Loading...
HomeMy WebLinkAboutContract 48510-FP2 FORTWORTH. CITY SECRETARY CONTRACT NO. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) �tr—/) City Project Ns: 100517 �T ,e.1 A6 fig#.�7o Regarding contract 100517 for WALSH RANCH-QUAIL VALLEY PHASE 2A 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. M Original Contract Price: t $582,271.50 � °d r Amount of Approved Change Orders: w C $301,369.75 NO 1,2,3,5,6 d :+ o i; C Revised Contract Amount: ^ 0 0 C a 5, $883,641.25 cn ) m n. Total Cost Work Completed: 0 c d = r $883,641.25 O d t ° L c m °tf 00 d tr d :: cs m o E N � c.� ° � rn a M V d M &. cj Q ,cy d Iuj QZ 0 d d. V lE dd NOW � L 0 C m y f� Ua � GUC9F- t� 1 Recommend f cceptance Date Asst. Directo , - Development Services Accepted Date 4M Director, TRANSPORTATIO & PUBLIC WORKS Asst.(C9 Manager Date CommA198: O"ICIAL RECD CITY 35CRETARY Rev.9/22/16 FORT ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH-QUAIL VALLEY PHASE 2A Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 100517 DOE Number 0517 Estimate Number 1 Payment Number 1 For Period Ending 10/4/2017 CD City Secretary Contract Number Contract Time 12aD Contract Date Days Charged to Date 214 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER/ HOUSTON Wednesday,February 21,2018 Page 1 of 5 City Project Numbers 100517 DOE Number 0517 Contract Name WALSH RANCH-QUAIL VALLEY PHASE 2A Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/4/2017 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -- - --- - 1 21"RCP CO#3 199 LF $45.00 $8,955.00 199 $8,955.00 2 24"RCP CO#1 200 LF $50.00 $10,000.00 200 $10,000.00 3 27"RCP 36 LF $55.00 $1,980.00 36 $1,980.00 4 30"RCP CO#1 1003 LF $65.00 $65,195.00 1003 $65,195.00 5 36"RCP CO#1 CO#2 508 LF $82.00 $41,656.00 508 $41,656.00 6 10'CURB INLET 12 EA $2,600.00 $31,200.00 12 $31,200.00 7 FACTORY STORM WYE CONNECTION CO#1 11 EA $300.00 $3,300.00 11 $3,300.00 8 24"STORM DRAIN PLUG C041 4 EA $300.00 $1,200.00 4 $1,200.00 9 27"STORM DRAIN PLUG I EA $300.00 $300.00 1 $300.00 10 4'STORM JUNCTION BOX 2 EA $4,000.00 $8,000.00 2 $8,000.00 11 5'STORM JUNCTION BOX CO#1 2 EA $5,000.00 $10,000.00 2 $10,000.00 13 36"FLARED HEADWALL 1 EA $3,000.00 $3,000.00 1 $3,000.00 15 TRENCH SAFETY CO#1,CO#3 2131 LF $1.00 $2,131.00 2131 $2,131.00 16 MEDIUM STONE RIPRAP CO#1 CO#2 29 SY $55.00 $1,595.00 29 $1,595.00 17 36"STRAIGHT HEADWALL CO#1 1 EA $3,500.00 $3,500.00 1 $3,500.00 18 15"HDPE PIPE CO#1 5 LF $40.00 $200.00 5 $200.00 19 15"STORM DRAIN PLUG CO#1 1 EA $500.00 $500.00 1 $500.00 20 21"STORM PLUG CO#3 1 EA $300.00 $300.00 1 $300.00 Sub-Total of Previous Unit $193,012.00 $193,012.