Loading...
HomeMy WebLinkAboutContract 47321-FP2 FORTWORTH. CITY SECRETARY CONTRACT NO. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) CFiq City Project Ns: 02588 40473x/ Regarding contract 02588 for ALLIANCE TOWN CENTER FEATHER GRASS LANE 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: $1,211,618.50 Amount of Approved Change Orders: $161,852.45 NO 1,2,3,4 Revised Contract Amount: $1,373,470.95 Total Cost Work Completed: $1,373,470.95 ogh Recommen for Acceptance Date Asst. Di ect1 TPW - Infrastructure Design and Construction )a All Accepted Date Director, TRANSPORTATION & PUBLIC WORKS Asst. City Manager Date Depart e t &W Const.Services CPN# Da OFFICIAL RECORD Project Manager �/ 4:7 CITY SECRETARY Risk Management Canad Comments: D.O.E. Brotherton FT'WORTH, TX CFA Morales/Scanned .. IKA1,i Gutzler/Scanned The Proceeding people have been Contacted JUN }3 2017 concerning the request for final payment& have released this project for such payment. wt Rev.9/22/16 Clearance Conducted By ck'.._J. FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE TOWN CENTER FEATHER GRASS LANE&GENERAL WORT Contract Limits Project Type PAVING&STORM DRAIN City Project Numbers 02588 DOE Number 7475 Estimate Number 1 Payment Number 1 For Period Ending 5/16/2017 CD City Secretary Contract Number 117475 Contract Time 12aD Contract Date 7/14/2015 Days Charged to Date 303 Project Manager Long Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / SALINAS Tuesday,May 16,2017 Page 1 of 6 I i City Project Numbers 02588 DOE Number 7475 Contract Name ALLIANCE TOWN CENTER FEATHER GRASS LANE&GENERAL WO Estimate Number I Contract Limits Payment Number I Project Type PAVING&STORM DRAIN For Period Ending 5/16/2017 Project Funding EARTHWORK IMPROVEMENTS ItemDescription of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total 1 SITE CLEARING 1 LS $5,500.00 $5,500.00 1 $5,500.00 2 BORROW BY PLAN CO#1 26316 CY $3.10 $81,579.60 26316 $81,579.60 3 UNCLASSIFIED EXCAVATION BY PLAN CO#1 5767 CY $4.00 $23,068.00 5767 $23,068.00 4 SWPPP 1 ACRE I LS $6,500.00 $6,500.00 1 $6,500.00 Sub-Total of Previous Unit $116,647.60 $116,647.60 PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 4 6"ASPHALT BAE TYPE B 1048 SY $30.00 $31,440.00 1048 $31,440.00 5 HYDRATED LIME CO#2 29.76 TN $160.00 $4,761.60 29.76 $4,761.60 6 4"CONC SIDEWALK CO#1 CO#4 20223 SF $3.00 $60,669.00 20223 $60,669.00 7 BARRIER FREE RAMP TYPE P-I CO#1 CO#2 7 EA $1,200.00 $8,400.00 7 $8,400.00 8 SEEDING HYDROMULCH 3210 SY $2.00 $6,420.00 3210 $6,420.00 9 CONSTRUCT CONCRETE HEADER 37 LF $20.00 $740.00 37 $740.00 10 CONNECT TO EXISTING HEADER 97 LF $25.00 $2,425.00 97 $2,425.00 11 TRAFFIC CONTROL 1 LS $2,500.00 $2,500.00 1 $2,500.00 12 4"CONDIT PVC SCH 40(T) 1152 LF $16.00 $18,432.00 1152 $18,432.00 13 6"CONDIT PVC SHH 40(T) 1152 LF $20.00 $23,040.00 1152 $23,040.00 14 16"CONDT PVC SCH 40(T)CO#2 72 LF $65.00 $4,680.00 72 $4,680.00 15 8"COLORED CONC PVMT(ABC)CO#4 80 SY $105.00 $8,400.00 80 $8,400.00 16 BRICK