Loading...
HomeMy WebLinkAboutContract 45678-FP1 n ,, FORTWORTH, CSC No.45678-FPl � 5 TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Project NQ: 02035 R f contract 45678 for WATER MAIN EXTENSIONS,REPLACEMENTS&RELOCATIONS CONTRACT 2013A as required by the WATER DEPARTMENT as approved by City Council on 6/10/2014 through M&C C-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 Prices: S2,497,225.00 Amount of Approved Change Orders: $450,000.00 Ne I Revised Contract Amount: S2,947,225.00 Total Cost Work Completed: $2,428,942.66 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $2,428,942.66 Less Previous Payments: $2,428,942.66 Final Payment Due $0.00 ��William Dec 6,2019 Johnson(Dec 6,2 Recommended for Acceptance Date Director, Transportation and Public Works Department Chris ttar or Chris Harder(Jan 23,2020) Jan 23,2020 Accepted l, s . Date .Asst. Director, WATER DEPARTMENT ley Jan31 2020 Dana Bur�doH(J 31,202 , Asst. City Manager Date Comments: FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Water Main Extensions,Replacements&Relocations Contract Limits Project Type WATER City Project Numbers 02035 DOE Number 7167 Estimate Number 21 Payment Number 21 For Period Ending 11/7/2019 CD City Secretary Contract Number 45678 Contract Time 7WD Contrast Date 6/10/2014 Days Charged to Date 703 Project Manager LopexA Contract is 81.000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON 1 WATSON Friday,November 8,2019 Page l of 9 City Project Numbers 02035 DOE Number 7167 Contract Name Water Main Extensions,Replacements&Relocations Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER For Period Ending 11/7/2019 Project Funding Water Main Extensions,Replacements&Relocations Item Description of hems Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quaaity Total 65 12"x 10"Tapping Sleeve&Valve CO#1 2 Ea $4,300,00 $8,600,00 1 $4,300.00 66 12"x 12"Tapping Sleeve&Valve CO#1 2 Ea $4,500.00 $9,000,00 67 16"x 4"Tapping Sleeve&Valve I Ea $3,600,00 $3,600,00 t $3,600.00 68 16"x 6"Tapping Sleeve&Valve I Ea $4,200.00 $4,200.00 6 $25,200.00 69 16"x 8"Tapping Sleeve&Valve I Ea $4.700.00 $4,700.00 9 $42,300.00 70 16"x 10"Tapping Sleeve&Valve I Ea $5,000.00 $5,000.00 1 $5,000.00 71 16"x 12"Tapping Sleeve&Valve I Ea $5,500.00 $5,500.00 1 $5,500.00 72 20"x 8"Tapping Sleeve&Valve I Ea $6,500.00 $6,500.00 1 $6,500,00 73 20"x 16"Tapping Sleeve&Valve 1 Ea $15,000.00 $15,000.00 74 21"x 8"Tapping Sleeve&Valve I Ea $7.200,00 $7,200.00 75 24"x 8"Tapping Sleeve&Valve I Ea $5,000,00 $5,000.00 3 $15,000.00 76 24"x 16"Tapping Sleeve&Valve 1 Ea $17,000.00 $17,000,00 77 30"x 8"Tapping Sleeve&Valve 1 Ea $9,200.00 $9,200,00 78 30"x 12"Tapping Sleeve&Valve I Ea $9,800.00 $9,800,00 79 36"x 8"Tapping Sleeve&Valve I Ea $9,600.00 $9,600.00 1 $9,600.00 80 36"x 12"Tapping Sleeve&Valve l Ea $10,100A0 $10,100.00 81 314"Water'rap to Main 50 Ea $800.00 $40,000.00 82 314"Copper Service Line too Lf $28,00 $2,800.00 83 314"Private Water Service 100 Lf $48,00 $4.800.00 84 314"Bared Water Service 50 Lf $18.00 $900.00 85 1"Water Tap to Main 50 Ea $1,000.00 $50,000.00 61 $61,000.00 86 1"Copper Service Line too Lf $35.00 $3,500.00 80&25 $28,28&75 87 1"Private Water Service 100 Lf $55,00 $5,500.00 63.5 $3.492.50 88 1"Bored Water Service 50 Lf $20,00 $I,000.o0 89 1 112"Water Tap to Main 50 Ea $1,200.00 $60,000.00 18 $21,600,00 90 l 112"Copper Service Line 100 Lf $42,00 $4.200,00 224.3 $9,420,60 91 1 112"Private Water Service 100 Lf $52,00 $5,200,00 92 l 112"Bored Water Service 50 Lf $26,00 $1,300,00 93 2"Water Tap to Main 50 Ea $1,800.00 $90,000,00 81 $145,800.00 