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"CONC PVMT CO#1 7348 SY $33.50 $246,158.00 7348 $246,158.00 2 6"UMREINFORCED CONCRETE PAVEMENT 604 SY $28.00 $16,912.00 604 $16,912.00 3 6"LIME TREATMENT CO#1 7645 SY $3.00 $22,935.00 7645 $22,935.00 4 HYDRATED LIME CO#1 122.95 TN $175.00 $21,516.25 122.95 $21,516.25 5 BARRIER FREE RAMP CO#1 12 EA $1,200.00 $14,400.00 12 $14,400.00 6 5"CONC SIDEWALK CO#1 10850 SF $4.00 $43,400.00 10850 $43,400.00 7 STREET HEADER 25 LF $20.00 $500.00 25 $500.00 8 TYPE III BARRICADE 1 EA $800.00 $800.00 1 $800.00 Wednesday,February 21,2018 Page 2 of 5 City Project Numbers 100517 DOE Number 0517 Contract Name WALSH RANCH-QUAIL VALLEY PHASE 2A Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/4/2017 Project Funding 9 4"SLD PVMT MARKING HAS(W)CO#1 470 LF $1.50 $705.00 470 $705.00 10 24"SLD PVMT MARKING HAE(W) 22 LF $12.00 $264.00 22 $264.00 11 FURNISH/INSTALL ALUM SIGN GROUND 17 EA $650.00 $11,050.00 17 $11,050.00 MOUNT CITY STD 12 14"SLEEVE CO#1 155 LF $58.00 $8,990.00 155 $8,990.00 1 GROUND BOX CO#6 6 EA $750.00 $4,500.00 6 $4,500.00 2 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 3909 LF $3.00 $11,727.00 3909 $11,727.00 CO#6 3 2"CONDT PVCE SCH 80 CO#6 3909 LF $8.00 $31,272.00 3909 $31,272.00 4 FURNISFYINSTALL 240-480 VOLT SINGLE 1 EA $7,500.00 $7,500.00 1 $7,500.00 PHASE TRANSOCKET METERED PED CO#6 5 RDWY ILLUM ASSEMBLY SPECIAL CO#6 31 EA $5,000.00 $155,000.00 31 $155,000.00 6 RDWY ILLUM FOUNDATION TY 12 CO#6 31 EA $1,000.00 $31,000.00 31 $31,000.00 7 LED LIGHTING FIXTURE CO#6 31 EA $2,000.00 $62,000.00 31 $62,000.00 Sub-Total of Previous Unit $690,629.25 $690,629.25 Wednesday,February 21,2018 Page 3 of 5 City Project Numbers 100517 DOE Number 0517 Contract Name WA-LSH RANCH-QUAIL VALLEY PHASE 2A Estimate Number 1 Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/4/2017 Project Funding Contract Information Summary Original Contract Amount $582,271.50 Change Orders Change Order Number 1 $20,792.75 Change Order Number 2 ($18,988.00) Change Order Number 3 $806.00 Change Order Number 5 ($4,240.00) Change Order Number 6 $302,999.00 Total Contract Price $883,641.25 Date '7 Total Cost of Work Completed $883,641.25 ntrac Less %Retained $0.00 Date Net Earned $883,641.25 Earned This Period $883,641.25 In ecti upe is Retainage This Period $0.00 e�A Date (�J/ Less Liquidated Damages Proje t n ger Days @ /Day $0.00 Date•734 V LessPavement Deficiency $0.00 t r Less Penalty $0.00 I L✓. �✓ D e 3 z,of$ Less Previous Payment $0.00 Directo Contracting Departmen Plus Material on Hand Less 15% $0.00 Balance Due This Payment $883,641.25 Wednesday,February 21,2018 Page 4 of 5 City Project Numbers 100517 DOE Number 0517 Contract Name WALSH RANCH-QUAIL VALLEY PHASE 2A Estimate Number i Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 10/4/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / HOUSTON Contract Date Contractor CONATSER CONSTRUCTION TYLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 214 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 $883,641.25 Less %Retained $0.00 Net Earned $883,641.25 Earned This Period $883,641.25 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 $883,641.25 Wednesday,February 21,2018 Page 5 of 5 WORT H- rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Walsh Ranch Quail Valley 2A PROJECT NO.: 100517 CONTRACTOR: Conatser Construction DOE NO. N/A PERIOD FROM 01/30/17 TO: 08/31/17 FINAL INSPECTION DATE: 12-Oct-17 WORK ORDER EFFECTIVE 1/30/2017 CONTRACT TIME 120 O WD O CD DAY OF DAYS CHARGED