Loading...
HomeMy WebLinkAboutContract 47021-FP1 • LcYAaa.•• [ L —w 1.V11J4 JCl VLL:C•J DOF.# D e Project Manag 1 QTY SECRETW Risk Management a y ►T Wo RT H® CONTRACT NO. — 1 D.O.E. Brotherto (n—>0 CFA WestermanScanneAK) le The Proceeding people have been Contacted concerning h .y •—� the request for final payment&have released this TION AND PUBLIC WORKS ,oq(A of edlp project for such payment E PROJECT COMPLETION Clearance Conducted By Shameka Kennedy D.O.E.Nd: 7534 Regarding contract 117534 for MARK IV PARKWAY as required by the WATER DEPARTMENT as pprooved� City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Tra��spc� Department has accepted the project as complete. .0 i Original Contract Prices: Li �S�� $234,872.00 Amount of Approved Change Or JUL $34,990.00 Ns 1,2&3 Revised Contract Amount: $269,862.00 Total Cost Work Completed: $269,862.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $269,862.00 Less Previous Payments: $0.00 Final Payment Due $269,862.00 • a,- /'3!13tclt Recommended ro—r-A'cdgptance Date Asst. Director, TPW - Infrastructure Design and Construction 4�4 /11;� ZX/S-//(,, Accepted Date Asst. Director, WATER DEPARTMENT st. City Manager Date Comments: P265-541200-602150267683,P275-541200-702130267683 EMAILED OFFICIAL RECORD JUL 18 2016 CITY SECRETARY X�nttlulc FT.WORTH,TX Dui 5' bbl_ Co2CJUL 15 2016cIrMy 21 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits BG..r... Payment Number 1 Project Type WATER&SEWER For Period Ending 6/17/2016 Project Funding Project Manager Long City Secretary Contract Number 117534 Inspectors DICKINSON / WATSON Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 210 CD 5327 WICHITA ST Days Charged to Date 158 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded —————————————————————————————————————— Total Cost of Work Completed $269,862.00 Less %Retained $0.00 Net Earned $269,862.00 Earned This Period $269,862.00 Retainage This Period 50.00 Less Liquidated Damages 0 Days Q $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 $269,862.00 Tuesday,June 21,2016 Page 5 of 5 'p 2(6- 0 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MARK IV PARKWAY Contract Limits Project Type WATER&SEWER City Project Numbers 02676 DOE Number 7534 Estimate Number 1 Payment Number 1 For Period Ending 6/17/2016 CD City Secretary Contract Number 117534 Contract Time 210:D Contract Date Days Charged to Date 158 Project Manager long Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / WATSON Tuesday,June 21,2016 Page 1 of 5 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/17/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 �4"-I2"PRESSURE PLUG 1 EA $2,000.00 52,000.00 1 $2,000.00 2 SALVAGE 2"WATER METER 1 EA $500.00 $500.00 1 $500.00 3 4'WIDE ASPHALT PVMT REPAIR 30 LF $30.00 $900.00 30 $900.00 4 8"WATERLINE LOWERING I EA $3,500.00 $3,500.00 1 $3,500.00 5 EXPLORATORY EXCAVATION OF EXISTING I EA $800.00 $800.00 1 $800.00 UTILITIES 6 MISC STRUCTURE ADJUSTMENT VAULT 1 EA $4,000.00 $4,000.00 1 S4,000.00 7 MISC STRUCTURE ADJUSTMENT VAULT 1 EA $2,500.00 $2,500.00 1 $2,500.00 8 TRENCH SAFETY 53 LF $3.00 $159.00 53 $I59.00 9 VALVE BOX ADJUSTMENT CO#2 6 EA $100.00 $600.00 6 $600.00 10 MANHOLE ADJUSTMENT MAJOR W/COVER 1 EA S1,000.00 $1,000.00 I $1,000.00 11 4"WATER PIPE CO#1 176 LF S60.00 $10,560.00 176 $10,560.00 12 12"WATER PIPE 38 LF $85.00 $3,230.00 38 $3,230.00 13 2"WATER SERVICE,METER RECONNECTION 0 EA $4,200.00 $0.00 DEL CO#3 14 2"WATER SERVICE CO#2 2 EA $3,200.00 $6,400.00 2 $6,400.00 15 4"WATER METER&VAULT I EA 518,500.00 $18,500.00 1 $18,500.00 16 4"GATE VALVE C041 2 EA 5850.00 $1,700.00 2 $1,700.00 17 18"X 4"TAPPING SLEEVE&VAULT DEL C043 0 EA $6,500.00 $0.00 18 20"X 12"TAPPING SLEEVE&VAULT I EA $7,500.00 $7,500.00 I $7,500.00 19 REMOVE 2"WATERLINE 40 LF 51.50 $60.00 40 $60.00 20 3"WATER METER AND VAULT CO#1 1 EA $17,500.00 $17,500.00 1 $17,500.00 21 2"COMBINATION AIR VALVE C042 I EA $4,500.00 $4,500.00 1 $4,500.00 Sub-Total of Previous Unit $85,909.00 $85,909.