94 2"Copper Service Line 100 Lf $48,00 $4.800,00 849,15 $40,759,20 95 2"Private Water Service 100 Lf $68,00 $6,800.00 Friday,November 8,2019 Page 2 of 9 City Project Numbers 02035 DOE Number 7I67 Contract Name Water Main Extensions,Replacements&ReIocations Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER For Period Ending 1 117120 1 9 Project Funding 96 2"Bored Water Seryice 50 Lf $2&00 $1,400.00 97 Class A PVC Meter Box(Furnish&Set 25 Ea $250.00 $6,250.00 fit $15,500.00 98 Class B PVC Meter Box(Furnish&Set 25 Ea $280,00 $7,000.00 95 $26,600,00 99 Class C PVC Meter Box(Furnish&Set 10 Ea $300,00 $3,000.00 100 1"Multiple Service Branch 2 Ea $250.00 $500.00 101 1 112"Multiple Service Branch 2 Ea $300,00 $600.00 102 2"Multiple Service Branch 2 Ea $350.00 $700,00 103 Relocate 3/4"Water Meter 5 Ea $400.00 $2,000.00 104 Relocate 1"Water Meter 5 Ea $425.00 $2,125,00 105 Relocate 1 1/2"Water Meter 5 Fe $450.00 $2,250.00 2 $900.00 106 Relocate 2"Water Meter 5 Ea $500.00 $2,500.00 107 Sprinkler System Backflow Preventer 5 Ea $500.00 $2,500.00 108 2"Temporary Water Services 1500 Lf $8.00 $12,000.00 1665 $13,320.00 109 3"Water Meter and Vault 10 Ea $7.500,00 $75,000,00 11 $82,500.00 110 4"Water Meter and Vault 10 Ea $8,700,00 $87,000,00 7 $60,900.00 1 t 1 6"Water Meter and Vault I0 Ea $9,000.00 $90,000,00 4 $36,000.00 112 8"Water Meter and Vault 5 Ea $10,000.00 $50,000.00 4 $40,000,00 113 10"Water Meter and Vault 5 Ea $I 1,000,00 $55,000.00 1 $1 1,000.00 114 Remove Concrete Water Vault 5 Ea $1,200.00 $6,000,00 115 Water Sampling Station 5 Ea $900.00 $4,500.00 28 $25,200.00 116 4"-12"Water Abandonment Plug 10 Ea $500.00 $5,000,00 34 $17,000,00 117 16"Water Abandonment Plug 5 Ea $700.00 $3,500.00 118 Water Main Extra Depth(>than P) 50 Ea $5.00 $250.00 162A8 $814,40 119 Trench Safety 100 Lf $8.00 $800.00 184.49 $1,475.84 120 Exploratory Excavation of Existing U 5 Ea $1,000,00 $5.000.00 121 Exploratory Excavation of Existing U 5 Ea $1,200.00 $6,000,00 122 Exploratory Excavation of Existing U 5 Ea $1.500,00 $7,500,00 123 Concrete Encasement For Utility Pipe 25 Cy $20.00 $500.00 124 Imported Embedment/Backfill,CLSM(F 100 Cy $14.00 $I,400.00 195 $2,730,00 125 Concrete Riprap 10 Sy $200.00 $2,000,00 126 Large Stone Riprap,dry 10 Sy $250.00 $2,500,00 127 large Stone Riprap,grouted 10 Sy $285.00 $2,850.00 128 Block Sod Placement 100 Sy $6.00 $600.00 317.6 $1,905.60 129 Seeding,Hydromuich ]00 Sy $2.00 $200,00 7743 $1,549A0 Friday,November 8,2019 Page 3 of 9 City Project Numbers 02035 DOE Number 7167 Contract Name Water Main Extensions.Replacements&t Relocations Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER For Period Ending 1 117120 1 9 Project Funding 130 Asphalt Pvmt Repair,Water Service 200 Lf $42,00 $8,400,00 137.5 $5,775,00 131 4'Wide Asphalt Pvmt Repair,Residen 500 Lf $42,00 $21,000,00 83 $3.496-00 132 5'Wide Asphalt Pvmt Repair,Residen 500 Lf $52,00 $26,000.00 682.75 $35,503.00 133 6'Wide Asphalt Pvnu Repair,Residen 500 U $62.00 $31 MO.00 134 4'Wide Asphalt Pvmt Repair,Arteria 500 U $44.00 $22.000.00 67 $2,948.00 135 5'Wide Asphalt Pvmt Repair,Arteria 500 U $54.00 $27,000.00 554.2 $29,926.80 136 6'Wide Asphalt Pvmt Repair,Arteria 500 Lf $64.00 $32,000.00 137 4'Wide Asphalt Pvmt Repair,Industr 500 Lf $46.00 $23.000.00 138 5'Wide Asphalt Pvmt Repair,lndustr 500 Lf $56.00 $28,000.00 I0 $560.00 139 6'Wide Asphalt Pvmt Repair,lndustr 500 Lf $66.00 $33,000,00 140 Asphalt Pvmt Repair Beyond Defined W 500 Sy $14,00 $7,000.00 141 Asphalt Pvmt Repair Beyond Defined W 500 Sy S16.00 $9.000.00 2 $32.00 142 Asphalt Pvmt Repair Beyond