REASON FOR DAYS DAY OF DAYS CHARGED REASON FOR DAYS MONTH DURING CREDITED MONTH DING CREDITED 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 OTHERS ' DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 0 0 214 214 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 214 214 TO DATE *REMARKS. v -3-17 NTRA R DATE INSPECTOR DATE _ ENGINEERING DEPARTMENTi(� The City of Fort Worth•1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845 _ = 7 \ y § g z 2 = » o _o 0 0 / J ( o m = a j / m 2 \ § \ > z o ~ d ( \ ) ) « / m m # m m # # § @ / ) \ 0 j § \ \ \ / \ z m ,` % ƒ o & ® < 2 \ \ m . > k to k q§ A 7 % m ) / m m \ 2 E m k §2 / ° ` / \ \ ^ ) # - 0 ; z j , / § # # § � zr o m / § ` 7 m $ ° * ( \ \ * e / 0 $ \ ° .. \ $ \ / / ) \ \ � � \ } / W 81 \ \ \ , U0 = r m Ge m } , t i / \ \ \ r \ \ \ co ( n JJ 2 ¥ m ) a \ FF > / © .. .. § m 2 § \ - e o / § \ I \ 0 23 \ \ a2 ff z g § n { - ; g m � f ° � k / W o \ \ \ o § \ D r /? rn�\ 0Em /7 7 / \ § S j § a (D o m (D G N N N 3 (D (D 0 Q n N 7 O n 3 N D o c N N((D( D zD CD m m m m O 0. m 3 N co m V OD J M to A N � ry :r < (D O 3 O N � N D 0 (� N N '(D co V W (n A N (O d) (n A W -� D7 fn A N S du J (.n A N p N W O � OCn) W OOo N[D(A M nO OA W _I Oo CW O O n3JD3 N r rCnm�co U) mr m�cl- wwwwwww r mmmmrrr rrrm rmm�fnnrr mmommmr Z 'nm-n>z DmDmmDDDDm�1m T nTD TDDD nmDDzDDDT p � (owwwwwwwco cowww ppwwww DwwwwwwcowwOwww ON N N)N K)N) O (O W W W w W W w (o W W W w W w W Co i W 'D O ;p O A A W O O A A(O 0 A A� (t) 0 0 12 � UOi N N N (n(O N " N N Dm �Iww� � w D (o �vcn (o mcfl (fl mY' < 0000060 Z O O W 0 0 0-- 0 0 0 0 0 0 :EO O A W i N N N 0 0 0 0 0 --� co W O O O W V) A Ln O O O O O O O W W N m O N m 0 0 : --'W N 0 � O O N 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O) O O O O j O O W N N N co A 0 N m n W N O A W N co W O ' W Ln Co --1 A 0 W 2 O O) O ffl W -I m W N N m W W N- 1 -1 m OD 0) W N W N_-� W (�TI .P - OD M D A = _ _ N(T 6)N m N Oco O) O A 0 m N �N 0 O _ -m (D (p .�.. Nim D Cn co nro D 00 �=co Q:n To(no ;u;]o D n m m m D (7v v N<0 = Ned <D rm 3 �om3 � < D o" cs<�m c>c�nZr �C�� � �mmmn'i CD (D 0zr ° m°.3onm � � v� oD �nDmm m nm < mCmm� -1 n� (n" d A m m m o m <�A CD < 1m� 3 (T1�Cn� < c 3 C>C7 G per- ��� v > > m <D �- fl- ((D rm < pm gm m Oo Cpm m CD m m m N v < 3 _> >m m�_ Z 00m z.tn� <(D w (D d.N (D (D N N O d.3 to N N N fD 0 A (D m � m (Dw CD w CL U '. m Oo a V) n �m �t� G D) a J O C n J cn Co "+ _ O D m -o CL '(Do m c N m o (D m 0 0 (D (D m c m � 3 � O Z z Ffl EA fA ffl Efl ffl fA H3 -Z69 -i (fl fA W N Coil ffl y3 O W y)A A W N Efl N N Efl(T G9 0 O W W w M m In CD W 0 O ffl V N O O O p H1 (n ffl f!)O J W COW o A 0 N Efl 69 O O O O W 41 N Efl EA O) O 0 0 0- ffl P 0 0 0 0 Vl W W A O U7 W W O O o Vt N 0 0 0 O N O) O N W O O O O o O O O O O O N () O Vt O o 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0000000000000 m 0 o 0 0 0 O o 0 o 0 0 0 O o 0 o O O o 0 0000 O O O O O O O O o 0 0 O O E» ss cn <n N fA W[fl Efl A &i fA 69 Efl EA W fA fA ffl J fA EA fA fA b9 Efl Hi Efl EA EA N Ut DD W N _ W 69 Fp w bq_ N Vt y) V O U) �i_ A J N 0 W_ _ kn N A W N O) DD A O (O ( 1fl M A ' W (71 N N - C, --' Cn O W W W N J OD 0 -A O (!1 O --�O OD N N N A 000 D O (O- O O O)W O (D O O O O O) W O O O O J N O O W W d)O 0 0 0 Ul N A Ul O O O O(n(O r N O (O 0 0 0) N N P O O P O W N 0 0 0 0 N p O O O O O O A O O O O W (n 0 0 0 0 O O O) (Nii O O O O m O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 00 T N u (D N » ; / - z } / j - k \ m 2 'D� _ ( ~ ;um z `C) ( ) } t / 0 @ f ; /] /& ( { m cm m \� ® ) § / }f \ z --1 0 . 