Loading...
HomeMy WebLinkAboutContract 48969-FP3 FORT WORTH@ CITMETWJ - p� CONTRACT N0. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project Ns: 100832 OA*4Mp Regarding contract for ALLIANCE TOWN CENTER NORTH as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $2,036,735.75 Amount of Approved Change Orders: $55,263.50 Ns 1,2 Revised Contract Amount: $2,091,999.25 Total Cost Work Completed: $2,091,999.25 �A Recommenor Acceptance Date Asst. DirecAr, PW - Development Services L�� (,J.J- Accepted Date IDirector, 5—NC4 PORTATION AND P ELIC WORKS DEPARTMENT n' er – -- -- Department at TPW Const. Services CPN# iZ Date Project Manager� 02'7 Risk Management S. Gatewood Comments: RECD � D.O.E. BrothertonWFT. A RECORD MAR 1 2018 Water V. GutzierRETS MY-QFF0grW I CFA Ja kwiIIIIIIIIIIIII& dl"-- �e J orales/Scanned ❑ Rr,t,X The Proceeding people have been Contacted concerning Rev.9/22/16 for final payment&have released this project for such payment. 6 ,/1 FO RT AVO RT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LIGH Contract Limits Project Type EARTHWORK&PAVING City Project Numbers 100832 DOE Number 8320 Estimate Number 1 Payment Number 1 For Period Ending 2/28/2018 CD City Secretary Contract Number 2100832 Contract Time 21ED Contract Date 5/28/2017 Days Charged to Date 257 Contract is 100.00 Complete Project Manager NA Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / MOORE,R Monday,March 5,2018 Page I of 6 n ../ z V City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number I Contract Limits Payment Number I Project Type EARTHWORK&PAVING For Period Ending 2/28/2018 Project Funding EARTHWORK Item Estimated Unit Unit Cost Estimated Completed Completed Description of Items Total Quanity Total No. Quanity 1 SITE CLEANING 1 LS $10,500.00 $10,500.00 1 $10,500.00 2 BORROW BY PLAN 3298 CY $4.50 $14,841.00 3298 $14,841.00 3 UNCLASSIFIED EXCAVATION BY PLAN 52672 CY $3.25 $171,184.00 52672 $171,184.00 4 SWPPP 1 ACRE 1 LS $18,500.00 $18,500.00 1 $18,500.00 ——————— -------------- ----------- Sub-Total ----------Sub-Total of Previous Unit $215,025.00 $215,025.00 PAVING IMPROVEMENTS Item Estimated Unit Unit Cost Estimated Completed Completed Description of Items Total Quanity Total No. Quanity ----- _ 1 REMOVE FENCE 1234 LF $4.00 $4,936.00 1234 $4,936.00 2 REMOVE ASPHALT PVMT 2299 SY $8.00 $18,392.00 2299 $18,392.00 3 REMOVE CONC PVMT 310 SY $12.00 $3,720.00 310 $3,720.00 4 REMOVE SIDEWALK 1091 SF $2.00 $2,182.00 1091 $2,182.00 5 MANHOLE ADJUSTMENT MINOR 13 EA $750.00 $9,750.00 13 $9,750.00 6 MISCELLANEOUS STRUCTURE ADJUSTMENT 2 EA $1,500.00 $3,000.00 2 $3,000.00 7 VALVE BOX ADJUSTMENT 26 EA $150.00 $3,900.00 26 $3,900.00 8 8"CONC PVMT(CO#1) 18631 SY $42.00 $782,502.00 18631 $782,502.00 9 8"COLORED CONE PVMT(AUTUMN BEIGE 416 SY $92.00 $38,272.00 416 $38,272.00 COLOR)(CO#1) 10 8"LIME TREATMENT(CO#1) 19905 SY $3.25 $64,691.25 19905 $64,691.25 11 HYDRATED LIME(CO#1&2) 453.21 TN $175.00 $79,311.75 453.21 $79,311.75 12 6"ASPHALT BASE TYPE B 