Defined W 500 Sy $18.00 $9,000.00 143 2"Extra Width Asphalt Payment Repai 100 Sy $12.00 $1.200.00 144 3"Extra Width Asphalt Payment Repai 100 Sy $16,00 $1,600.00 145 4"Extra Width Asphalt Payment Repai 100 Sy $18.00 $1,800.00 146 Temporary Asphalt Paving Repair 100 Lf $16.00 $1,600.00 1659 $26,544.00 147 6"Flexible Base,Type B.GR-1 50 Sy $9.00 $450,00 843 $7,587.00 148 6"Flexible Base,Type B,GR-2 50 Sy $8,00 $400,00 149 Cone Pvmt Repair,Residential 300 Sy $52.00 $15,600,00 162.3 $8,439.60 150 Cone Pvmt Repair,Arterialllndustria 300 Sy $62,00 $18,600,00 599.E $37,175.20 151 Cone.Pavmt Repair Beyond Defined Wi 300 Sy $48.00 $14,400.00 19.3 $926.40 l52 Cone.Pavmt Repair Beyond Defined Wi 100 Sy 550.00 $5,000.00 84.9 $4,245.00 153 Brick Pvmt Repair 100 Sy $77.00 $7,700.00 4A $338,90 154 Brick Pvmt Repair(City Supplied) 100 Sy $68.00 $6,800.00 155 6"Cone Curb and Gutter(Replaced) 500 U $30.00 $15,000.00 361 $1U30.00 156 6"Cone Curb and Gutter Attached to 500 Lf $22.00 $11,000.00 299A $6,586.80 157 9"Cone Valley Gutter,Residential 50 Sy $42.00 $2,100.00 158 11"Conc Valley Gutter.Arterial/Ind 50 Sy $44,00 $2,200.00 11.11 $488.84 159 4"Cone Sidewalk 450 Sf $5.00 $2,250,00 3443.6 $17,218.00 160 4"Cone Sidewalk,Exposed Aggregate 200 Sf $8,00 $1,600.00 161 6"Concrete Driveway 450 Sf $8.00 $3,600.00 34 $272.00 162 6"Concrete Driveway,Exposed Aggreg 200 Sf $10.00 $2,000.00 163 6"DIP Sewer Pipe(Replc.At Variabl 50 Lf $55,00 $2,750,00 Friday,November 8,2019 Page 4 of 9 City Project Numbers 02035 ©OE Number 7167 Contract Name Water Main Extensions,Replacements&Relocations Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER For Period Ending 1I1712019 Project Funding 164 6"PVC Sewer Pipe(Rep Ic.At Variabl 50 Lf $%00 $2,500.00 165 8"DIP Sewer Pipe(Rep Ic.At Variabl 50 Lf $70.00 $3,500.00 166 8"PVC Sewer Pipe(Replc.At Variabl 50 Lf $60.00 $3,000.00 167 10"DIP Sewer(Reple,At Variable De 50 Lf $80.00 $4,0DD.00 168 10"PVC Sewer Pipe(Replc.At Variab 50 Lf $70.00 $3,500,00 169 12"DIP Sewer(Replc.At Variable De 50 Lf $85.00 $4,250.00 170 12"PVC Sewer Pipe(Replc.At Variab 50 Lf $72,00 S3,600.00 171 16"DIP Sewer(Replc.At Variab Ic De 50 Lf $95.00 $4,750.00 172 15"PVC Sewer Pipe(Reple.At Variab 50 Lf $85,00 $4,250.00 173 Traffic Control 50 Ea $500,00 $25,000,00 48 $24.000.00 174 Street Use Permit 50 Ea $75.00 $3,750.00 46 $3,450.00 1 Work Order Mobilization CON 70 Ea $300.00 $210,000,00 129 $387,000.00 2 Work Order Emergency Mobilization 25 Ea $3,40D.00 $85,000.00 3 4"PVC Water Pipe CON] 300 Lf $32,00 $9,600.00 686.5 $21,96&00 4 6"PVC Water Pipe CO#1 900 Lf $38,00 $34,200.00 1832.03 $69,617A4 5 8"PVC Water Pipe CO#1 1800 Lf $47.00 $84,600.00 4414.68 $207,489,96 6 10"PVC Water Pipe 400 Lf $50.00 $20,000,00 681,525 $34,076.25 7 12"PVC Water Pipe COO) 500 Lf $60,00 $30,000,00 219,42 $13.165.20 8 16"PVC C905 Water Pipe 500 Lf $65,00 $32,500.00 9 4"DIP Water C091 200 Lf $42.00 $8,400,00 I0 6"DIP Water CON 1 200 Lf $47.00 $9,400,00 11 8"DIP Water CO#1 200 Lf $55.00 $11,000,00 12 10"DIP Water 100 Lf $%00 $6,000.00 13 12"DIP Water COO 1 200 Lf $75,00 $15,000.00 14 16"DIP Water 100 Lf $85.00 $8,500.00 15 8"Water Carrier Pipe(DI wl SS Casi 100 Lf $70.00 $7,000.00 16 10"Water Carrier Pipe(DI wI SS Cas ]00 Lf $72.00 $7,200.00 33 $2,376,00 17 12"Water Carrier Pipe(DI wl SS Cas 100 Lf $75,00 $7,500.0D 18 16"Water Carrier Pipe(DI wl SS Cas 100 Lf $85,00 $8,500.00 19 16"Casing By Open Cut(Welded Steel t00 Lf $65.00 $6,500,00 20 20"Casing By Open Cut[Welded Steel t00 Lf $80.00 $800.00 21 24"Casing By Open Cut{Welded Steel l00 Lf $85.00 $8,500,00 22 30"Casing By Open