J �_ N N X X c N 0 X 7 J p J 41 41 41 N Sd-1 j•v 0 N 2 v' ,. O N N N N D1 DI m D, �c p •., J J N D1 A A W O N D) J 0I — _ _ _ _ _ _ — — V EL SL Dl J J J N n D1 111 O7 2 N V 111 � CD J — a �C CD W fn t» N C 69 69 (A C C 1 A ��O dD N 69 !A 69 cu � to 69 4>fw W 0 A O 0 O fA 69 In- 09- 69 fA fA W N W N Q � 01 A A O O O (A 69 0 W <n W N N V A W fA W fA O(11 O -� 69 69 <w 69 fA 6A Ot 6A(A O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 (�0 0 0 0 (011 N O O O O O O (V71 m O 4471 O W D O O O N • O O O O N 0 0 0 0 0 0 0 0 0 0 0 • O O O O O O O O O O O O O O O o 0 x 0 0 0 0 O O O O 0 0 0 0 O O O O O O o 0 O O o 0 0 o o 0 0 o o o 0 0 0 0 O O O o ->•69 f9 fA 69 69 j fA 69 EA fA 69 EA fA 69 to Vi 6n AA A iA iA N bi{A N fA N j 69 W N fA[ib- w (AW69 iR EA Ny+ O N O N0 A 01 V N^ A N W 0 0^� W N O A A A V W ? w6 .P 01 WJam 0 0 w 0 A (n O W 0 W 0 -� ODo0f0 .P 0 00 0 00 0 0 0 , w N O O N m 0 00 m N OW0NV O 0W010 o O V 0 0 0 0 0 00 0 0 0 00 0 0 0 0 0 0 0 0 0 0 Vn Cn O p O O A o 0 0 OD 0 0 0 0 0 0 0 00 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 00 0 0 0 0 0 0 0 00001.00 0000 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4 0 0 0 0 W i CD _ cn > z 2 « \ / \ z j a 3 = m C " j �/ � � \ \ f / 2CD FD 0 = ( \ m - \ § ; § - k- CD CD�� \ ® 0 % Cl CD e z 2 / % CD $ q - 2 } = CL 2 \_ _ m �D \ p 0 / \ CD _ 0 m \ \ @ o rD �i U / - } w ¥ \ / / \ « $ 0. CL CD - ( CD ` Am \ - to 0 o a § - \ o ® ( \ 0 ; \ \ \ \ \ \ Ch \ \ : CD cr / # 0 [ ® (D CD k m 9 O X �c D Z T Cl) p C7 CJ C7 CD c a to c -1 D O-0 m —I m D Z 0 CL z Mo � r mmkmm D —� m 'o m m n o i -1 o n 0 > C7 nj CNTI .'C U C<-n Z "T9 p p o 0 .Z�7 O N o c m m -+ M p -4 --1 �x m 7 I Z - 0 00 CD 0 z0 � 0 � m m m y .. O O m o O c 0 -, o m Z m m -0i (C n -4 i 1 � m 0 z D o m c 0 m O m (D z ;1 D O C Ip < A A A � N N N Cn V D G CD n r W w rn : Uyi (Oji W c n N' N - CD0 M N tail c OVo H n Cj) •'y 'p S to 4, cn vl rn H N O O '' < m N `-4" `V" p -:�- o > s th n A O n Cjj A A O m 'a O cn cn x 03 ` CD 00 00 N z 3 i, N O W W O fl1 m O Y ,M. < Cl) •-• M df � m D N W W OAD � O N N !.N> AOAD ' A A O A G CS W CNfI GNiI fN71 o eNe NCD `y CD -4 N r m C) � N M 3=r C) � � m �] (D (D CCD 0 N z Dsu m CD n 0 N n rn to CO -� O M VI N (� pWp n W W ID CD 0O A , O Of W �• m N V N N O N ? m O Z .+ V G) CD N v r < 77 00 00 to m CD W N n v V O CD V N —I Z Z N N m —1 -1100 OD w C»0) Z 4' a sn rn p O C. m m ai f} M o o a°Di A 0 O O O O T 2 o > 0 o m 0 n .. D om D Z OZ m m m O1 r ,+ o M e O 1!0 oOND CD o < z m v a O CD D m ? a X 0 m 3 3 � �k CD C CD 0 6 m'; 1 w Q, 0 C1 � 0 �� CD y M M C � rn O p O >Z O _1 Q 00 O C 3 m CO T f% Z n 1 O m ' m m d m .. 3 m (D m ED a 3 m I w CD_ m CD CD N 3 y p�p m [1 p C C-) CD �,?'� O m C Z O' N q .: 3 m 3 �. ID p n N N y w c c c am aoo .'. - r o�. r o po cn cn -p rnm � mo cWio� D p� 00 00o r m N C N CD CD � 0 o z N T N 0 O X 0 3 _ Z Q m 0 z m m CD v w vzt CD m m 0a K0 a o m m m a 9 0 o y m 3 Z a CD p 0 m m a. m s N O a c 3 D c (p W h N co = r O m to O_ O R a i 0 0 d o 0 a N p i3 O fD D ti a O v d 0 m 0 m ."0 N to N N n C T m v ° m S m o G7 0 G7 < o w CM N 3 0 0 sum io w m a m cx CD oCD T Z CD v w < CD O = a m < CD c_ C — �w < N N V J N O O CD m Z m o su � N O 3 m n z m n D =r N `< O p R 3 o a m � O w C) a m N 7 7; O tCL o m O c w 0 Ix (1 O a 7 (D 7 O .•. SU � 'p n y N r y N (p < N O [U � Z N O O 3 N •0 N tO CD W FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Walsh Ranch Parkway Water and Sewer 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 QQ Wo 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 PERIOD 0 0 PREVIOUS PERIOD 241 241 TOTALS TO DATE 1241 1241 *REMARKS: i, CONTRACTOR DATE I SPECTOR DATE ENGINEERING DEPARTMENT F` The City of Fort Worth• 1000 Tlhrockmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Walsh Ranch Parkway PROJECT NUMBER: 01745 DOE NUMBER: 6683 WATER PIPE LAID SIZE TYPE OF PIPE LF Pressure Pipe 30" DIP 310 Pressure Pipe 16" C-900 PVC 1349 Pressure Pipe 12" C-900 PVC 841 Pressure Pipe 8" C-900 PVC 593 Pressure Pipe 12" DIP 36 Pressure Pipe 16" DIP 89 FIRE HYDRANTS: 5 VALVES(16" OR LARGER) 2-30" G.V. 4-16"G.V. PIPE ABANDONED SIZE TYPE OF PIPE LF 365 DENSITIES: YES NEW SERVICES: NO SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 10" SDR-26 253 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 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 Nance of Contractor Project Nance Conatser Construction Walsh Ranch Parkway Inspector City Project Number Ron Cordova 01745 Construction Components Project Manager 2 Water Q Waste water[—] Storm Drainage0 Pavement Patrick Buckle Initial Contract Amount Project Difficulty $488,460.75 O Simple © Routine Q Complex Final Contract Amount Date $490,880.00 3/31/2017 In 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] x 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 Con actor Signature Inspector's Supervisor Signature l � CONTRACTOR'S 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 I PROJECT INFORMATION Date: 3/31/2017 Name of Contractor Project Nanze Conatser Construction Walsh Ranch Parkway Water&Sewer DOE Inspector Project Manager Ron Cordova Patrick Buckle DOE Number Project D culry Tvpe of Contract 6683 Simple Q Routine QQ Complex 0 WaterO Waste Water Storm Drainage[—] Pavement Initial Contract Amount Final Contract Amount $488,460.75 $490,880.