0 3/ ( \ \7 'D �, �§ § } � / m= j 2 / @ j » \} \ X k§ k } c ® E» ° mrn � § ( n <0 A 2] 2 } ( wy /$ § ) § ( ® "S / CL ` 0 )/ }� 7 ] £ z f ; R ;v2 = ; » m ! 77 ) 7; § & En ) J2 q ;E � , / K{ X (\ a ( /2 © § 22 m , _ ) [ / a , ; !/ _ m � ] z CL 3 { ] / EF fD G) \ . § J d \ \ \ ) j ) \ \ m \ \ m j \ z o ( 4 m ( c) � ) c § / m § ^ § q ^ # / § z § ; / q ® d e \ \ / / \ \ / ) / / 6 §\ } 7 - m J 0 ) \ m m \ \ E ) ( 2 2 / \ / \ \ ^ \ 2 / =1 -i { / # # / m ; 50 o ) \ ` 9 ° 7 ° z � 2 \ \ ® X C) Cl41 6 _ / a ) $ \ o f c ) { ° k \ 2 }/ * a § < � / \ \ / & D0 = 7 $ °2 [ \ 2 CO W t \ \ \ ; g2 \ m \ \ ) & $ z { f .. .. q m § \ e o \_ § $ \ } \ § \ \ 2 j d \ \ . i ` 3 \\ \ ° \ k � dd & # k m / � � / 2 / e 82 ? /0 \ \ / \ \ M \ 2 / ] Ch/ g ( 0 ® S \ \ � o m < N N N 3 (D D A o (D o N v a fJ C? j o N m � � m *} m m 3 � (D O � O � N N D o C� m w w N W � M s o 3 O D Z o A o 7 N Cn r c <T z O w D z o 0 n oO G7 Amn m K (,)-a m A O a �n 3vy 5�2 n m o N rq N (D N N a � m m m 0 z c z Fn to cn m p N n o o m !9 bs co w ut O m o m D PDo m r o o o 0 0 0 w d ID N N £ ■ ® S z \ CA§ z \ / z ) ai e & ;u § • e a m _ g / 7 § m§ / k \ m §} ? a ` z §k § o z g 0 § . 2\ a '10 mz | � CL Z \ �m§ 7 \ k§ §� m§ mJ m� � k ) 0 m 7 ( z @ q « \ } � ` k A § _ \ k § ! ƒ > o n g o 2 -n « $ o _0 0 0 - / ) \ ( / ) { / § \ m 2 j m j § k o # 0 , g > ) > p § # \ q # # a @ § o 2 ® \ m ° 0 / o $ $ / o > } m ` ` $ ; \ , ® 2 0 m 0 ) ? § ) ` > i \ m \ \ / \ § (\ / > ° \ \ -i ® \ y / �> \ { / # # rD > m ( moo o m / § ` % 7 (D \ 5- \ \ e 2 m / ) (D \ o £ e G ) { ° » / d 0 / n \ § . < 0C � j \ 0 & / $ 22 \ \ { § / \ \ \ m \ \ \ , 2 p2 \ ® \ \ ) f % FF § / 2 5 \ e o j ) 2 \ \ \ \ \ 0 2 j 5 z \ Hy 7f z m q ) ; e / ° � \ / w » � m .. § 6 , \ § \ � \ D ) y ° � \ ( 0 0 \ ( ; \ ) > a ® ® / k \ } z ƒ \ - ® 8 \ R [ [ \ \ ) \ � co ) � @ [ \ } CL\ 2§% \ k G) }\\/ � j C' ] 2ƒ\ /(D (m . cn 2 \ Cl 69 000 m OD co cn \ 7 m f ¢ ( k � § ( 2 z } ■ z § X F • • (n � ( ( 9 § 2% 2j m Ea■ / FYI zrn k \ 22 2 0§ \ §k | 2§ . 2 and ( z k G) — $ | « b §§ / J / §, J ) 2 / § k ` A; CL 04 k§ \ rn§ a c A k } \ » / ;` 2 £ § k § � k � \ ) / 3 � 6 G Q § % 2 _ » = 0 0 0 / 4 \ 0 z e d m ( / \ ) ) / m \ \ \ § \ § / / / < 2 0 » » / \ o § a En`0 > ( \ m § \ \ \ \ \ 0 ) (G > G / \ \ ® < z & / ( j § # # § m / ® g 0 m2 z ` > 2 f ° \ { \ \ ® e < e \ cn 0n ( \ .. 0 > 2 / CC " \ { X /\ ; o m < \ 7 / w cli � \ / ƒ / m 0m [ \ 2 - m $ § \ r \ \ \ a n / T � g & \ � � _ EE ° $ G ) � \ 00 / C- m / / j tq \ \ ` \ § \ 2 > ff 2 0 9 ) > / as m \ ® ;:v ` k mM S 0 § j � \ \ j \ n E %o » # M > {/ @2 ] Cnm \ k [ � S jk 0 A O N < O N fU �' fD fD A ry O n � N D Q D N < o C m at m m C CD o_ 'o 3 O � F N � N n D C.) s m �O N _ 7 m 3 O O 3 C N D M Z_ a o c 3 3 N O C v z 1 D w D N N m m co Z o N O w D r �D m m m ID CL m c m 0 m 0 v 0 z [fl z A � C> o n o m A A O 10 0 0 � 0 0 0 0 v m N � � k i 2 m in % k 6 z } G) 7 § / g ( 7 m q 3 E m m§ ; E G a §0 e ; n 2 &\ ® 2 i \ . 