PAVERS CO#4 312 SY $105.00 $32,760.00 312 $32,760.00 17 REMOVE SIDEWALK CO#4 124 SF $2.00 $248.00 124 $248.00 18 6"CONC PVMT CO#4 44 SY $50.00 $2,200.00 44 $2,200.00 19 6"LIME TREATMENT CO#4 89 SY $2.75 $244.75 89 $244.75 20 8"CONDT PVC 40(T)CO#4 72 LF $40.00 $2,880.00 72 $2,880.00 21 16"CONDT PVC C905 CO#4 396 LF $115.00 $45,540.00 396 $45,540.00 22 10"CONC PVMT CO#4 8877 SY $52.00 $461,604.00 8877 $461,604.00 23 5"CONC PVMT CO#4 129 SY $34.00 $4,386.00 129 $4,386.00 24 6"CONC PVMT CO#4 158 SY $37.00 $5,846.00 158 $5,846.00 25 5"COLORED CONC PVMT(ABC)CO#4 45 SY $90.00 $4,050.00 45 $4,050.00 Tuesday,May 16,2017 Page 2 of 6 City Project Numbers 02588 DOE Number 7475 Contract Name ALLIANCE TOWN CENTER FEATHER GRASS LANE&GENERAL WO Estimate Number I Contract Limits Payment Number I Project Type PAVING&STORM DRAIN For Period Ending 5/16/2017 Project Funding 26 6"COLORED CONC PVMT(ABC)CO#4 46 SY $95.00 $4,370.00 46 $4,370.00 Sub-Total of Previous Unit $736,036.35 $736,036.35 PAVEMENT MARKING&SIGNAGE IMPROVEMENTS ItemDescription of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total I LANE LEGEND ARROW 2 EA $300.00 $600.00 2 $600.00 2 LANE LEGEND ONLY 2 EA $300.00 $600.00 2 $600.00 3 8"SLD PVMT MARKING HAS(W) 68 LF $4.00 $272.00 68 $272.00 4 8"SLD PVMT MARKING HAS 9Y) 288 LF $4.00 $1,152.00 288 $1,152.00 5 24"SLD PVMT MARKING HAE 9W)CO#1 24 LF $18.00 $432.00 24 $432.00 6 4"SLD PVMT MARKING HAS(W) 270 LF $2.00 $540.00 270 $540.00 7 4"BRK PVMT MARKING HAS 9W) 68 LF $2.00 $136.00 68 $136.00 8 4"BRK PVMT MARKING HAS(Y) 1602 LF $2.00 $3,204.00 1602 $3,204.00 9 INSTALL ALUM SIGN GROUND MOUNT 6 EA $1,400.00 $8,400.00 6 $8,400.00 10 INSTALL ALUM SIGN EX POLO MOUNT 4 EA $1,400.00 $5,600.00 4 $5,600.00 11 END OF ROAD BARRICADE 105 LF $25.00 $2,625.00 105 $2,625.00 Sub-Total of Previous Unit $23,561.00 $23,561.00 STORM DRAIN IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 21"RCP CLASS III CO#1 186 LF $48.00 $8,928.00 186 $8,928.00 2 27"RCP CLASS III 14 LF $58.00 $812.00 14 $812.00 3 30"RCP CLASS III 10 LF $72.00 $720.00 10 $720.00 5 36"RCP CLASS III CO#1 776 LF $90.00 $69,840.00 776 $69,840.00 6 42"RCP CLASS III CO#1 614 LF $105.00 $64,470.00 614 $64,470.00 7 48"RCP CLASS III 313 LF $120.00 $37,560.00 313 $37,560.00 8 5X3 BOX CULVERT 188 LF $200.00 $37,600.00 188 $37,600.00 9 4'STORM JUNCITON BOX 2 EA $3,500.00 $7,000.00 2 $7,000.00 10 Y STORM JUNCTION BOX 2 EA $4,500.00 $9,000.00 2 $9,000.00 11 6'STORM JUNCTION BOX 1 EA $5,000.00 $5,000.00 I $5,000.00 12 STD 42"RCP SLOPED HEADWALL 1 EA $5,500.00 $5,500.00 1 $5,500.00 13 TXDOT STD CONCRETE HEADWALL FW-0 I EA $7,500.00 $7,500.00 1 $7,500.00 Tuesday,May 16,2017 Page 3 of 6 City Project Numbers 02588 DOE Number 7475 Contract Name ALLIANCE TOWN CENTER FEATHER GRASS LANE&GENERAL WO Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 5/16/2017 Project Funding 14 10'CURB INLET 6 EA $2,200.00 $13,200.00 6 $13,200.00 15 LARGE STONE RIPRAP DRY 61 SY $75.00 $4,575.00 61 $4,575.00 16 LARGE STONE RIPRAY