Cut(Welded Steel 100 Lf $100.00 $10,DDD.00 23 36"Casing By Open Cut(Welded Steel l00 Lf $125.00 $12,500.00 Friday,November 8,2019 Page 5 of 9 City Project Numbers 02035 DOE Number 7167 Contract Name Water Main Extensions.Replacements&Relocations Estimate Plumber 21 Contract Limits Payment Plumber 21 Project Type WATER For Period Ending 1 V712019 Project Funding 24 16"Casing By Other Than Open Cut[W 100 U $235,00 $23,500.00 25 20"Casing By Other Than Open Cut[W 100 t.f $255.00 $25,500.00 26 24"Casing By Other Than Open Cut[W 100 U $275,00 $27.500,00 33 $9,075A0 27 30"Casing By Other Than Open Cut(W 100 U $300.00 $30,000.00 28 36"Casing By Other Than Open Cut[W 100 U $350.00 $35,000.00 29 4"Gate Valve CO#I 70 Ea $600.00 $42,000.00 4 $2,400.00 30 6"Gate Valve COO 1 75 Ea $1,000,00 $75.000.00 31 $31,000.00 31 8"Gate Valve COO 75 Ea $1.250.00 $93.750A0 21 $26,250.00 32 10"Gate Valve CON l 35 Ea $1,500.00 $52.500.00 4 $6,000,00 33 12"Gate Valve C041 35 Ea $2,000.00 $70,000.00 5 $10,000.00 34 16"Gate Valve wl Vault CON 1 6 Ea $10,000.00 $60,000,00 35 4"Cut-in Gate Valve C041 6 Ea $2,000.00 $12,000,00 36 6"Cut-in Gate Valve CON 1 6 Ea $2.300.00 $13.800.00 1 $2,300.00 37 8"Cut-in Gate Valve COP 1 6 Ea $2,500,00 $15.000.00 38 10"Cut-in Gate Valve COO 1 6 Ea $3.000.00 $18,000.00 39 12"Cut-in Gate Valve COO Z {, Ea $3,500,00 $21,000.00 40 16"Cut-in Gate Valve wl Vault 2 Ea $12.500,00 $25.000,00 41 Remove 4"Water Valve CON] 6 Ea $200.00 $1,200,00 I $200A0 42 Remove 6"Water Valve COO 1 6 Ea $200.00 $1,200.00 7 $1,400A0 43 Remove 8"Water Valve CON 10 Ea $200.00 $2,000.00 3 $600.00 44 Remove 10"Water Valve COO 1 6 Ea $200.00 $1,200.00 45 Remove 12"Water Valve COO 1 6 Ea $200.00 $1,200.00 46 Salvaae 1.6"Water Valve 2 Ea $1,000.00 $2,000.00 47 Ductile Iron Water Fittings wl Restr CO#1 17,78333 Tn $6,000,00 $106,699,98 16,263 $97,578.00 48 Fire Hydrant CON 1 29 Ea $3,700,00 $103.600.00 40 $148,000.00 49 Fire Hydrant Stem Extension CON 28 Ea $200.00 $5.600.00 36 $7,200.00 50 Salvage Fire Hydrant COO) 5 Ea $300.00 $1,500.00 13 $3,900.00 51 2"Combination Air Valve Assembly fo 5 Ea $5,000.00 $25,000.00 52 6"Blow Off Valve 5 Ea $6,500.00 S32,500.00 53 6"x 4"Tapping Sleeve&Valve I Ea $2,000.00 $2,000.00 10 $20,000,00 54 6"x 6"Tapping Sleeve&Valve I Ea $2,300.00 $2,300.00 55 8"x 4"Fapping Sleeve&Valve COO 2 Ea $2,400.00 $4,800.00 7 $16,800.00 56 8"x 6"Tapping Sleeve&Valve COO 2 Ea $2,600,00 $5,200.00 29 $75,400.00 57 8"x 8"Tapping Sleeve&Valve C041 2 Ea $3,100.00 $6.200.00 3 $9.300.00 Friday,November 8,2019 Page 6 of 9 City Project Numbers 02035 DOE Number 7167 Contract Name Water Main Extensions,Replacements&Relocations Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER For Period Ending 11/7/2019 Project Funding 58 10"x 4"Tapping Sleeve&Valve CO#1 2 Ea $2.600.00 $5.200.00 59 10"x 6"Tapping Sleeve&Valve CO#1 2 Ea $2,900.00 $5,800.00 8 $23,200.00 60 10"x 8"Tapping Sleeve&Valve CON 1 2 Ea $3,300.00 $6,600,00 2 $6,600,00 61 10"x 10"Tapping Sleeve&Valve C041 2 Ea $3,500.00 $7,000,00 2 $7,000.00 62 12"x 4"Tapping Sleeve&Valve CO#1 2 Ea $3,200.00 $6,400.00 8 $25,600.00 63 12"x 6"Tapping Sleeve&Valve CO#1 2 Ea $3,700.00 $7,400,00 20 $74,000.00 64 12"x 8"Tapping Sleeve&Valve CO#1 2 Ea $4,200,00 $8.400.00 13 $54.600.00 Ail REMOVE METER FROM VAULT 2 EA $800.00 $1,600.00 2 $1,600.00 Alb After Hours Work I LS $2,220.00 $2,220.00 1 $2,220.00 All RELOCATE METER VAULT I LS $3,500.00 $3,500.00 1 $3500.00 180 20"x 10"TAPPING SLEEVE&VALVE 1 EA $9,500.00 $8,500.00 1 $8,500.00 181 30"M]HF VALVE AND MATERIAL I LS $27,938.38 $27,938.38 1 $27,938.38 Sub-Total of