416 SY $34.00 $14,144.00 416 $14,144.00 13 8"LIME TREATMENT 485 SY $3.25 $1,576.25 485 $1,576.25 14 HYDRATED LIME I1 TN $175.00 $1,925.00 11 $1,925.00 15 BRICK PAVERS(CO#1&CO#2) 1099 SY $92.00 $101,108.00 1099 $101,108.00 16 CONNTECT TO EXISTING HEADER 54 LF $30.00 $1,620.00 54 $1,620.00 17 4"CONC SIDEWALK(CO#1) 62400 SF $3.25 $202,800.00 62400 $202,800.00 18 BARRIER FREE RAMP TYPE M-2(CO#I Delete) 0 EA $1,800.00 $0.00 0 $0.00 19 BARRIER FREE RAMP TYPE C-3 3 EA $1,500.00 $4,500.00 3 $4,500.00 20 BARRIER FREE RAMP TYPE P-I (CO#1) 8 EA $1,500.00 $12,000.00 8 $12,000.00 21 BIKE RAMP 3 EA $1,200.00 $3,600.00 3 $3,600.00 Monday,March 5,2018 Page 2 of 6 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number I Contract Limits Payment Number I Project Type EARTHWORK&PAVING For Period Ending 2/28/2018 Project Funding 22 SEEDING,HYDROMULCH(CO#1) 54079 SY $2.00 5108,158.00 54079 $108,158.00 23 12"ONDT PVC C905(CO#1) 106 LF $60.00 $6,360.00 106 $6,360.00 24 8"CONDT PVC C905 210 LF $54.00 $11,340.00 210 $11,340.00 25 6"CONDT PVC C905 210 LF $42.00 $8,820.00 210 $8,820.00 26 6"CONDT PVC SCH 40(T)(CO#1) 2412 LF $30.00 $72,360.00 2412 $72,360.00 27 4"CONDT PVC SCH 40(T)(CO#1) 2412 LF $20.00 $48,240.00 2412 $48,240.00 28 2"CONDT PVC SCH 40(T)(CO 41) 1206 LF $14.00 $16,884.00 1206 $16,884.00 29 TRAFFIC CONTROL 3 MO $1,500.00 $4,500.00 3 $4,500.00 30 4"COLORED CONC SIDEWALK AUTUMN 11904 SF $7.50 $89,280.00 11904 $89,280.00 BEIGE COLOR(CO#1 31 6"SIDEWALK CURB(CO#1) 1224 LF $20.00 $24,480.00 1224 $24,480.00 32 6"LIME TREATMENT(CO#3) 322 SY $4.00 $1,288.00 322 $1,288.00 33 REMOVE CONCRETE CURB&GUTTER(CO#3) 296 LF $30.00 $8,880.00 296 $8,880.00 34 REMOVE CONCRETE SIDEWALK(CO#3) 1881 SF $2.00 $3,762.00 1881 $3,762.00 35 7"CONE PVMT(CO#3) 307 SF $50.00 $15,350.00 307 $15,350.00 Sub-Total of Previous Unit $1,773,632.25 $1,773,632.25 PAVEMENT MARKING&SIGNAGE IMPROVEMENTS Item Estimated Unit Unit Cost Estimated Completed Completed Description of Items Total Quanity Total--------- No. Quanity --------------------------------------------------- --------- 1 REMOVE 4'PVMT MARKING 526 LF $1.00 $526.00 526 $526.0 2 4"SLD PVMT PARKING HAS(W)(CO#1 581 LF $2.00 $1,162.00 581 $1,162.00 3 4"SLD PVMT MARKING HAS(Y)(CO#1) 7914 LF $2.00 $15,828.00 7914 $15,828.00 4 4"BRK PVMT MARKING HAS(W)(CO#1) 1506 LF $2.00 $3,012.00 1506 $3,012.00 5 8"SLD PVMT MARKING HAS(W)(CO#1) 36 LF $4.00 $144.00 36 $144.00 6 8"SLD PVMT MARKING HAS(Y)(CO#0 324 LF $4.00 $1,296.00 324 $1,296.00 7 CROSSWALK 24"WHITE 4"BLACK CONTRAST 601 LF $22.00 $13,222.00 601 $13,222.00 MARKING(CO#1) 8 2"LINE 2"GAP W/CONTRAST BLACK 72 LF $30.00 $2,160.00 72 $2,160.00 OUTLINE 18"WHITE 4"BLACK(CO#1) 9 LANE LEGEND DBL ARROW I EA $500.00 $500.00 1 $500.00 11 REFL RAISED MARKER TY 1-C 147 EA $4.00 $588.00 147 $588.00 12 REFL RAISED MARKER TY#-a-a 151 EA $4.00 $604.00 151 $604.00 13 INSTALL ALUM SIGN GROUND MOUNT ATC 39 EA $1,400.00 $54,600.00 39 $54,600.00 STANDARD(CO#I) Monday,March 5,2018 Page 3 of 6 