DRY 90 SY $85.00 $7,650.00 90 $7,650.00 17 SEEDING HYDROMULCH 2610 SY $2.00 $5,220.00 2610 $5,220.00 18 15'CURB INLET 1 EA $3,200.00 $3,200.00 1 $3,200.00 19 REMOVE HEADWALL/SET 1 EA $500.00 $500.00 1 $500.00 20 4'DROP INLET 1 EA $4,000.00 $4,000.00 1 $4,000.00 21 TRENCH SAFETY CO#1 2101 LF $1.00 $2,101.00 2101 $2,101.00 22 CONCRETE COLLAR CO#1 1 EA $500.00 $500.00 1 $500.00 Sub-Total of Previous Unit $294,876.00 $294,876.00 STREET LIGHT IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2"CONDT PVC SCH 80(T) 3460 LF $10.00 $34,600.00 3460 $34,600.00 2 GROUND BOX TYPE B W/APRON 3 EA $500.00 $1,500.00 3 $1,500.00 3 RDWY ILLUM ASSMBLY TY 18,18A,19,AND D- 35 EA $1,200.00 $42,000.00 35 $42,000.00 40 4 RDWY ALLUM ASSEMBLY BEACON, 35 EA $2,850.00 $99,750.00 35 $99,750.00 PRODUCTS TYPE SB-I 5 LED LIGHTING FIXTURE 35 EA $700.00 $24,500.00 35 $24,500.00 Sub-Total of Previous Unit $202,350.00 $202,350.00 Tuesday,May 16,2017 Page 4 of 6 City Project Numbers 02588 DOE Number 7475 Contract Name ALLIANCE TOWN CENTER FEATHER GRASS LANE&GENERAL WO Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 5/16/2017 Project Funding Contract Information Summary Original Contract Amount $1,211,618.50 Chane Orders Change Order Number 1 $40,789.10 Change Order Number 2 $47,441.35 Change Order Number 3 $39,682.00 Change Order Number 4 $33,940.00 Total Contract Price $1,373,470.95 Date �aR Total Cost of Work Completed $1,373,470.95 Contract Less %Retained $0.00 011�41 Net Earned $1,373,470.95 Date Inspection Sur Earned This Period $1,373,470.95 p / Retainage This Period $0.00 Date 6 G Less Liquidated Damages Pro' ct Manager Days @ /Day $0.00 k4dDate (01 I LessPavement Deficiency $0.00 Ass irect r/PWf -/Infra'structure Design and o`ns ruction Less Penalty $0.00 �" w Date 0 Less Previous Payment $0.00 Directo /Contracting Departme4t Plus Material on Hand Less 15% $0.00 Q� Balance Due This Payment $1,373,470.95 Tuesday,May 16,2017 Page 5 of 6 City Project Numbers 02588 DOE Number 7475 Contract Name ALLIANCE TOWN CENTER FEATHER GRASS LANE&GENERAL WO Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 5/16/2017 Project Funding Project Manager Long City Secretary Contract Number 117475 Inspectors RODGERS / SALINAS Contract Date 7/14/2015 Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 303 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 $1,373,470.95 Less %Retained $0.00 Net Earned $1,373,470.95 Earned This Period $1,373,470.95 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 $1,373,470.95 Tuesday,May 16,2017 Page 6 of 6 m ro n. F- U N F Q N N LO Z p O U o a F o ; F- LU W N K o 0 0 0 N U) d M M M O N N N N O O O > v O 0 N N N to fH to ':p O U O :fl O w U W (7 O z O aO 6 O N c a lc w c w v v c v m - co ami o w » a cli Z LO � N W ce) r o o a M N .'o; O _� ti c� toti W F z m;,,'`U« o N c0 > z N z a o voi N o uNi Q O Z U v v ^ v' n! = p Q O Q a a rn U � a U UO U O w w w W O z zCD 0 0 IL U co o o �_ w p oas c U t c <? o 0 W c E a- d W N CO > � N Q O N d p p `6 E o Q C N O W i c O U IL = .