Loading...
HomeMy WebLinkAboutContract 48994-FP1 Department�o} Lr VV %-01M. orrvices CPN# /OO ROIL Date Project Manager SJ IRT 1 � OR 1 RYj Risk Management S. Gatewoo - ��® CITY CONTRACT N . D.O.E. Brotherton CONTRACT N0. + Water V. Gutzier CFA Janie Mo ales/Scanned ATION AND PUBLIC WORKS 6-('0 d d d The Proceeding people have been Contacted concerning the request F PROJECT COMPLETION S 1 � 3� for final payment&have released this project for such payment Developer Projects) Clearance Conducted By Etta Bacy City Project NO: 100832 Regarding contract 100832 for ALLIANCE TOWN CENTER 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 Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $714,601.00 Amount of Approved Change Orders: $38,305.00 Ns 1,2&3 Revised Contract Amount: $752,906.00 Total Cost Work Completed: $752,906.00 �p Recommen r Ac prance Date Asst. Direct T - evelopment Services ho Accepted Date Asst. Director, WATER DEPARTMENT �r -jl Asst. City Manager Dat Co ni` �1% OFFICIAL RECORD G Q �`OO Ply CITY SECRETARY o e,F FT.WORTH,Tx Rev.9 22/16 SC� ooB- 1vo83.2 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER WATER&SEWER Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/16/2018 Project Funding Project Manager NA City Secretary Contract Number 1100832 Inspectors RODGERS / MOORE,R Contract Date 3/28/2017 Contractor CONATSER CONSTRUCTION TxLP Contract Time 210 CD 5327 WICHITA ST Days Charged to Date 257 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 $752,906.00 Less %Retained $0.00 Net Earned $752,906.00 Earned This Period $752,906.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency 50.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $752,906.00 Friday,February 16,2018 Page 5 of 5 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE TOWN CENTER WATER&SEWER Contract Limits Project Type WATER&SEWER City Project Numbers 100832 DOE Number 8320 Estimate Number 1 Payment Number 1 For Period Ending 2/16/2018 CD City Secretary Contract Number 1100832 Contract Time 21(rD Contract Date 3/28/2017 Days Charged to Date 257 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / MOORE,R Friday,February 16,2018 Page 1 of 5 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER WATER&SEWER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/16/2018 Project Funding WATER DAPROVMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC WATER PIPE 785 LF $40.00 $31,400.00 785 $31,400.00 2 12"PVC WATER PIPE CO#1 3472 LF $56.00 $194,432.00 3472 $194,432.00 3 12"WATER PIPE CSS BACKFILL 24 LF $76.00 $1,824.00 24 $1,824.00 4 LOWERING 12"WATER PIPE CSS BACKFILL 41 LF $125.00 $5,125.00 41 $5,125.00 5 8"GATE VALVE 13 EA $1,250.00 $16,250.00 13 $16,250.00 6 12"GATE VALVE 13 EA $2,200.00 $28,600.00 13 $28,600.00 7 FIRE HYDRANT 2 EA $4,780.00 $9,560.00 2 $9,560.00 8 CONNECTION TO EXISTING 4"-12"WATER 2 EA $1,000.00 $2,000.00 2 $2,000.00 MAIN 9 DUCTILE IRON WATER FITTINGS 8.891111 TN $4,500.00 $40,010.00 8.891111 $40,010.00 W/RESTRAINT CO#3 10 TRENCH SAFETY CO#1 4322 LF $1.00 $4,322.00 4322 $4,322.00 11 2"WATER SERVICE CO#2 CO#3 7 EA $3,500.00 $24,500.00 7 $24,500.00 12 3"WATER METER&VAULT CO#3 1 EA $9,500.00 $9,500.00 1 $9,500.00 Sub-Total of Previous Unit $367,523.00 $367,523.00 SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 8"SEWER LINE 10 LF $25.00 $250.00 10 $250.00 2 4"SEWER PIPE 29 LF $30.00 $870.00 29 $870.00 3 8"SEWER PIPE 1025 LF $46.00 $47,150.00 1025 $47,150.00 4 8"SEWER PIPE CSS BACKFILL 262 LF $56.00 $14,672.00 262 $14,672.00 5 8"DIP SEWER PIPE CO#1 1031 LF $86.00 $88,666.00 1031 $88,666.00 6 8"DIP SEWER PIPE CSS BACKFILL 152 LF $96.00 $14,592.00 152 $14,592.00 7 10"SEWER PIPE 1383 LF $51.00 $70,533.00 1383 $70,533.00 8 10"SEWER PIPE CSS BACKFILL 80 LF $61.00 $4,880.00 80 $4,880.00 9 4'MANHOLE 19 EA $4,000.00 $76,000.00 19 $76,000.00 10 4'EXTRA DEPTH MANHOLE 140 VF $205.00 $28,700.00 140 $28,700.00 11 WASTEWATER ACESS CHAMBER 13 EA $1,000.00 $13,000.00 13 $13,000.00 12 TRENCH SAFETY C041 3962 LF $2.00 $7,924.00 3962 $7,94.00 13 POST-CCTV INSPECTION 3932 LF $3.00 $11,796.00 3932 $11,796.00 Friday,February 16,2018 Page 2 of 5 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER WATER&SEWER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/16/2018 Project Funding 14 MANHOLE VACUUM TESTING 19 EA $150.00 $2,850.00 19 $2,850.00 Sub-Total of Previous Unit $381,883.00 $381,883.00 EROSION CONTROL Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 SWPPP I ACRE 1 LS $3,500.00 $3,500.00 1 $3,500.00 Sub-Total of Previous Unit $3,500.00 $3,500.00 ----------------------------------- ----- Friday,February 16,2018 Page 3 of 5 City Project Numbers 100832 DOE Number 5320 Contract Name ALLIANCE TOWN CENTER WATER&SEWER Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/16/2018 Project Funding Contract Information Summary Original Contract Amount $714,601.00 ChanjZe Orders Change Order Number 1 $3,495.00 Change Order Number 2 $21,000.00 Change Order Number 3 $13,810.00 Total Contract Price $752,906.00 Date —�gj Total Cost of Work Completed $752,906.00 ac Less %Retained $0.00 Date /P:, Net Earned $752,906.00 Inspection Supervisor Earned This Period $752,906.00 p Retainage This Period $0.00 ��d--Date / ` Less Liquidated Damages rode t anager Days @ /Day $0.00 Date I LessPavement Deficiency $0.00 Asst. ct Less Penalty $0.00 CDate �� Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $752,906.00 Friday,February 16,2018 Page 4 of 5 c cuCL U 0 0 0 z p O U ~ w 2 C7 � o r o w o LU (' c' 0 0 0 ° ow > 4) U C Q, w 0 CD z Zw r Ct Q o z o Q o � w ' CL 0 o c o (n yr > 0 O o ci z N I— ! oLLI a CW o o U V o m Q Z � y o 0 0 0 ri co Q o n U o 0 z 0 U Q O wo 0 0 0 d o h U U > f& w � o d 69. ZZ c ' ai aD U oo 6q, o 0 m U .=_ c q co OD c0 ry OD o 0 0 0 0 a 0O d v v o m to 64 Q C O N N IT O QOOO N n r N'613� W w Cl CI- 06 E O O N � O C —JI co ui 00 00 ` W Cl) o Q 'C O OCl) O f6 W "� 7 E V V Q m LL ) O O 00 0 o M O O O p� (6 025 O N O O � `m La CO � o c� w N z M co 00 �y o 0o co " n O fl_ co 0 0 M M m N U co �— O O O M Q O(N o lO LOO X O Q z m D w Q O F F Z*k *k 0 O a = z LLI U U U h x ¢ z z N o QU 3 -3 Q w ~ d c� UU w U vi Z H W O O r �' o O w a w w a H U O d a O z o o O d Z cv F- o ~ � o U OfU U w of 0, 1 o 0 LU w � o O Z Q i— w o- p z ~ x Z a 0 0 5 U) F a) � O LL Q w cn o w z 0 0 O U U U U) LL z d O w U OU Q w ~ �(1) N Gl pF m N cp IE cs t S13 GS I�L7 L2 QK 01' tu O O iE U. 2: W °F o. r grog au a ai 4 40w 4 M � c� LU LU 0!in w a a� a �L 06 Sd7 Oh N Z "' n. C da @@ 4= cv U u� c6 V Us a S. m •- @ m a 0 K a cc F -- Q rn FQ o 0 0 h � � Z ❑ O U j O F O W O wcr «� >« > N o U W Z w , Qz Of W N = 0 w U O O C3 `m o 0 0 CL m « > w O O U Z ui D n o cI U U cs m Z Z °o w o n o Q O F- F- o U o 0 0 M z U UO w C n n W d Z Z s � U o c U .0 w, c v o Y d aLUo Q a w o a o a d �i o m w o aEi o Qa m c w 3 O � � o0 .A 0- ot5 o o O 0m w 3 co � � W ` O O .O Q N .-1 — C p � o C R O M uj F- 0 h 7 v LL t9 O O o o O o co O O m n c vi o ai w N Z O C7 N W N r m o o ° > O O O N Q > N O co in X 0 z v wo O F ¢ w OW Zv s z at z o w o LU U U F = ¢ z z F v 0 Q U LLI Q w QLL, L a O W OV U Z F- Lu 0 0 z ¢ ¢ 0 0 w a w w N O F w w ¢ d —Wi F— �# CL W W W W Q U) cn 4 0 , FO O Z Q F � W O c7 o � n F N Q J U) w Z 0 CL O D U co LL Z d O W ai U OU ¢ O W N a W a 00 0 ci0 oO 'o Z; mo U a$ O Fri z r i 60 Z CL �- J Xa U � aD tII V W ma Q O LLI d o N z a v° m z ca ¢ a O r n 40 K h_ Lu 0.0 U YS Ett U., J J U3 O M w W J Q! 40 m Z-1 �uQl 3 Ln�y gcg w t ro ❑ z 0 ED U ¢ C }LL O Q uj W Z C C C W wm g J yay W s m ¢ 2uj z a Y aco ` U LU W ❑ Z K W � ce Q U a a+ N O � LC v Z o LD O m r I ID cc a F- } o 0 0 2 p O v �_ 0, . J O ~ C W w ' cA 0. 