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number I Contract Limits Payment Number I Project Type EARTHWORK&PAVING For Period Ending 2/28/2018 Project Funding 14 INSTALL ALULM SIGN TO STREET LIGHT 8 EA $800.00 $6,400.00 8 $6,400.00 POLE ATC STANDARD(CO#1) 15 INSTALL END OF ROADWAY TYPE III 132 LF $25.00 $3,300.00 132 $3,300.00 BARRICADE(CO#1) Sub-Total of Previous Unit $103,342.00 $103,342.00 Monday,March 5,2018 Page 4 of 6 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number I Contract Limits Payment Number I Project Type EARTHWORK&PAVING For Period Ending 2/28/2018 Project Funding Contract Information Summary Original Contract Amount $2,036,735.75 Change Orders Change Order Number 1 $12,761.75 Change Order Number 2 Change Order Number 3 $42,501.75 Change Order Number Total Contract Price $2,091,999.25 Date —tc—/o Total Cost of Work Completed $2,091,999.25 tract Less %Retained $0.00 / Net Earned $2,091,999.25 !1'7o"t"Date 3 —/ ( � Earned This Period $2,091,999.25 Inspectio upervisor �) 9 Retainage This Period $0.00 ate "l Less Liquidated Damages Projec anager Days @ /Day $0.00 I Date LessPavement Deficiency $0.00 1 As . i r PW-hifrastructure Design and Constructlin Less Penalty $0.00 WDate /�? Less Previous Payment $0.00 Directo Contracting Depart nt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $2,091,999.25 Monday,March 5,2018 Page 5 of 6 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number I Contract Limits Payment Number I Project Type EARTHWORK&PAVING For Period Ending 2/28/2018 Project Funding Project Manager NA City Secretary Contract Number 2100832 Inspectors RODGERS / MOORE,R Contract Date 5/28/2017 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 $2,091,999.25 Less %Retained $0.00 Net Earned $2,091,999.25 Earned This Period $2,091,999.25 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 $2,091,999.25 Monday,March 5,2018 Page 6 of 6 m a F �Q LO z® O v N "UCR ul Fo6C; CD 0in w w bM w •- o P Tom' Cl a_ C m m ry to oV z ov K W m°r-' � N M z O � � m W r Z N coPt S m o rte., Q Q @ n P tl W C c fii 3 W O zz . [t y d m m 19 3 m v gid `= CIL a o ,A `m 0 0 N CL Q 3 = a 0- 0 r @ o w O ro �j En > 0 >176 W 0 c 2 4IR L 3 ® o $ 0 0 p m ��' d Z c r co N y o7 KC d cl N v r W = O Cri w ? Z I F o E 4 w , E- w w Z w ~ o vUo U J° N ¢ s d � wZ w O d � OQ N -5 O O Or cLa o � � � ° 8oU�LL WI � zw cu" -j zw ZdpOR O =4 iR WW 10 ow CL v at N m Ot m p. CD c 0 0 0 t.O<::'J" O O C7 c1 C O tf7 O Q pp L... a Y C' n C, CJ J Or �;� 0Ot�00 OOQ7 ]0m 44OOt1D.,.:F C PgM W G�7 ;V OF 7 f'O '3*•,O C .-M ii?NtYV aO[O[^:CV W W s 10F i.r fA ta-11 N ) J YM )N4} MS[3Otz) t.: In 1t7 7[�.1a M 3 V3 t)r:a W S�'?<- 1--al ~ 4014 0 to IdN� _ mr '•. ) cS O ->dfc> t asr ar„ `f N LD� w u� e» zh �fi in F-s�-- 0 0 SO pp O SO O O O O O O o O O O O O o pp 0 0 0 0 0 0 o 0 0 0 0 0 0 0 6 0 0 0 0 0 0 0 0 IllOO NOO N SO O O O Q 000 QO a000Q 00t7QO UJa D0000 OOn00OOaO:OO SIV GV C'7 Sn CV c7Fo0o(�i006 V Nhl cVr�}}((V1I pp00LL) Up tOpSI70tt7 G7o 1O{[yO60p00.0r ddb hC4 H NOro8 EH , "l, 6% b3N MSOOON IL'�7 i(7 t0 W.