% O ii °' o y J N J o 8 W `m 65c > O` U U cr, w y' o (6 F 0 C C Q' ¢ 0 w 0 'm � � � p U co rn c U T3 > - LO h Cl)> > _ d ¢ 0- CV O I` Y O p Z of DU O Z F O O U) O w �# W Q :R F- Z F- bi F- W W z O W Q a v 0 W OU Lu SQ o Q U -� Q F F o 0 4a w a w w a z F- � 0 0 z ¢ p O d Z to D W F J F- U O W F- U O O O U O O w o � n W W W -, z o 9 tWn a OF N F w O lai O >Q W J Z X F w O 2 w aa) d U U U 0 > (n LL o- 0 t 1i 0 U ¢ � w N N 0) (6 d 0 0 0 0 0 0 0 0 0 0 00000000 x 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V ti I[j to O W w f,- O (O O O O O CU N J r N t0 V O 10 V co U) J (O O) O V O O d'CO V (O 10 m M N -- a m O M d) N N V9 O C) (O N (D M V EA fA fA O p to N D N O F- fA 6%6i w fA C F- N�60). 69 EA 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 W O O O O O O O Ow 0 0 0 0 0 0 0 V M [Y Oi In to O (1) N (o U a0 OD O In O O f9 f9 Cl) O O N (A f9 fA d�W�0 t00 N fA ca_ U)w,N Z Z `o U c d m dm Y N Q C E N~ 3 c N N N 0 E W O a > U QU E ODUUU� �v) N2 ten:CL ! 7L a 3 W o E c > a U U U U U t a U , > o OE E m W K W c o (� O m = m U E > U_ o (n m !E �LL LL _ o LL (n v) io i�U ~ M O-1 V' LL'0 L N Cl) CO V O) � p U O V m@ 0 0 w w 0 0 0 0 100 p C d W F- N 0 M O N m O O �' F- 0 0 0 0 L6 ,0) t0 p _ N _ _ _ _ O M O M U 0 O M 'V' V V V M M M O co O) O M O O co co M Ce) M cd O) M N o N N M o M N � Cl) W 2 Z Q a J � F Q O F ~ } } } }}Q LL LL LL ~LL LL LL LL Q Q LL Z DZ)U U (n (A(n LLLl.11 (n(n J J J J J LLll1l ILLLJ J N C N O F O F- A M M O V (O ~ O pNp W m 'O a M r O (p N V N Q N N C\1 N 0 d 0 0 U L # # M y VN M — O cn N NMMW V c m m m U O O N N # # Y E E h � } N a a U p N N N N O LL' / 2 \ % 0 2 f ƒ 0 k ƒ [ § ) 3 0. c . k B / \ J & £ / / { � � 2 r § / /w ) 2E ¥ /§ u & \m § §( �) (} { «y w § � # (§ k /§ I \ 7 ) §/ ( CL k 0 § k f >LL ) §) K \ $ § /\ §\ k 7 ©■ S { $ 7 2 ■ w IL ) 5 m E 2 2 0 z } � � 3 0 § } CL CL F U } 0 0 0 LO z 0 w O U 0 0 0 ~ =; ' w 2w o � � o � M F N uj O O O N, w O w to G O. S ,a C) z d O th ¢ W U 0 8 v , a O p O O N Ix ao o ro m o F, a o v v w o » w p DU z 04 LO 0) D Cl) N N Q N M 00 WN o0 UQ a)> Oct Z Q a (� N t0 a1 m to N 16> Q z N N N N 2 O o av so u> U t Q U o a o vi ti �i F- C) O a d n M n v U V O W mQ oo 0 c 4 z z o 0 0 C9 o o us +n 00 p °6 W (U d d w o ro (0 W w N 0-1 J U) v o 0 0 1° o U > w o w L O U W � W ami N O N � 0 o 0 Nn T U p U ai Q w o 3 0 a „o w O CLU i3 ~ E co `d o o 00 C C O CL m O > > (0 O N V Q d N O t- z D of < LU O Z F r w Z U =O y �t �* W r t. U Q w U h 0 o w F- W W z r U U W U (A a -» Q w o o Awa w W N z H W O O z ¢ o o a ZU) L 1- O a d OI- U p 0 F- � c) w w a O z Q W W W 0 O O p z rn a o N CO W F w z o > p CL OU U U (n LL Z d O u� U oU Q W ~ MG4§SEM %m JN/®\$$/ §} )/mq&Q//%i %\\§§)§§§ Imeeaa, : e e \ 69 69 z ` W - \ k \ { \ j \ A 4 Zee® � ' E d / < \ m ) P - }/\} > EE °°2 § 0n.