'n K (m ( z m ! )\ !Q \ k m§ � z k 99 ( k o ƒ ■ R o &] �0 \ ( § 0FA - - § Z | \c ! , _ \ ( k � 0 t m \ § k , § / 7 § m \ / \ k ` EL o 7 \ J z k Irs} _ £ ) 2 § q 2 2 = » o o_ o o / ) j / , ) [ Q / / % 2 j / ) § / § r m # m m # 2 \ 2 2 \ 0 \ \ \ \ \ \ \ \ \ rh , g { \ § ® o / > } - \ o \o j � m ` > \ \ <_ ( / ) ( \ § # # CD \ m # 2 0 m 2 \ ` % ¥ ° m { C, X } _ - \ -4 ° ° / § co k ( .. 4 ( . $ 2 2 ° / 2 e \l< CD ° § / { co C3 (D 0 CD \ 0 0 , \ m / \ \ \ m \ \ \ - E m q J4 , 0 $ $ � � \ FF § C- m m G \ / o > a $ 0 \ \ \ } \ 0 m j 5 \ ` / \\ m (D kk \ § ® da 0 ` \ 3M e » m \ \ § �\ - \ q\ ( 0 0 2 / / \ \ \ } 0 o m < � N a- v a � o � � m � � m � m m S (D O � S O N � N D n n � w W N A M M m n p N D z a N O O 7 g N C r z m � n w v w z o D o0 L7 N n m o 0 0 N' D D C7 Z r D <m �V N n 0 m m n v 0 z z en � N 0 o m 0 A A O D o O r 0 0 0 0 v m N � A � z 4 � � N ; O O 0 F d a m 0 S X p®u !� (n A 47 N D �\ M mo o am 3 o -40 Az n- �y � Z v m� x o� m o 2 a v m �? 8 n �p 2 m 0,0 `•� m z �w 10 o ' z 0 T Z 0 � Z O a m CD c i ox N D W Z 0 A I � E E I CD 8 ( § § § 9 2 � q * / § § I / / m c o ; 0 7 % Q 2 \ m ) > z o » G m 5 ] 4 ® / m m # m m # # ® C- \ \ } § / ) 9 \ \ \ ) ; 0 `a § k / m / .� / E § > } § S }G ; 0 m ` % ( § § / rn ( S K 7 § § m / / j k > � CD0 § 3 % q ) � K / < \ \ § (31 CD 0 \ ) A G ) § } / § ƒ\ 2 2 ° ¥ ( / \) } D m =I » [ m \ ` m03 co \ & \ ( ( \ ) f 2 * 5 \ 2 § CO ( ° 2 \/ - / m « a $ ) - T 00 / � § j rl % \ z % / \ 2 \ \\ z z o G ( / ( `_ � / dd m ° z m4 / § E § ( ( ® qy E$ \ ) 0 m § : § e ) ° } 4 uG ) 2 S / 0 t c _ \ / § i T zzzzzzz § \ § qq2 ■NON\ J 2 [ , } } / § Pr § � -e % / } E2CD» \ ( SS 9 § � §n§�-�§ \ . m 2 I\§\En § k)kjdk� mmaw¥e D� ao o = ft �»t7CL &kBE0 a ( & c �D, CD 2 -G n o 3 §CL § \ ) ( z / k 2 ( c CD zh #gip# q -■§ 7 §k§§)k§ m ) m�R # \ \\\\k\� / < 2 \ \ ( } m § ro k \ - 0 - k } 2 0 z 0 g ) = q [ CD « e e ( } E3 § 30 ° 7 0 §] (D } \ k q� { § n § 2y J z m x0 m )2 70 'Um� z 0 /) va m \m / m.. o A ) ) 1 m0 ) \�� m g _ o- ` k 9k ' 0a §§ . OD ) ) 0 » / z / / u & _ § # R « R k / 0 _ § z 0 0 Z FORTWORTHV8/20/I6 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR D CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction TX,LP Walsh Ranch Quail Valley 2A Inspector City Project Number Garey Houston 100517 Construction Components Project Manager ❑Water ❑Waste Water 0 Storm Drainage 121 Pavement Pat Buckley Initial Contract Amount Project Dculty $582,271.50 O Simple OO Routine O Complex Final Contract Amount Date $580,642.25 10/12/2017 ID PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 IID CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums W 448 Rating([TS/MS1 x 100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature ontracto ignature Inspector's Supervisor Signatur CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116•(817)392-8306 