-N ter Nth00 t('7-t�t00. to _ I[OO EH tYi V'GO fA CL M' tR to VJ N M t0 O tff r r V3 r E� ~ [fl ER!R r FH Or z � V c M 'EOL U W Y m O C d C U LL - o U ca :49� �jnz-cdto' -3t� }g UFU m SCL 3 c � m�oo�g¢ tdQLtomm¢ �= nos- xx mQz cc .Y Ea W`r =Z3:i0fix.. om 000 {{ao ni SAD 4) ms3AFH �UT2Z= r-CL mwc� [� ymVm > >'s m2 EUU0L) c ooGo�f- mmmmmmmt�3 = acm=U_ O�a ®n �rom�Y E � E>�Ilu7u3,L-���`m0 m��m pUUUUU(.>UUUU o ' m0.N m m=� UUP m to m m u ro H o -.. o �� > � __d- mmcm3 4ff.n.a:o:da.n:0. 3z �a o E m iY ; 00 �6 to-16 �ro UUUUUUUUmm-� s �.a m c �Erocov4mmcZi-M-f-EEEEE9?� mE o � ��tYfYOC��aahWWnomd £ ,C m0:2 P- 890040 p >}> >>� cC7in7.iDiv�o:townl<.T� SUmSF- NCO U Z i V?c LLLL GtU ZZZa(10.0.� Ld m = m C_ J G.q UIN NNirl etdu7 tD ShU W aM OaOpaa CO `m m m`N OOOQQYp� Q _ Cv OW tAN W NNd co m UO QU�yap 5O•E'E�.-UUUJ 6 JEA tDtA � c �000aOooac�idoc+in Q a-ppd nOVO m m0 iJ} m W_ NU W N cvNm g wca 06 E' U C m�o�M n t7io'vN� -EU]IL t-0000000a'-�oaF-U c-�'n _ vomm o :�= i0r 7 O t--N doCVB3� Eoii roac:l000dNMWrN tit I^-'wt �.� d r�}}vdrd V cd0��pgo$m M 00 N 000 p0000 t4 Ly-tea to M�R MCM KJ MMM WOf xF-'0 t( V NM M QpWjOoCQ�000ao ON NO to Ut M W G CS i�7 CJMMC7 M 6)W M V M M tmv p 7 t.A 0 d i O O O F U N A m o o O�O r+ d N W m C O ❑ a j o Q a W O O N O CD W W p Of 070 670W W tppa tQa�� T W W O 0)W Z II W Ga. W W W . O h- ?.}Z}LL LL LLQQdd?-LL LL LL U-LL LLLLLLLLLL ILQQILLL U-U-LL LL LL LL LLLLII-U- Q�� �U- tlJtl�tn0[1j[p(nJlflWff}JJJJJJJJJJJIUlll tWL LLt[ll-a ZJJ�!_IJ w J O G m 7 } U W X37 C: d. F-J' trtq.- - r W .G �"'i?,".r0.1 tS• W O cD o O WL� M O i� S''n' Z IIN U 4 C l 4'VtL7.m ,"N C V'd F N z,>tC.M N .y d [ N ltOO`r r, C'J C O 0 v CCli to t_rr rLV oOWIVNNNcel tMtD D h U�rd <[ V �Ydd dtO W+OW WOtr-00 dUFNM�rQDCtQD hFF V) OO(D MSn dtAdO ❑ m U GCI 3 0 Y E N 0 ID a a o a $ ID N c6 LIE."Ll I I I-.1-i m O r t m r ��a Ch��pp r t•. po�at t p x r ID'� LU a d 16 x ° ° �Ug W M§W Y r} t— E a � _ tlE abM3 � ma cg� Qc�� o a I U ..a q to M 2 p NJm�-0-0 a 9 �. zw a 0 05. Lu r if g w � 2 i w. ca IL F- =\ \ U Q ,o to vOi Z 0 a� U a, o 2 � t7 ai '4: J Ci `l w O O O O O M O O O Qj 0I , ~ d N N C W � � N r N O NM NM MM O Auj V C O Z Z O o. Q WN JC" w o h U Q U N Z N OIO n N 10 N ~ O p w N N N d O ❑U O o W m ~ c Cl) N ~ o o N W Z ` v� u� p' N ch U n O d r F Z v o Z N W K a o n o 'on "'• c m Z O F V r m m ci �Q H O a Twp' �1D•. ami V IL U O O N O O _ f9 N N� f U Q V! 1A U E_ 0 0 Q Z Z o '� o c o (1) } cc g, K O ocr v o 0 cu E U d d L v Y o cwn c6 0 0 0 Q -(OLE C c o 0 n d J 0 co m C/) v W > cuCL ?� W 13) ai m w v o F o co Q ; .n c o O m � U o o N O Co Oco 00 0 Cl) N tl') Oa O Q U O h U > o cv d d 0 M S � Z w o r W Z U S 2 Z 09 N O 4t; It W = QZz N o U U Q U w U 1- O� O w WI- Q o LUj o Nh- 0 LU Z < M LU LLJ W W 0 0 0 IL Z h- p ~ > -jU 0 U O o O F- 0 0 � Fa v W� °- W W W -Wi Z o F 0 -jo N Z a � � LU O t¢i Q W J Z o w v a U U U U) IL — n ro WWO 0 OC3M tg 0O ;ow ci tp 9D 't 111000 sA 00 C o E6 a. w ,n u) In co 61* z D ui z o m cl LU cl o < co o LL 0 C)0)od.T -- Off} a m Tu 'L,()(L Lc, n , ao3 xv E Z Q ..2 0 LU 0 0., z w IL 0ae 10 Nov 1 X w CL lu-T i.