> E/CL° f L © ® »a- a § ) / ^) 2802 ) == §§§z w ` ° e§)0- u \ § § § 4RM. _ �q==®� Ea \ *LO§�C) }( t a 2/ \ \ )� m ) LLJ jlu � 00 LL, 4 \ @ ./ . .. . n � ix § \\ \ #% K\± Ll-\ILL ) $& a j \/ E ] }) ) ) , mzm 0 $2 ) f o F z § 2 % (§ 2 * CL @ _ 2® m \ § [j § } �) D ) « oz u 7 , , / / < 2ƒ ) § # / / \ § ) E M 0 / f � ) lo / \ § It an a 0 0 0 0 0 F- 0 0000 U J (D (Cl O d' N } O O O a r CR CD N (0 H Q 47 N N Mr O m Z 0 V N )n (O M O (7 fA fA V fA U 0 0 0 0 Lu o 0 0 0 y U m M O N U o d� o 64 = (D V o Z o D J w", r M N LU O O O o > N O O O a, o w w w o �U O 0 LL, oZ N Z M U o 0 = p w w o0 Q (7 U Q Z o~o et o O o c Q N Z ; E > C °° Mo O IL y v v o v a F U v c w o w w � U E -�`oQ O N 0) U U =b Z LLI LO 0) w M I� y M N F U o o O w o o N (3) wN U N H M C o (+i O N M U U m ,�_,` c M N M N w N a ;OC) y M U LI) M M Z a>) Z K a N N CY! O m V M O F U V O M M Q Z V N N a Ni U a Q O N o a; N fA U CJ >LLJ z a� Q 0 o a N 0_ N NU o o N .6 f_ O O U M O LU Q) U a s W C N Ol J W OM M Q 0) N M y d O O F_ } } Z } (� N w (n (n H (n Q 0.> N 4i t o U a) C W CDu 0 y N J U o va~o W o c c w w m tea° Mao °' > o W E a N w U o O U m Q o °� 3 ° a p ` F- E M o o y 5 w N - (OLO a O y H c) co rn c w U m CC 117 00 (f) M d CP > (n r N > y N m Q @ O N V 4. N O I- Y O U O L U H � Z C 7 Of 2 O F a w U Z F N U' =O U 2 z �k w z (� O N I- I- 0 F- w ¢ z (~n o E w I- W W Z w a a U OU UO V) o } o Z 1- W 0 0 � z ¢ ap O d w a w w m n¢. 1- UO 0� d O OU U O ~ O > > a o ~ U J v of o � LU v I- * u W w W Z H Z w � O uQ } O ~ W w 0 w z o > 0 > > _ O o a) I- Q J 0 0 0 U 0 U) LL Z 0_ O W U OU a K }I I I I I I I w I N E u �a r O d a z � Y cLaa x on a z U w U m O o 4 � z'3 rr Lo e Z W 3 d W Ix �O 9 C�p im 6 m 2 3 g� U� � Z= ;> � e w Z a �a K Y 0 d Y o � 3 V N N d a m a ►- U N } 0 0 0 V) Lo Lf) Z p O U U h 0 J M Wo 0 o 0 F d N h N Ul O M M M N N N >N N N N N O 10 Vi VT ,gip O U "ct. O w 0 Z W Z w U. o O z O o O N ❑ d N w ti N O W c W t O_ 0. V W O fVW f9 04 O U Z p V W M ti o 0 O M N W z O p voi v m o m Q .? Z U v o v c M_ Q O O I N N (D 1G U 'L a d r r W M ro U U 'm w F d Z Z a o U cc i w h 0 � V - L U o n W v 0 (0 a s CL41 o o o Q' U a o r 0 U W S � c N O T � V 0 U N O Q wo H 3: O` Q -O.. H (0 `w o o C c c 9 ao rn c U > LO 1- N> > O N V' Q d N 0 I- Y F 0 o OLU t- O F- Q OO N O W Q � F 2 F 6i U U Q w c=i h 0 0 w H W W Z QUQ w Q a U U W U to 0 (J -) -> g K w F 0 p g 0 a 0 > N Q W �' Z Z Q a z1 LUw (1) Z f- 0 0 F- d 0 - J 0.. 4. U p p U o o 0 F 0zQ °} wWWw ILO � � 0 :D na N F_ >Q J U) X LU p O i ami CL OU 5 U U fn LL Z O w U U N a) 01 ro a 0 0 00 0 0 0 0 0 0 0 0 0 0 � M 00 O M h0 m � +f b9 fA to fA 1» M N b9 0 0 0 0 0 0 0 W o 0 0 0 0 0 0 N to N w o M M m m O O 2 vi rn v�v3 .- � z o o o U U U m a) m ( .a ,a) mmm m E E E a > > > > v , a IL oo EE w 0UUn.a a c N U 1N(p U U U m QM o o o N o 0 o 0 0 0 o o o a v v 0 Fn a; vi v ma; — m o o `o m M m N o 6 o m v Q M U 0 o m M _ _ �n i0 00 V N �-- O O O O O O m m m m m m m m m m m m C) 5 a J a 0 '=LLrrrrrr v E U O C d O U (u Lu N F m m m L U C O 0 N .ti.. E w O } N a a N v o v v w (p N O w r af m I IL O z z a a, � J � C Z W � 7 cl x v O U w o a a z m $ x o 5 U 9L g� is 4 U 00 m z LL O IR a O LL W J m z a0 of LM aw Z CL (n U4 a R O 9 a CID 4 2 m Z J U N z U