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 POST CCTBV INSPECTION C041 1772 LF $2.00 $3,544.00 1772 $3,544.00 2 MANHOLE VACUUM TESTING 6 EA $100.00 $600.00 6 $600.00 3 TRENCH SAFETY CO#1 1712 LF $1.00 $1,712.00 1712 $1,712.00 4 CONCRETE ENCASEMENT FOR UTILITY PIPES 17.36 CY $750.00 $13,020.00 17.36 $13,020.00 Tuesday,June 21,2016 Page 2 of 5 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 6/17/2016 Project Funding 5 16"CASING BY OTHER THAN OPEN CUT 60 LF $260.00 $15,600.00 60 $15,600.00 6 8"SEWER CARRIER PIPE 60 LF $80.00 $4,800.00 60 $4,800.00 7 6"2-WAY CLEANOUT DEL CO#1 0 EA $500.00 $0.00 8 6"SEWER PIPE C031 80 LF $38.00 $3,040.00 80 $3,040.00 9 8"SEWER PIPE 898 LF $40.00 $35,920.00 898 $35,920.00 10 8"DIP SEWER PIPE 734 LF $68.00 $49,912.00 734 $49,912.00 11 EPDXY MANHOLE LINER DEL CO#3 0 VF $205.00 $0.00 12 8"SEWER ACCESS CHAMBER I EA $2,000.00 $2,000.00 1 $2,000.00 13 5'MANHOLE 5 EA $4,200.00 $21,000.00 5 $21,000.00 I4 5'DROP MANHOLE CO#1 2 EA $5,000.00 $10,000.00 2 $10,000.00 15 5'EXTRA DEPTH MANHOLE 80.6 VF S175.00 $14,105.00 80.6 $14,105.00 16 CONNECT TO EXISTING SANITARY SEWER 1 EA $1,500.00 $1,500.00 1 $1,500.00 MAHOLE 17 6"SEWER ACCESS CHAMBER CO#1 4 EA $1,800.00 $7,200.00 4 $7,200.00 Sub-Total of Previous Unit $183,953.00 $183,953.00 ----------------------- --- ------------- Tuesday,June 21,2016 Page 3 of 5 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number I Project Type WATER do SEWER For Period Ending 6/17/2016 Project Funding Contract Information Summary Original Contract Amount 5234,872.00 Chany-e Orders Change Order Number I S39,530.00 Change Order Number 2 57,800.00 Change Order Number 3 (SI2,340.00) Total Contract Price 5269,862.00 Date f's'a S�(� Total Cost of Work Completed 5269,862.00 Convacw Less %Retained $0.00 Net Earned $269,862.00 Iia►Supervisor (/ Earned This Period $269,862.00 Retainage This Period $0.00 Dater' Less Liquidated Damages Project Manages G) ";We Days @ /Day 50.00 Date LessPavement Deficiency 50.00 Asst ire - fmstructure Design arA Cons6uction Less Penalty 50.00 a Date 7/rIV///G Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment 5269,962.00 Tuesday,lune 21,2016 Page 4 of 5 FORTWORTH my 0,10;'5107 TRANSPORTATION &PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:l NAME OF PROJECT: Project Carlsbad Mark IV Parkway PROJECT NO.: 2676 CONTRACTOR: Conatser Consbuction DOE NO.: 7534 PERIOD FROM:01/04/16 TO: 06/09/16 FINAL INSPECTION DATE: 9-Jun-16 WORK ORDER EFFECTIVE:1/4/2016 CONTRACT TIME: 210 0 wu* m 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 0 158 158 PERIOD PREVIOUS 0 0 0 0 0 PERIOD TOTALS TO DATE 1 0 0 0 158 158 *REMARKS: -a3-00- Ice 6 -� CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 m F- coo v a zr �G o 0 Z 0 O U H = u t7 J � F W N b >m N N O yrj O U w O U Z Ir G w �- 2 U � w o O < m z 00 o e v. o � 0 0 0 m N N b j•' r1 � C 0 w rn m 0 C? �- 0. t0 N F O ON � Z o 0 Z) e m w r F O 0 O.