- 0 117 3: Q ou w 80 OI- zLLL u. I 2 E 0 w z do a3 (o co 'a LU MOz o o) O ul 0 uj if W[ —0 0 04 0 z T3 m ro U U) a 0 0 F- 0 z ❑ U �j i iN O O O U = o O U N y O W O O o Q' o ai rn N 4 (n a N M N N V d o77 C U pG W: wz M is Q W M 4cs * N o _ �`, f � U o 0 r r {} OI V o N N > o O oU N W Z m � U a o p N rn ~ wci LO N Z oi V O Z i rn U a)csi U Z N K Q o n .n o !h �`! o m Z O F a ~ OMi W cl U p¢ U o o N a 0 » cj N U U o 1- W K Q Z Z } o o N Q.. C C C 3' ci OI p ro E U s L m U oo u°'i W a > d d m p a o W m > o in cN f a c o c O w 2 0 � 3 0 o� W = _ W «s aa) o _ O Oro g ro � U) U c, w 3 am i .. 9+ p ° ro a C9 m c o o o c6 U LL � c o 0 0 ro o m o 6 U Z c r, ap V• d j U � o N > 4) Q ro o 0 p O U_ c.i o W N O k W o LLI U U Q U U U R F- F- U N V "7 '� Q W H O w n' O W Z I— W 0 0 Z o o of a z jz p j I— U O d d D U OU O v 0 0 Ix 0 � ly U W W W V W ¢ n ¢ F o '1¢ w Q I— k } Q W W O 0 0 0 o w Wn 0 FO Ou ., W = Z cci w cci o� ¢o of F N pm �1 (3. od{gipp tOp mOON In Om NOI O'J to t7 o cm N F�E F"'v3 in Vi aooaoa w oonoor� f avvitiAl a 40 r � x � ca �' m a � � � c W ® U m Y3 y U a E d y a ci m z 0 Fo F a- mmL�',�SQm a E ct7ca y �.-i� i ro .fir O to S7 J � W p co `s o caw c E Km z m 0-4 U QQ �j o w O G Z Sc 41 5 o gg Q tc �i j W c t m 0 } ® ID to ¢ a x a x Q a � Z a aC S a v d � d FORTWORTH, REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Name Alliance Town Center North At Founders Wa ter Construction TX,LP. DOE Number DOE Inspector TommyMcKinnon CPN# 100832 Project Manager DOE Inspector Water ❑wastewater ❑Storm Drainage 0 Pavement Go al Sahu Initial Contract Amount Project Difficulty Q Simple 0 Routine Q Complex $2,036,735.75 Final Contract Amount Date $2,091,999.25 3/6/2018 I1)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 3 g 6 1 Submission of Documents 2 Y 2 Public Notifications 5 N Y 4 20 20 3 Plans on Site 5 4 60 60 4 Field Supervision 15 Y 15 Y 4 60 60 5 Work Performed 3 60 45 6 Finished Product 15 Y 15 Y 4 60 60 7 Job Site Safety 4 60 60 8 Traffic Control Maintenance 15 Y 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 N 12 After Hours Response 5 N Y 3 20 15 13 Project Completion 5 341 TOTAL ELEMENT SCORE(A) BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating(ITS/MSl*100%) 341 / 368 = 93% Performance Category Excellent o 0 0 0 =Good >80%=Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80% Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor S_4cL�/ Signature DOE Inspector' upervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORT WORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 2/21/2018 Name of Contractor Project Name Conaster Construction TX,LP. Alliance Town Center North at Founders Way DOE Inspector Project Manager Tommy McKinnon Go al Sahu Project DifficultyType of Contract DOE Number J CPN# 100832 O Simple 0 Routine Q Complex ❑Water ❑Waste Water ❑Storm Drainage Pavement Initial