z w c ❑ g LL w U U z �\ to 0 z s O W C7 z Q S U Ix N LL r z 0 .52 x m FGJN�,--T VREV:0222/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: Name of Contractor Project Name Conaster Construction _ Alliance Town Center-Feathergrass Ln DOE Inspector Project !Manager Martina Salinas Aaron Lon DOE Number Project Difficulhv T}pe of Contract CPN 2588 O Simple Q Routine Q Complex ❑ Water❑ Waste water❑✓ Storm DrainageR Pavement Initial Contract Amount Final Contract Amount $1,211,618.50 $1,373,470.95 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__ `/ I Accuracy of Plans to Existing Conditions �f 2 Knowledge of Inspector Of 2 Clarity& Sufficiency of Details y 3 Accuracy of Measured Quantities y 3 A licabili of Specifications Y 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution H PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs Lf 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments t( 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS _ Signature Contractor Signature DOE Inspector 7, Signature DOE Inspector's Supervisor i INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (D The City of Fort Worth•1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Proiect Naw- Conatser Construction h�.- J Qi1 � '•�C��Z 1t�r Inspector City Project Number Martina Salinas #02588 Consiruction Components Project Manager ❑ Water❑ Waste WaterO Storm Drainage0 Pavement Aaron Lon Initial Contract Amount ProjeciDculty $1,211,618.50 O Simple Routine O Complex Final Conti-act Amount Date $1,373,470.95 5/15/2017 M 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 2 8 4 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 3 20 15 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 3 60 45 9 Daily Clean Up 5 Y 2 20 10 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) 414 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 414 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 414 / 448 = 92% 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 Contractor Signature , U Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 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, 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: ALLIANCE TOWN CENTER (Feather Grass Lane & General Worth Dr.) WATER, SANITARY SEWER, STORM DRAIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CITY PRJ #: 02588 CITY OF FORT WORTH STATE OF TEXAS CONAT ONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 10th day of November 16. BERTHA GIANULI7Te Nota Public in Tarrant County, Texas 4 :•: Notary Public, State oos My Commission Expires "l F+' Sep9ember 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 0191909 PROJECT: (name, address)Alliance Town Center Feather Grass Lane&General Worth Dr. TO (Owner) Fort Worth,TX HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT NO: 025roject No. sg CITY OF FORT WORTH CONTRACT FOR: Fort Worth,TX Paving, Drainage,&Street Light Improvements to serve Alliance Town Center-Feather Grass Lane&General