Previous Unit $2,988,583,36 $2,428,942.66 Friday,November 8,2019 Page 7 of 9 City Project Numbers 02035 DOE Number 7167 Contract Name Water Main Extensions,Replacements&Relocations Estimate Number 21 Contract Limits Payment Nomher 21 Project Type WATER For Period Ending 1 1/7/2019 Project Funding Contract Information Summary Original Contract Amount $2.497,225.00 Change Orders Change Order Number 1 $450,000,00 Total Contract Price $2,998,58336 DateTotal Cast of Work Completed $2,428,942.66 C t r Less %Retained $0.00 7f1- Net Earned $2,428,942,66 A166�� ,at. ! 1 , Earned This Period $0.00 I spectio Supervisor f Retainage This Period $0.00 Date ` Less Liquidated Damages Project lutanag Days C 1 Day $0.00 Date LessPavement Defitiency $0.00 Asst.Directorf PW Less Penalty $0.00 Date Less Previous Payment $2,428,942.66 Director 1 Contracting Depansnent Plus Material on Hand Less 15% %00 Balance Due This Payment $U0 I-'riday,November 8,20I9 Page 9 of City Project Numbers 02035 DOE Number 7167 Contract Name Water Main Extensions,Replacements&Relocations Estimate Number 21 Contract Limits Payment Number 21 Project Type WATER For Period Ending 1 11712 0 1 9 Project Funding Project Manager Lop-A City Secretary Contract Number 45678 Inspectors DICKINSON / WATSON Contract Date 6/10/2014 Contractor CONATSER CONSTRUCTION TxLP Contract Time 703 CD 5327 WICHITA ST Days Charged to Date 703 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 $2,428,942.66 Less %Retained $U0 Net Earned $2,428,942.66 Earned This Period $0.00 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 $2,428,942.66 Pius Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Friday,November 8,2019 Page 9 of 9 ;;�Gc�' F[]RT 'WC]RT H City of Fort Worth f•'TY SECRETARY �122 Change Order Request 1- Iqr roject Name I Water Main Extensions,Replacements and Relocations Contract 20i3A Cily Sec No. 45678 9 '"i Project No.{s} P253-601150203583 DOE No. 7167 City Proj.No. 02035 City wide contract for replacing and/or relocating water mains,services and other pertinent construction required to Project Descr ption: provide water service to individual customers or developers. Contractor: Conatser Construction TX,LP Change Order: 0 Date: 9130/2019 Cily Project Mgr. Adolfo Lopez City Inspector: I Don Watson Phone Number. 817-392-7829 Phone Number' 817-205-8911 Dept. Water Sewer Totals Contract Time (Calendar Days) Odginal Contract Amount $2,000,000,00 $2,000,000.00 365 Extras to Date $450,000.00 $450,000.00 264 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $2,450,000.00 $2 450,000.00 629 Amount of Proposed Change Order $0.00 $0.00 074 Revised Contract Amount $2,450,000.00 $2,450,000.00 703 Original Funds Available for Change Orders $0.00 $0.00 Remaining Funds Available for this CO Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 22,507 MAXALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $2,500,000.00 JUSTIFICATION(REASONS)FOR CHANGE ORDER This change order will provide an additional 74 calendar days on the project for the remaining work orders to complete the project. Atte by:- --� /If Mary J. KayseA Ci Secretary It is understood and agreed that the acceptance of this Change Order by the contractor con stilu(as an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Contractor's Company Name Contractor Name Contractor Signature Date Conatser Construclion TX,LP Jesse Martinez 1 y0 - Ins tar r Date Pfojejklpager Date Assistant Director Water De t Date Construct 5Ar TPW Dept) Qale T5. 