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 14' I—Accuracy 1—Accuracyof Plans to Existing Conditions q 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 14 3 Accuracy of Measured Quantities 1__A2plicability of Specifications �4 4 Display Of Professionalism '-( 4 Accuracy of Plan Quantities 1 5 Citizen Com laint Resolution U; PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs ' 1 Knowledge And/Or Problem Resolution Z4 ADMINISTRATION 2 Availabili of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS 0. Signature Contractor Signature DOE Inspector /L Signature DOE Inspector's Supervisore� 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 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 AgLa_ -- _- Brock HugghW Subscribed and sworn to before me this 12th day of A ' , i bertha Gianulis Notary Public for Notary Public in'Tarrant County, Texas State of Texas �- . My commission expires:09/88/2095 LibeMInterchange Corporate Center `—�7 450 Plymouth-Road,Suite 400 mu.tudl. 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 MUTAL INSURANCE CqMPANY (Surety) BY (Seal) Attorney-in-Fact Glenna S. Davis LMIC-3100 Rev.03/04 THN'S 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 West American Insurance Company POWER OF ATTORNEY 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, Carol n na 1 G rat inc n•Glann^S Davis:Crea A.Wilkerson John R Wilson Y—��R ---thy—Lo all of the city of Fort Worth state of TX each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge 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. i IN WITNESS WHEREOF,this PowerofAttorney has been subscribed byan authorized officeror official of the Companiesand the corporate seals of the Companies have been affixed theretothis 28th day of September 2012 American Fire and Casualty Company O �a L �� r . f o The Ohio Casualty Insurance Company (aF t r c ro , .r Liberty Mutual Insurance Company Q. j r ( a s 15� t d at Peerless Insurance Company West American Insurance Company a; n -.. `. y .g .Q O By. C STATE OF WASHINGTON ss Gregory W.Davenport,Assistant Secretary 'a COUNTY OF KING _ C i 0 as 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 A� p Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,Peerless Insurance Company and West American Insurance Company,and that he,as such,being as W to 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 Q MIN 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 co 'a ; O O i 60 KD Riley,Not Public 3 R 02 CL O i This Power ofAttomey is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company,The Ohio Casualty Insurance w c tCompany,Liberty Mutual Insurance Company,WestAmerican Insurance Company and Peerless Insurance Companycc 'Q ,which resolutions are now in full force and effect reading as follows: w 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 O C to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, :a 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 respective '—m C 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 theCorporation. When so y vexecuted,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 attorney-in-fact under at, 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. w E ' L 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, M Zand subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute, O o 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 0-t— 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 of the Company. When so 10 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 necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as 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 of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and biding upon the Company with the same force and effect as though manually affixed. I,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 attorney of which the foregoing is a full,true and correct copy of the 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 2cL 13 a 1 r f � k c� ,.'^�t ,i�'n � x�-�!1 3 � U py. r Ott Y�3 `� !� David M.Carey,Assistant Secretary POA-AFCC,LMIC,OCIC,PIC&WAIC LMS_12873_041012 233 of 500