Worth Drive I_ ®I 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) HILLWOOD ALLIANCE SERVICES, LLC AND THE CITY OF FORT WORTH Fort Worth,TX OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 7th day of November, 2016 BERKLEY INSURANCE COMPANY Surety Company Attest: ! �1u/l�� —,7f (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-72801' 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 cc 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.$50,000,000.00),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, 5 .E without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o .n resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: TE RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief EExecutive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein w to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the ocorporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such 3 c attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and n c further 0 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 3 other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as a� though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any Z person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have .b E ceased to be such at the time when such instruments shall be issued. Y a IN WITNESS WHEREOF, the Company has cau I these presents to be signed and attested by its appropriate officers and its 0 o corporate seal hereunto affixed thisZ'VAay of5.— aq Attest: Berkley Insurance Company F (Seal) By ( By t/ o v Ira S, e erman Je after o N Senior Vice President& Secretary e r Preside WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE`BERKLEY" SECURITY PAPER.. o E .� STATE OF CONNECTICUT) v o ) ss: N r, COUNTY OF FAIRFIELD 4 0 9 .ZSworn to before me, a Notary Public in the State of Connecticut, this�)[7 da of 2015, by Ira S. Lederman and Cd r Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre ry�an the Senior Vice Pre den/t,/respe/ctively, of Berkley Insurance Company. MARIA C.RUNDBAKEN `� NOTARY PUBLIC L d o MY COMMISSION EXPIRES otary Public, State of Connecticut r 'y APRIL 30,2019 v U � CERTIFICATE Z 't I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a dtrue, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded 3 � 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 7 th day of November 2016 (Seal) A a FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Alliance Town Center-Feather Grass Lane PROJECT NO.: #02583 CONTRACTOR: Conatser DOE NO.: 7475 PERIOD FROM:11/15/16 TO: 11/16/16 FINAL INSPECTION DATE: 16-Nov-16 WORK ORDER EFFECTIVE:1/19/2016 CONTRACT TIME: 55 O WE* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. Wed 1 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 PERIOD PREVIOUS 0 PERIOD TOTALS 303 TO DATE *REMARKS: CONT CTOR DATE INSPE TOR DATE ENGINEERING DEPARTMENT , s The CitS-of Fort Worth• 1000 Throclunorton Street•Fort Worth,7X 76012-6311 0 (817)392-7941 •Fax: (817) 392-7845