- U Z c n (D m > m Q Z a U n o0 0 0 o w V d U p °' oN oN m m iri w U U > e m W f- 0 0 � a Z Z w > c > F O O o w U _r_ _r_ n `M. a a 3 Cr La Q 0 �j c0 a o o a C; w - � m >o n n m p w N N LU -0- 0- C 00 ca 12 ID (6 O w m m 2 c > > (OO U LLI A a N C N W o no o Q0 ¢ i m ti a, 3 V o 00 0 0 m Cl) co N 3 0 0 0 U tp O V Om to 67 ¢ m m O W C"" O G A 4) Ql LL7 I- 'd- L6 � O Q O N U) N C, N N > d N O ti a d Y O m O U � 2 K 0 LU O < U Q O 'Z W Z F- K K 2 0 O U < ~ # z w U U OF 2 ¢ z z o O �-'• w W Q O O O w Z < V U 4 U N w H O O W D > Q U 0 7 Q W Q a Z F W0 O � < O ¢ �, w a w w r' Z <Q 0 O O Z m yr c F U O a d i- o o W U U v of U a O C) W ¢ < �- a w w w � z` y UJ U � oL oaw cancr 2 . zo c a U U U 0 () LL ?am 0 w U OU ¢ K ~ 0 N o c00 0 0 0 0 coo 0 0 0 ° m o 0 0 0 0 0 0 0 4 0 0 0 0 0 o m Q 0000 00000001 Brio 0 o o ui m F (O 0 0 PO O p p N o t.. O = m O cD W W O O N n 10 0 O N 'D m O 'C w r') f0 tD m Q yr ° W O LC K WV. J C IL O O O Q O O O O O O W p O Q Z H ' O O OO O O W 00 Z O< O U Oci -- a m N O N O m 0 <C¢ d ~ O Z °1 vv�Q �w�«nwes�� men❑ �Q m z 0 F J F m ¢ ~ ¢ O 0 a' O V W F ,'i7 (1 J n K 0 W F 0 0 m 0 W O O Z W O m ¢ O m S C m v Y v aE m c W n- > > m _ m j C d mo L y m y o LL F z a> m o a M O y m fA U `m v U' ❑ ° h o m e mz� 3 M a~ °°CL _m o 3co ° Q Vw 0 ° r N U m LL 0 a°o0m cmc Nv 'v� - W m f oo� 0c"ooi0 00 c ° m E �W., Ot7 NO N v�- O t7 O N OZ Lu �, O C O C no c� ri .� o a ❑ 0 m c') N = W'J m N (7 M U m C'> m m d N W 2 W n c ❑ P (r W 0 m h h W S t m a F a CC o w m `m > W S 0 a ❑(D j C F=O O o ^ V U) d a m T U W a o E 6 ci �m a m z = J 1 O Q J em v z LL¢¢ W lL¢LL¢¢ Q'¢ W m = U) J W W J J W J W W W W (c N m j F V Cm U m Z W 3 } U ❑F F m -Q 2 t0 r O O c7 O 10 O > J O C N N N '? 1�Q M m O h 0 LL 0 Q m Z F m m CO CQ m yZ LU ❑ v "' m m f c Z ❑ c VV O t W r N G]N co N ch 'Q' n a 7 y W U 6 m 0 0 0 0 0 0 O O O b Z m N CV t0 Qi°i .-O) (7 a F- in O O C�C7 t'J CJ V U O �? F Cl)N P'1 c'1 f7 t7 l7(7 c7 cam] .O O U C o V U n Q z¢ U rn m m o S m E F o ❑ Z s W> O W W m w W m O 0 z EO h-Q r(O N .'i'7 r N T Z N M 5 _ v >- ¢ Q�r ¢ V c T a d K N o z O T m ¢ Lt v cq o m Z co m } W m S ¢ � m U � Q U) fL Z 0 Cl Cl O U s e f 2 � J F- LU O O O C1 LU > m N w w N W N m o w w w O U W O { CD Z Z G O ui � b m y V b Q m C C M m 0 w w w to O 'Cl U G7 �y W 00 h "i,�4"Oo pi. C G m 0 0 z „�: , o o ZZ OJ Q] a O O m O Q O F a v o e N 0 0 0 o r = H Z o` ami m o S 0 o w (� Q o m m o m o ca 44 U U > m W � 0 .m.. � Q IIID c LL m �- ZZ oo a'e a op O- m a) >LLI O O] n .+; c� CL rL a- Q E LIQ N ca Q Q N o o w Q '� > 0Q m 0 w w K w WcoC U IL O O m m O ui 03 c� > CO LLI II m co C N O O Q u! y N � N Q Q m U y N N 3 0 0 0 C 0 L6 N � m o o O m 0 r v u) NU') N N N a e w cn w w w m 11 N O r d c Y ❑ U O z LU Z W M O U O F ¢ LU LU < W Z ¢ ICE: cD x x z W LU U U Q v W V O j O O ULt1 W Z ¢� W Q d U U w U y o Q W O O Q a O < o a o > w I- U O a s O o 0 0 o a Z N N u LU K r O u O > > < o C..)LLI2 U U F- U O U K Q Z # LLI a Lu W W W O Z ¢ p F-- 7 u>�i ¢ H o,- O U- O Q W - Z X o: 0 m u o > CL U U U 0 � U) - E- 0 w U U ¢ Y C 04 / § CL\ \ \� \ ) E)§ \ ( z o 'o c ��co c \ \ w §cz - } ) f § \ } / \ } \ \ \ Q. / E . ) $ © E 2 / 2 z a !) D / % d) tlzD { \2 ; \ - § \ \ \ \ \ 7 { ~ LU {§\ \ / : )\ 0 ce)®®2 \ _ \ j� ` , CD e c ƒ 3 \ �� cl) Cu \ - \( \ LU , 5 & 32 a / _ - /j j \ \ 2 ( \ 2 ) / )� CD \ k«< 2 b S LU LU jco �} z� c: ~ c\ ! 2 \§ ) f _ \i ` } \ , \ z§ § m ) 2n z / ® 2 � ( \ L cr, % [ 01z 6§ / 2 j [ /R§ § / j 2� & \ 0 / } Em ! ) ) 2 « ƒ / } )E \ / 0 § 0 CD � m U d 4 0 0 2 0 O U 2 � J � ~ h W O O O Wi O A O O r O O U w a4 w W o U, Z Z=LU M Q Q w o / p o UO I a m Z. m ti ❑ � O O m O � W r- N W V b > r r m 0 W ~ W N O ❑U Z r ¢J w00 m Q o? ro Ap ON M Z al �?