1 A is ttor D to c7 •rsta t City Mana er Da Council Actlon It Required) r M&C Number NIA M&C Date Approved Fc),icz -ll' Woo R,1,H City of Fort Worth Change Order Additions Project Name I Water Main Extensions,Replacements and Relocations Contract 2013A City Sec No. 45618 Project No.(s) P253-601150203583 I DOE No. 7161 City Proj.No. 02035 Project Cily wide contract for replacing and/or relocating water mains,services and other pertinent construction required to Description provide water service to individual customers or developers. Contractor Conatser Construction TX,LP Change Order: =2 Date. 913012019 City Project Mgr. Adolfo Lopez City Inspector Don Watson ADDITION-5 ITEM DESCRIPTION l7EPT Qty Unit Unit Cost Total E Water Sewer Page 2 of 4 Additions Sub Total FC7R-r WC]RTH City of Fort Worth Change Order Deletions Project Name Water Main Extensions,Replacements and Relocations Contract 2013A City Sec No. 1 45678 Project No.(s) P253.601150203583 DOE No, 7167 City Proj.No. 2035 Project Description City wide contract for replacing and/or relocating water mains,services and other pertinent construction required to provide water service to individual customers or developers. Contractor Conatser Construction TX,LP Change Order: 0 Date 913012019 City Project Mgr. FAdolfb Lopez City Inspector F Don Watson DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total Water Sewer Page 3 of 4 Deletions Sub Total WWBE Breakdown for this Change Order MWBE Sub Type of Service Amount For this CO Total $0.00 Previous Change Orders co# DATE AMOUNT Total $0.00 Page 4 of 4 Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all peal'n auce and reporting requirements. Signatare Name of Employee Title FoRTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:20 NAME OF PROJECT: Water Main Extensions Replacemants& Relocations PROJECT NO.: 2035 CONTRACTOR: Conaster Construction DOE NO.: 7167 PERIOD FROM 06/10/14 TO: 11/04/19 FINAL INSPECTION DATE:!-Nov WORK ORDER EFFECTIVE 6/10/2014 CONTRACT TIME: 7031C❑ Q Mo CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23, 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. W. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL. &HOLIDAYS &TOO COLD RELOCATIONS CHARGED I]AYS THIS 0 0 0 0 0 0 PERIOD PREVIOUS 0 0 0 365 703 703 PERIOD TOTALS 0 0 0 365 703 703 TO DATE *REMARKS: dz- C TRACTOR DATE INSPECTOR DATE ENGINEERING DEPARnI PENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 02035 Contract Name Water Main Extensions,Replacements&Relocations DOE Number 7167 Contract Limits: Estimate Number 21 Project Type WATER Payment Number 21 Control Number 716701 For Period Ending 1 ! Contract: 45678 Contract Date: 611012014 Contract Time W5 CD- itS Inspectors DICKINSON 1 WATSON Days Charged to Date 2-2,,.CD Date Prepared by Inspector J_L 1 ! Contract is 4/6 Complete Construction ID: 9807 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Ouanity for Month Quanity Water Main Extensions,Replacements&Relo 65 12"x 10"Tapping Sleeve&Valve 2 Ea $4,300,00 1 CO#1 66 12"x 12"Tapping Sleeve&Valve 2 Ea $4,500.00 CO#1 67 16"x 4"Tapping Sleeve&Valve 1 Ea $3,600,00 1 68 16"x 6"Tapping Sleeve&Valve 1 Ea $4,200.00 6 69 16"x 8"Tapping Sleeve&Valve i Ea $4.700.00 9 70 16"x 10"Tapping Sleeve&Valve 1 Ea $5,000.00 1 71 16"x 12"Tapping Sleeve&Valve 1 Ea $5,500,00 1 72 20"x 8"Tapping Sleeve&Valve 1 Ea $6,500.00 1 73 20"x 16"Tapping Sleeve&Valve 1 Ea $15,000.00 74 21"x 8"Tapping Sleeve&Valve 1 Ea $7,200.00 75 24"x 8"Tapping Sleeve&Valve 1 Ea $5,000.00 3 76 24"x 16"Tapping Sleeve&Valve 1 Ea $17,000,00 77 30"x 8"Tapping Sleeve&Valve 1 Ea $9,200.00 78 30"x 12"Tapping Sleeve&Valve 1 Ea $9,800.00 79 36"x 8"Tapping