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 10/12/2017 Name of Contractor Project Name Conatser Construction Walsh Ranch Quail Valley 2A DOE Inspector Project Manager Garey Houston Pat Buckley DOE Ntuuber Project Difficulty Type of Contract 100517 O Simple O Routine O Complex ❑Water ❑Waste Water Q Storm Drainage 0 Pavement Initial Contract Amount Final Contract Amount $582,271.50 $580,642.25 II)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 1 Accuracy of Plans to Existing Conditions } 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities q 13 Applicability of Specifications 4 Display Of Professionalism t4 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution Ll PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments C" 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS 10 The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 .=FFIDAVIT STATE OF TEXAS COUNTY OF TARR.ANT 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•. WALSH RANCH—QUAIL VALLEY PH 2A WATER, SANITARY SEWER, STORM DRAINAGE, PAVING MPROVEMENTS DOE#: N/A CFA PRJ#:2016-085 CITY PROJCT#: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUC'T'ION TX.LP Y >^:l;Humins Subscribed and sworn to before me this I"day of September-� . Notary Public in 1 arras Cottn`v. Te as CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0204505 PROJECT: (game, address)Fort Worth. Quail Valley Phase 2A Fora Worth.TX TO (Owner) ;QUAIL VALLEY DEVCO 1,LLC AND CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.2016-085 WORTH CONTRACT FOR: 8401 N.Central Exprsesway,Suite 350 Water,Sewer,Drainge,&Paving for Walsh Ranch-Quail Valley Phase 2A Dallas TX 75225 _] CONTRACT DAVE: 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 Greenwich CT 06830 , SURETY COMPANY on bond of there 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 there Insert name and address of OwmaAf QUAIL VALLEY DEVCO I.LLC AND CITY OF FORT WORTH 8401 N.Central Exprsesway,Suite 350 Dallas TX 75225 , 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 September,2017 BERKLEY INSURANCE COMPANY Surety Company Attest: (Seal); , L�✓ Signature of Authorized Representative Robb!Morales Attorney-in-Fact Title NOTE: This form Is to be used as a companion document to AIA DOCUMENT 6706, 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. 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 DeLene -_ Marshall; Sophinie Hunter; Robb!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 001100 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 person. 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 ofA ,2016. Attest: Berkley Insurance Company (Seal) By — Ira S.Lederman Je after Executive Vice President&Secretary S nror 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-:71 dayo ,2016,by Ira S.Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, :anVde Senior Vice President, respectively,of Berkley Insurance Company.MARIAC.RUNDBAKEN NOTARY PUBLIC 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 F 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 September (Seal) Vincent P. orte