Loading...
HomeMy WebLinkAboutContract 43086-FP2 Departrg W Const.Services CPN# Date ProjecKM Risk Managemenady CITY SECRETARY tT ORTH D.O.E. Brotherton CONTRACT N0. r a' '" "�-1<'L CFA Morales/Scanned 4i11101 Gutzler/Scanned r The Proceeding people hav beeh Contacted concerning the request for final payment& have ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION Developer Projects) DDe 4683 Clearance Conducted By ant ec � Cit Project N: 01745 /Fl 6� „&f? C Regarding contract 216683 for WALSH RANCH PARKWAY BRIDGE IMPROVEMENTS 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 Price: $3,160,970.00 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $3,160,970.00 Rec mmended for Acceptance Dat Asst. irector, TPW - Infrastructure Design and Construction Accepted y Date Ift Director, TRANSPORTATION & PUBLIC WORKS Asst. City Manager Date MWAILE" Comments: APR 2 7 017 OFFICIAL RECORD Iniu 1. 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 BRIDGE IMPROVEMENTS Project Type PAVING(BRIDGE) City Project Numbers 01745 DOE Number 6683 Estimate Number I Payment Number 1 For Period Ending 4/11/2017 WD City Secretary Contract Number 216683 Contract Time 19WD Contract Date Days Charged to Date 194 Project Manager Bueldey Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / CORDOVA Ii Tuesday,April 11,2017 Page 1 of 4 61 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits BRIDGE IMPROVEMENTS Payment Number I Project Type PAVING(BRIDGE) For Period Ending 4111/2017 Project Funding PAVING(BRIDGES ONLY) Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quauity Total Quanity Total I CEMENT STABILIZED BACKFILL 231 CY $150.00 $34,650.00 231 $34,650.00 2 DRILL SHAFT 36 IN 1034 LF $160.00 $165,440.00 1034 $165,440.00 3 DRILL SHAFT 42 IN 814 LF $185.00 $150,590.00 814 $150,590.00 4 CL C CONCRETE 582 CY $510.00 $296,820.00 582 $296,820.00 5 CL C CONCRETE 277 CY $810.00 $224,370.00 277 $224,370.00 6 CL S CONCRETE(FOOTING) 536 CY $460.00 $246,560.00 536 $246,560.00 7 CL S CONCRETE(SLAB) 571 CY $510.00 $291,210.00 571 $291,210.00 8 CL S CONCRETE(SHEAR KEY) 230 CY $260.00 $59,800.00 230 $59,800.00 9 CL S CONCRETE(APPR SLAB) 241 CY $510.00 $122,910.00 241 $122,910.00 10 CL S CONCRETE(BRIDGE SDWK) 69 CY $400.00 $27,600.00 69 $27,600.00 11 RETAINING WALL(SPREAD FOOTING) 5128 SF $50.00 $256,400.00 5128 $256,400.00 12 PRESTRESSED CONCRETE BOX BEAM 4027 LF $200.00 $805,400.00 4027 $805,400.00 13 PRESTRESSED CONCRETE BOX BEAM 597 LF $205.00 $122,385.00 597 $122,385.00 14 PRECAST CONCRETE PANELS 300 LF $125.00 $37,500.00 300 $37,500.00 15 CONCRETE SURFACE TREATMENT 2363 SY $5.00 $11,815.00 2363 $11,815.00 16 STRUCTURAL STEEL(NON-BRIDGE) 418 LB $15.00 $6,270.00 418 $6,270.00 17 RAIL 656 LF $135.00 $88,560.00 656 $88,560.00 18 RAILING 412 LF $175.00 $72,100.00 412 $72,100.00 19 RAILING T401 904 LF $125.00 $113,000.00 904 $113,000.00 20 SEALED EXPANSION JOINT 234 LF $85.00 $19,890.00 234 $19,890.00 21 CONCRETE RIPRAP 22 CY $350.00 $7,700.00 22 $7,700.00 Sub-Total of Previous Unit $3,160,970.00 $3,160,970.00 Tuesday,April 11,2017 Page 2 of 4 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number 1 Contract Limits BRIDGE IMPROVEMENTS Payment Number I Project Type PAVING(BRIDGE) For Period Ending 4/11/2017 Project Funding Contract Information Summary Original Contract Amount $3,160,970.00 Change Orders Total Contract Price $3,160,970.00 / Date I" Total Cost of Work Completed $3,160,970.00 Contr Less %Retained $0.00 3l Net Earned $3,160,970.00 Date 7) � Ins cti n S e i Earned This Period $3,160,970.00 Retainage This Period $0.00 Date Jy)AA Less Liquidated Damages Pr ject Ma ger �^ Days @ /Day $0.00 k4k Date w I LessPavement Deficiency $0.00 Ast. irector/TrPWI- rastru tore Design an Con tr/uction Less Penalty $0.00 w� ate ` � Z�I� Less Previous Payment $0.00 Director Contracting Departmen6 Plus Material on Hand Less 15% $0.00 e, Balance Due This Payment $3,160,970.00 i Tuesday,April 11,2017 Page 3 of 4 City Project Numbers 01745 DOE Number 6683 Contract Name WALSH RANCH PARKWAY Estimate Number I Contract Limits BRIDGE IMPROVEMENTS Payment Number I Project Type PAVING(BRIDGE) For Period Ending 4/11/2017 Project Funding Project Manager Buckley City Secretary Contract Number 216683 Inspectors LAYER / CORDOVA Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 194 WD 5327 WICHITA ST Days Charged to Date 194 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 $3,160,970.00 Less %Retained $0.00 Net Earned $3,160,970.00 Earned This Period $3,160,970.00 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 $3,160,970.00 Tuesday,April 11,2017 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Walsh Ranch Parkway Bridge Improvements 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: 194 Q WK) 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 194 194 PERIOD TOTALS 194 194 TO DATE *REMARKS: y � _0 a CONTRACTOR DATE I SPECTOR ATE ENGINEERING DEPARTi\-lENT (a The City of Fort Worth• 1000 Throckinorton 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 Bridge Improvements Inspector Ch),Project Number Ron Cordova 01745 Construction Components Project 11anager ❑ Water❑ Waste Water❑ Storm Drainage❑✓ Pavement Patrick Buckle Initial Contract Amount ProjectDij2culty $3,160,970.00 0 Simple 0 Routine Q Complex Final Contract Amount Date $3,160,970.00 3/31/2017 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 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) t Inspector Signature Contnelctor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TK 76116 • (817)392-8306 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 BRIDGE IMPROVEMENTS 1-30 WALSH RANCH OLD WEATHERFORD RD. CONNECTOR DOE#: 6683 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 12th day of April, 2013 "FU \ bertha Gianufis Notary Public in Tarrant County, Texas Notary Public for State of Texas: t�� > _ my commission expires:o9/1of�o95 i a��l Interchange Corporate Center Ll 450 Plymouth Road,Suite 400 mutual Plymouth Meeting,PA 19462-1644 Ph.