Sleeve&Valve 1 Ea $9,600.00 1 80 36"x 12"Tapping Sleeve&Valve 1 Ea $10,100.00 81 314"Water Tap to Main 50 Ea $800.00 82 314"Copper Service Line 100 Lf $28.00 Monday,Noveniber 4,2019 Page 1 city of Fart Worth Inspector's Estimate Worksheat City Project Numbers 02035 Contract Name Water Main Extensions.Replacements&Relocations DOE Number 7167 Contract Limits: Estimate Number 21 Project Type WATER Payment Number 21 83 314"Private Water Service 100 Lf $48.00 84 314"Bored Water Service 50 Lf $18.00 85 1"Water Tap to Main 50 Ea $1,000.00 61 86 1"Ccpper Service Line 100 Lf $35.00 808.25 87 1"Private Water Service 100 Lf $55.00 63.5 88 1"Bored Water Service 50 Lf $20.00 89 1 112"Water Tap to Main 50 Ea $1.200.00 18 90 1 112"Copper Service Line 100 Lf $42-00 224.3 91 1 112"Private Water Service 100 Lf $52.00 92 1 112"Bored Water Service 50 Lf $26.00 93 2"Water Tap to Main 50 Ea $1,800.00 81 94 2"Copper Service Line 100 Lf $48.00 849.15 95 2"Private Water Service 100 Lf $68.00 96 2"Bored Water Service 50 Lf $28.00 97 Class A PVC Meter Box{Furnish& 25 Ea $250.00 62 Set 98 Class B PVC Meter Box{Furnish& 25 Ea $280.00 95 Set 99 Class C PVC Meter Box{Famish 10 Ea $30ao0 &Set 100 1"Multiple Service Branch 2 Ea $250.00 101 1 112"Multiple Service Branch 2 Ea $300.00 102 2"Multiple Service Branch 2 Ea $350.00 103 Relocate 3W'Water Meter 5 Ea $400.00 104 Relocate 1"Water Meter 5 Ea $425.00 105 Relocate 1 112"Water Meter 5 Ea $450.00 2 106 Relocate 2"Water Meter 5 Ea $500.00 107 Sprinkler System Backfiow 5 Ea $500.00 Preventer Monday.November 4,2019 page 2 City of Fort Worth Inspector's Estimate Worksh eat City Project Numbers 02035 Contract Name Water Main Extensions,Replacements&Relocations DOE Number 7167 Contract Limits: Estimate Number 21 Project Type WATER Payment Number 21 108 2"Temporary Water Services 1500 Lf $8,00 1665 109 3"Water Meter and Vault 10 Ea $7,500.00 11 110 4"Water Meter and Vault 10 Ea $8,700.00 7 111 6"Water Meter and Vault 10 Ea $9,000,00 4 112 B"Water Meter and Vault 5 Ea $10,000.00 4 113 10"Water Meter and Vault 5 Ea $11.000,00 1 114 Remove Concrete Water Vault 5 Ea $1,200,00 115 Water Sampling Station 5 Ea $900.00 28 116 4"-12"Water Abandonment Plug 10 Ea $500.00 34 117 16"Water Abandonment Plug 5 Ea $700.00 118 Water Main Extra depth(>than 1') 50 Ea $5,00 162.88 119 Trench Safety 100 Lf $8,00 184.48 120 Exploratory Excavation of Existing 5 Ea $1,000.00 U 121 Exploratory Excavation of Existing 5 Ea $1.200.00 U 122 Exploratory Excavation of Existing 5 Ea $1,500.00 U 123 Concrete Encasement for Utility 25 Cy $20.00 Pipe 124 Imported Embedment/Backfll, 100 Cy $14.00 195 CLSM{F 125 Concrete Riprap 10 Sy $200.00 126 Large Stone Riprap,dry 10 Sy $250.00 127 Large Stone Riprap,grouted 10 Sy $285,00 128 Black Sod Placement 100 Sy $6.00 317.6 129 Seeding, Hydromulch 100 Sy $2.00 774.7 130 Asphalt Pvmt Repair,Water 200 Lf $42.00 137.5 Service 131 4'Wide Asphalt Pvmt Repair, 500 Lf $42.00 83 Residen Monday.November 4,2019 Page 3 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 02035 Contract Name Water Main Extensions,Replacements&Relocations DOE Number 7157 Contract Limits- Estimate Number 21 Project Type WATER Payment Number 21 132 5'Wide Asphalt Pvmt Repair, 500 Lf $52,00 682,75 Residen 133 6'Wide Asphalt Pvmt Repair, 500 Lf $62.00 Residen 134 4'Wide Asphalt Pvmt Repair, 500 Lf $44.00 67 Arteria 135 5'Wide Asphalt Pvmt Repair, 500 Lf $54.00 554-2 Arteria 136 6'Wide Asphalt Pvmt Repair, 500 Lf $64-00 Arte ria 137 4'Wide Asphalt Pvmt Repair, 500 Lf $46.00 Industr 138 5'Wide Asphalt Pvmt Repair, 500 Lf $56,00 10 Industr 139 