� w o � z' m O co m ¢ > m 0 Z Z C a o < o a oo v Q � F= U o 0 o a ti Q O `mom o 0 o c ww o w s4 m o m F U >LLJ w m w (� ❑ as w w O c Cl- zz ' � m , ❑ O U ca u n m w m = b w C ❑U w p co W ❑. c.� o d > LU o a � o r te'' o ❑ O NN W O O Q y N O h ❑ G N d N 3 0 0 0 0 U (n NOa co `o m o c o o m of a N m e cn n V U LTI 7 CO A N w w w > d > N O r d d Y ❑U O F C� Z W n o o < Ll cc � Z F CC Z) Q s i U V- U O ar < oU2r OLuLU z K w Uw N Q ¢ Q W ° w w rrr z IL :EO� o o o > > d I— U U a a � � J - � o o � z 1 W � # n' W W 3L LU w Z N F' Z ww J m � O�' Q w U E x Oo Z ° > o > a U U U ❑ � cn z a o w v ° < m 000 cc C3 0 / ( F- }// §\ �6 §\ / « � LU o . 00 LU E / o o 0> \ 7 IL §§7 k $ & $ , b03. �M - / - q ` $ E / 2 / \ \/ _ ) B y k It } % ¥ §« _ / \ \ 2 g Q L { $\ \ \\ \ DM }a (\ { } § $g - k �x \ �® /Cl) . t /§ � - cq \( \ m § 2 Cl 0 /S \ lb L / ƒ / jG ƒ \ . )\ a �G \ Q, \ \ .. k & �§ \ \ 2 ) } F- \ ƒ± § %% 2( { eo ) f 2/ §§ _ o0� \ \ kIL e } § � §/ \ \ _ / E� , ] § §� \ Co { [j \ \ / \ : \§ 2 ` /\ k\ ) k \ Cl) k \ z= � \ } / [ § 0-1 LLI LU /§ ( %c 2 E ,22� y= )® { »a It coƒ 2 j § D 0: Er FORTWORTH Imo:00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Calsbad Mark IV Parkway DOE Inspector DOE Number Don Watson 7534 E ctorProject Manager Water(Z Waste Waterj s Storm DrainageL , Pavement Aron Lon Initial Contract Amount Project—Difficulty $1,378,174.90 0 Simple Routine Q Complex Final Contract Amount Date $1,431,755.90 16/21/2016 In PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 3 60 45 7 Job Site Safe 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20EH2 EJ 13 Project Completion 5 Y 4 20 TOTAL ELEMENT SCORE(A) 346 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 344 III)CONTRACTOR'S RATING Maximum Score(MS)—448 Qr sum of applicable element score maximums which= 443 Rating(ITS/MS]*100%) 366 / 443 - 32% Performance Category Excellent <20%—Inadequate 20%to<40%—Deficient 409E to<60%—Standard 60•/to<80%=Good X80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'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 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Mark IV Parkway PROJECT NUMBER: 2676 DOE NUMBER: 7534 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 4" PVC 176' Water 12" PVC 38' FIRE HYDRANTS: VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8" C900 898LF Serer 8" DI 734LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSMES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS (D The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Far.:(817)392-7845 AFFIDAVIT STATE OF TEXAS COUNTY OF TARP— NT 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: CARLSBAD ADDITION, LOT 1, BLK 1 & MARK IV PARKWAY WATER, STORM DRAIN, SANITARY SEWER, PAVING & STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 02015-066 CITY OF FORT WORTH STATE OF TEXAS CONAT CONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this lst day of June, 2016. BERTHA GIANULIS �� ~ Notary Public,State of Texas Notary Public in Tarrant County, Texas My commission Expires 6, September 18. 