(610)832-8240 To: City of Fort Worth and Walsh Ranches LP 1000 Throckmorton Fort Worth, TX 76109 RE: Walsh Ranch Parkway-Bridge Improvements Principal: Conatser Construction TX, LP Obligee: City of Fort Worth and Walsh Ranches LP Contract Number: 01745, DOE No. 6683, File#W-2175 Contract Date: April 06, 2012 Contract/Project Description: Walsh Ranch Parkway-Bridge Improvements 1-30 to Walsh Ranch Old Weatherford Road Connector Walsh Ranch, Fort Worth, TX 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 022034210 (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 20 13 LIB!3= (Sur By: -.(Seal) orney� Glenna S. Davis LMIC-3100 Rev.03/04 'PHIS 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. 5591209 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company g 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 pthe 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. Davis reg A.Wilkerson:John R.Wilson I all of the city of Fort Worth state of TX each individually if there be more than one named,its true and lawful attorney-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. IN WITNESS WHEREOF,this Power ofAttomey has been subscribed by an authorized officeror official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of_September 2012 , I f� r}�I � � ,� :. American Fire and Casualty Company � 4 - `\ The Ohio Casualty Insurance Company Ax Liberty Mutual Insurance Company m z `s �° s tlA, `z ,.# Peerless Insurance Company y West American Insurance Company +r y Gregory W.Davenport,Assistant Secretary STATE OF WASHINGTON ss 'a COUNTY OF KING C 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 �(0 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 aiLiu 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 a yIN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. =0 O V r By: d C i PUDUC KD Riley,Not Public 3 td o a; ° . ._.;. ti M L This Power ofAttorney is made and executed pursuant to and by authority of the following By-laws and dulfiorizations ofAmedcan Fire and Casualty Company,The Ohio Casualty Insurance N c Company,Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company,which resolutions are now in full force and effect reading as follows: w e4) ARTICLE IV—OFFICERS—Section 12.Power ofAttorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject , p 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 to make,execute,seal, :a ?, E acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective 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 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 attorney-in-fact under at 0 a tai 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. 4.cq M c 0 i 4>1 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 0v and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may necessary to act in behalf of the Company to make,execute, 00 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 of the Company. When so kC r 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 may be 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 2013 (f46 $a2 E -'.� "3 fi i By: l .s David M.Carey,Assistant Secretary "��sdCfi��}'..e`` `',a�'i{-' }��r`'�' �•� sG`t ey^`_ f <.� x .:r %,cam,�. POA-AFCC,LMIC,OCIC,PIC&WAIC 234 Of 500 [ LMS_12873_041012 FORTWORTHREV:02/22/07 +q, TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 3/31/2017 Name of Contractor Project Name Conatser Construction Walsh Ranch Parkway Brid e Im rovements DOE Inspector Project Manager Ron Cordova Patrick Buckle DOE Number Project D*cull), Type of Contract 6683 0 Simple 0 Routine ) Complex ❑ water❑ wastewater[:] Storm DrainageR Pavement Initial Contract Amount Final Contract Amount $3,160,970.00 $3,160,970.00 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 41 1 Accuracy of Plans to Existing Conditions e�-. 2 Knowledge of Ins ector V 2 Clari &Sufficiency of Details 3 Accuracy of Measured Quantities 4`1 3 Applicability of Specifications ` 4 Display Of Professionalism -V 4 Accuracy of Plan Quantities Lf 5 Citizen Com Taint Resolution V PROJECT MANAGER EVALUATION 6 Performance-Setting u2 Valve Crews,Labs �f 1 Knowledge And/Or Problem Resolution ly ADMINISTRATION 2 Availabili of Project Manager 1 Chan e Order Processin Time 3 Communication 2 Timliness of Contractor Payments A 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS 1 Signature Contractor Signature DOE Inspector j eP 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 (817)392-7941 •Fax: (817)392-7845