Contract Amount Final Contract Amount $2,036,735.75 $2,091,999.25 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent RATING ELEMENT RATING ELEMENT (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector y 1 Accuracy of Plans to Existing Conditions 2 Knowled a of Inspector IV 2 Clari &Sufficiency of Details V 3 Accurac of Measured Quantities y 3 A licabili of Specifications � 4 Dis lay Of Professionalism 4 Accurac of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs of 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Pro'ect Mana er Y 1 Chan e Order Processing Time 3 Communication y 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid O ening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor15 / Signature DOE Inspector Signature DOE Inspector's Superviso INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (D (817)392-7941 •Fax:(817)392-7845 CONSENT OF OWNER ❑ ARCHITECT ❑ SURETY COMPANY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American institute of OTHER Architects,AIA Document G707 Bond No 0207182 PROJECT: Alliance Town Center North (name, address) Founders Way& Hillwood Parkway TO (Owner) Fort Worth,TX HILLWOOD ALLIANCE SERVICES,LLC AND THE -I ARCHITECT'S PROJECT N0: CFA No.2017-037 CITY OF FORT WORTH CONTRACT FOR: SanitarFort Worth,TX Water F Sunders Way Sewer IppHillwo ements Parkway to serve Alliance Town Center NorthL _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 there insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road , SURETY COMPANY Greenwich CT 06830 on bond of (here insert name and address of contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. TX 76119-6035 , CONTRACTOR, Fort Worth nd agrees that final payment to the Contractor shall not relieve hereby approves of the final payment to the Contractor, a 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, 26th day of January,2018 the Surety Company has hereunto set its hand this BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal): `Signature of Authorized Representative � Attorney in Fact Robbi Morales 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-7280g 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. d KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly onstituted organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,na DeLene Y and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna, Don E. Cornell; Marshall; Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; or Tina McEwan of Aon Risk Services Southwest, hie of I Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, of ing that no acknowledge and deliver any and all bonds and undertakings,with the exception Financial 000.00 Guaranty to the same extent aso vifsuch bonds single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000, ), had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. b ; This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, Power of without giving effect to the principles of dl ado ted at a meet