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0149496 PROJECT: Part A: Water,Sewer,Paving,Drainage and Natural Gas Improvements to Serve Building 1 (Carsbad Addition, Lot 1, Block 1)and (name, address) Part B: Mark IV Parkway Paving,Street Light and Drainage Improvements TO (Owner) ARCHITECT'S PROJECT NO: CFA No.2015-066 EXEL,INC AND THE CITY OF FORT WORTH CONTRACT FOR: 570 Polaris ParkwayPart A:Water Sewer Pavingg,Drainage&Natural Gas Improvements to Serve Building 1 (G`arlsbad'Addition,Lot 1,Block 1)&Part B:Mark lWesterville OH 43082 IV Parkway Paving.Street Light&Drainage Improvements CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX,L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here Insert name and address of Owner) EXEL, INC AND THE CITY OF FORT WORTH 570 Polaris Parkway Westerville OH 43082 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 1st day of June,2016 BERKLEY INSURANCE COMPANY Surety Company Attest: NIDL ( �* ,_ (Seal): —Signature-of Authorized Representative U Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-7280f POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. 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; 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 extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attomey 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: —_ — RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief s 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 attomey-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 3 _ attorney-in-fact and revoke any power of attorney previously granted;and firther 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 further 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 delivery 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 herein 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 ceased to be such at the time when such instruments shall be issued. s IN WITNESS WHEREOF, the Company has cau54 these presents to be signed and attested by its appropriate officers and its zo corporate seal hereunto affixed thist'aay of �l/1� 5 Attest: Berkley Insurance Company (Seal) By ( By Ira S. a erman Je after s Senior Vice President&Secretary e r Preside WARNING; THIS POWER INVALID IF NOT PRINTED ON BLUE`BERKLEY" SECURITY PAPER. L STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this`JD da oJanthe 2015, by Ira S. Lederman and 5 T Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and Secre Senior Vice Pre dent, respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES Motary Public,State of Connecticut APRIL 30,2019 z CERTIFICATE N 'll I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attomey;that said Power of Attomey has not been revoked or rescinded 5 = 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 1st day of June 2016 (Seal) A a FORTWORTHRE02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 6/21/2016 Name of Contractor Project Name Conatser Construction Carlsbad Mark IV Parkway DOE Inspector Project Manager Don Watson Aron Lon DOE Number ProjectDifftcu/ty Type of ontract 7534 0 Simple •0 Routine 0 Complex �terV Waste Water[ I StormDrainage, Pavement Initial Contract Amount Final Contract Amount $1,378,174.90 $1,431,755.90 In PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector ly 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector N 2 Clarity&Sufficiency of Details q 3 Accuracy of Measured Quantities N 3 Applicability of Specifications of 4 Display Of Professionalism a/ 4 Accuracy of Plan Quantities of 5 Citizen Complaint Resolution a/ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Charrize Order Processing Time ty 3 Communication s{ 2 Timliness of Contractor Pa ents 9 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meetin,-Timeframe y III)COMMENTS&SIGNATURES COMMENTS Signature Contractor 41 Signature DOE Inspector !n— Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Thmckmoston Sum-Fort Worth,TX 76012-6311 (817)392-7941 -Fam(817)392-7845