0 0 0 0 0 0 C > 0 d O ❑U G y O ' w Zw ,CT o w w U 0 O U, Z o Q o ❑ °' 0 0 0 m.. > 0 Z ❑U 'I W CF) 7E5 D.= O W 0 t" c " o U Z Z 00 < o c n m 7 N Q O Z = Q O w U a U 0 p p I- U > w w w U ❑ W cr d z ZOf N N is O p 0 cc 6 3 a d W ' ac 3 o m N W p r N Q d � U N W M p t7 e7 u9 N! O E o n apo, m > CC) � > N M 1R M M O Lo M Q ULLJ w ar vs NS O O O c5 N o c J 3 Cl) W CC) Cl 0 W N U) o o -a N o : o UM Cl) O '= v v ¢ N LL fn r to r U o o o ca arf C', O O 47 N h p M p N N Z O M W � N C °? apo r p O Q > O O O > N IDX p w w «' w u' O F D o O H w OW Z U Q h w O U U C7 F x ¢ z Z w ❑ NLU w Z Q W H d U O IX 0 U Z F- w 0 0 Q a w a w w cosi o ❑ o It cn It C14 Ooa ZO d a Q U00 Ix WW aW W V O Z f- p Z_ ¢ Z w ¢ r o O Q W tq O F- ww z o j p N a U U U Cn LL Z a o w U Q � r r m m L Mg. �000� Lug popo r�p g O ZNi�9 May z A. F- J ro a o c 2 �r CS CL z IV m iC m d a3 w < U m z z c C R 0- m o ate ® 5 � c LL N IN redo$ LU 1 �C, (3 Ma tu m � CG ua J ° it ® a w juj _ 'c a c 'q r N i+a rr m iii 12 m ow >n w I O e a Q v � o m w � v 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 NORTH (Founders Way & Hillwood Parkway) WATER and SANITARY SEWER IMPROVEMENTS DOE#: N/A CFA PRJ #: 2016-077 CITY PROJCT #: 100832 CITY OF FORT WORTH STATE OF TEXAS ERTHA GiANOUS CONATSER CONSTR CTION TX, LP Public,state at Texas >') - Notary res Commission Exp' i My }8, '11}9 September 2 L ' Brock Huggins Subscribed and sworn to before me this 26th day of January,28I8----, Notary Public in Tarrant County, Texas CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0207183 PROJECT: (name, address)Alliance Town Center North Founders Way& Hillwood Parkway TO (Owner) Fort Worth,TX HILLWOOD ALLIANCE SERVICES, LLC AND THE ARCHITECT'S PROJECT NO: CFA#2017-038 CITY OF FORT WORTH CONTRACT FOR: Fort Worth,TX Paving, Drainage,&Street Light Improvements to serve Alliance Town Center North-Founders Way&Hillwood Parkway -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 26th day of January, 2018 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): W��UO� Signature of Authorized Representative 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 POWER OF ATTORNEY No.BI-7280g 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; Gena DeLeize Marshall; Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; or Tina McEwan 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 Attorney 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 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 attorney-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 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 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. IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed thisday of.�V� - 2016. 21 Attest: �/ Berkley Insurance Company (Seal) By `B Ira S.Lederman Je, : Hafter Executive Vice President&Secretary Sri r V President WARNING;THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 21 day o 2016, by fra S. Lederman and Jeffrey &-I. Hafter who are sworn to me to be the Executive Vice Presidentand Secretary, and e Senior Vice President, respectively, of Berkley Insurance Company.MARIAC. RUNDBAI(EN NOTARY PUBLIC l" / MY COMMISSION EXPIRES Notary Public, State of Connecticut APRIL 30,2019 CERTIFICATE 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 Attorney;that said Power of Attorney has not been revoked or rescinded 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,this26 th day of January (Seal) Vincent P. orte FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: ?