ng f the Board of Directors Attorney of hCo pany held nis granted aJan January icts of laws thereof. This 25nt to the 2010:following r- resolutions which were duly and valt y p > the Chairman of the Board, Chief E c ' RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant o 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 0 o corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such ¢••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,except in the man er 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 p RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and 0 t`n further " RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 3 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 b person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have -n ceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its o 14 corporate seal hereunto affixed this day of 1\�/A//1 f'� 2016. Berkley Insurance Company Attest: i, ;/� B c -b (Seal) By �� Je' hlafter Ira S.Lederman S h1oi•V 'President Executive Vice President&Secretary E °*Q WARNING;THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPE b STATE OF CONNECTICUT) N 0 ) ss: COUNTY OF FAIRFIELD'S U } , Sworn to before me, a Notary Public in the State of Connecticut,this 2 Z day o 2016,by Ira S.Lederman and JefFrcy M. Hafter who are sworn to me to be the Executive ice Pidsidel t and Secretary, and d Senior/Vice President, Q respectively, of Berkley Insurance Company. NOTARY PUBLIC .� MY COMMISSION EXPIRES Notary Public, State of Connecticut U APRIL 30,2019 zCERTIFICATE d INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct I, the undersigned,Assistant Secretary of BERKLEY 3 y and complete copy of the original Who executed he bond or undertaking tttorney has not which this Powereof Attorney is attached,and full tforce tandreffect as Attorney-in-Fact set forth therein, of this date. Given under my hand and seal of the Company,this 26th day of January (Seal) Vincent P.-Forte 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 ��ANuus CONATSER CONST R CTION TX,LP BERfKA Stole 04 iexos JOMy commission ExpiresSeptember 18, 2c19 Brock Huggins Subscribed and sworn to before me this 261h day of Janu Notary Pu in Tarrant County,Texas 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 CONTRACTOR: Conaster Construction TX,Ll PROJECT NO.: 100832 N/A DOE NO.. PERIOD FROM:OS/29/� TO: 02/09/18 FINAL INSPECTION DATE: 9-Feb-18 WD CD WORK ORDER EFFECTIVE: CONTRACT TIME: DAYSDAYS REASON FOR DAYS DAY OF REASON FOR DAYS DAY OF CHARGED CREDITED CHARGED CREDITED MONTH DURING MONTH DURING 16. 1. 17. 2. 18. 3. 19. 4. 20. 5. 21. 6. 22. 7. 23. 8. 24. 9. 25. 10. 26. 11. 27. 12. 28. 13. 29. 14. 30. 15. 31. DAYS TOTAL SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* CHARGED DAYS & HOLIDAYS &TOO COLD RELOCATIONS k 257 257 257 257 257 *REMARKS: 3 DATE CONTRACTOR DATE /EPAFTAIENT TOR ENGINEERIl� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012 6311 (817)392-7941 •Fax:(817)392-7845