/?1/ 018 jName of Contractor iProject Name Construction TX,LP. Alliance Town Center North at Founders Way DOE Inspector JProject Manager Jommy McKinnon Gopal Sahu 41DOE Number I Project Difficulty Type of Contract =CPN# 100832 jO Simple * Routine O Complex ?0 Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement 11nitial Contract Amount Final Contract Amount $714,601.00 $752,906.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING !ELEMENT RATING (0-4) _ (0-Al INSPECTION EVALUATION PLANS& SPECIFICATIONS 1 Availability of Ins ector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2t Clarity&Sufficiency of Details it 3 Accuracy of Measured Quantities I y 3 Applicability of S ecifications IC 4 Display Of Professionalism y 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Pro'ect Mana er 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments tf i4 Resolution of Utility Conflicts if 3 Bid Opening to Pre-Con Meeting Timeframe II1)COMMENTS&SIGNATURES COMMENTS Signature Contractor r' Signature DOE Inspector Signature DOE Inspector's Superviso INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORIZS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 ^` 1 (817) 392-7941 •Fax: (817) 392-7845 FORTWORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conaster Construction TX,LP. Alliance Town Center North At Founders Way DOE Inspector DOE Number Tommy McKinnon CPN# 100832 DOE Inspector Project Manager El Water El Waste Water ❑ Storm Drainage ❑ Pavement Gopal Sabu Initial Contract Amount Project Difficulty $714,601.00 10 Simple Q Routine 0 Complex Final Contract Amount Date $752,906.00 12/21/2018 Ill)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 3 8 6 2 Public Notifications 5 N 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 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N 1 I Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 341 Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating([TS/MS] * 100%) 341 / 368 = 93% 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) Signature DOE Inspector 012 Signature Contractor Signature DOE Inspector' Supervisor CA- 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: Alliance Town Center North at Founders Way PROJECT NUMBER: 100832 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Domestic Water 8" PVC 785 Domestic Water 10" PVC 3472 FIRE HYDRANTS: 2 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: YES 7-2"Copper Irrigation Services 1-3"Meter Vault SEWER PIPE LAID SIZE TYPE OF PIPE LF 4" PVC 29 8" PVC 1025 10" PVC 1383 8 DIP 1031 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 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Alliance Town Center North at Founders Way PROJECT NO.: 100832 CONTRACTOR: Conaster Construction TX, Ll DOE NO.: N/A PERIOD FROM:05/29/17 TO: 02/09/18 FINAL INSPECTION DATE: 9-Feb-18 WORK ORDER EFFECTIVE:5/29/2017 CONTRACT TIME: 210 0 WD 0 CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS DURING DURING MONTH CHARGED CREDITED MONTH CHARGED CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. ]1. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 257 257 PREVIOUS PERIOD 257 257 TOTALS TO DATE 257 257 *REMARKS: c G- CONTRACTOR DATE NSPECTOR DATE ENGINEERINDEPARTNIENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T�76012-6311 (817) 392-7941 •Fax: (817) 392-7845