6'Wide Asphalt Pvmt Repair, 500 Lf $66-00 Industr 140 Asphalt Pvmt Repair Beyond 500 Sy $14.00 Defined W 141 Asphalt Pvmt Repair Beyond 500 Sy $16.00 2 Defined W 142 Asphalt Pvmt Repair Beyond 500 Sy $18,00 Defined W 143 2"Extra Width Asphalt Pavment 100 Sy $12.00 Repai 144 3"Extra Width Asphalt Pavment 100 Sy $16.00 Repai 145 4"Extra Width Asphalt Pavment 100 Sy $18.00 Repai 146 Temporary Asphalt Paving Repair 100 Lf $16.00 1659 147 6"Flexible Base,Type B,GR-1 50 Sy $9,00 843 148 6"Flexible Base,Type S,GR-2 50 Sy $8.00 149 Coric Pvmt Repair,Residential 300 Sy $52.00 162.3 150 Conc Pvmt Repair, 300 Sy $62,00 599.6 Arterialllndustria 151 Conc. Pavmt Repair Beyond 300 Sy $48.00 19.3 Defined Wi Monday,November 4,2019 Page 4 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 02035 Contract Name Water Main Extensions,Replacements&Relocations DOE Number 7167 Contract Limits: Estimate Number 21 Project Type WATER Payment Number 21 152 Conc. Pavmt Repair Beyond 100 Sy $50.00 84.9 Defined Wi 153 Brick Pvmt Repair 100 Sy $77.00 4.4 154 Brick Pvmt Repair(City Supplied) 100 Sy $68.00 155 6"Conc Curb and Gutter 500 Lf $30.00 361 (Replaced) 156 6"Conc Curb and Gutter Attached 500 Lf $22.00 299.4 to 157 9"Conc Valley Gutter,Residential 50 5y $42.00 158 11"Conc Valley Gutter,ArteriaVind 50 Sy $44.00 11.11 159 4"Conc Sidewalk 450 Sf $5.00 3443.6 160 4"Conc Sidewalk, Exposed 200 Sf $5.00 Aggregate 161 6"Concrete Driveway 450 Sf S8.00 34 162 6"Concrete Driveway,Exposed 200 Sf $10.00 Aggreg 163 6"DIP Sewer Pipe{Replc.At 50 Lf $55.00 Variabl 164 6"PVC Sewer Pipe[Replc.At 50 Lf $50.00 Variabl 165 8"DIP Sewer Pipe{Replc.At 50 Lf $70.00 Variabl 166 8"PVC Sewer Pipe(Repic.At 50 Lf $60.00 Variabl 167 10"DIP Sewer{Replc.At Variable 50 Lf $80.00 De 168 10"PVC Sewer Pipe(Replc.At 50 Lf $70.00 Variab 169 12"DIP$ewer(Re plc.At Variable 50 Lf $85,00 De 170 12"PVC Sewer Pipe{Replc.At 50 Lf $72.00 Variab 171 16"DIP Sewer{Replc.At Variable 50 Lf $95.00 De Monday,November 4,2019 Page 6 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 02035 Contract Name Water Main Extensions,Replacements 8,Relocations DOE Number 7167 Contract Limits: Estimate Number 21 Project Type WATER Payment Number 21 172 15"PVC Sewer Pipe(RepIC.At 50 Lf $85.00 Variab 173 Traffic Control 50 Ea $500,00 48 174 Street Use Permit 50 Ea $75.00 46 1 Work Order Mobilization CO#1 70 Ea $3,000.00 129 2 Work Order Emergency 25 Ea $3,400,00 Mobilization 3 4"PVC Water Pipe C0#1 300 Lf $32,00 686.5 4 6"PVC Water Pipe C0#1 900 Lf $38.00 1832,03 5 8"PVC Water Pipe C0#1 1800 Lf $47,00 4414.68 6 10"PVC Water Pipe 400 Lf $50.00 681.525 7 12"PVC Water Pipe CO#1 500 Lf $60.00 219,42 8 16"PVC C905 Water Pipe 500 Lf $65.00 9 4"DIP Water CO#1 200 Lf $42.00 10 6"DIP Water CO#1 200 Lf $47,00 11 8"DIP Water CO#1 200 Lf $55.00 12 10"DIP Water 100 Lf $60.00 13 12"DIP Water C0#1 200 Lf $75.00 14 16"DIP Water 100 Lf $85,00 15 8"Water Carrier Pipe(DI wl SS 10o Lf $70,00 Casi 16 1 C"Water Carrier Pipe(DI W SS 100 Lf $72,00 33 Cas 17 12"Water Carrier Pipe(DI w1 SS 100 Lf $75.00 Cas 18 16"Water Carrier Pipe(DI w15S 100 Lf $85.00 Cas 19 16"Casing By Open Cut(Welded 100 Lf $65.00 Steel 20 20"Casing By Open Cut(Welded 100 Lf $80.00 Steel Monday,November 4,2019 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 02035 Contract Name Water Main Extensions,Replacements&Relocations DOE Number 7167 Contract Limits: Estimate Number 21 Project Type WATER Payment Number 21 21 24"Casing By Open Cut(Welded 100 Lf $55.00 Steel 22 30"Casing By Open Out(Welded 100 Lf $100.00 Steel 23 36"Casing By Open Cut(Welded 100 Lf $125.00 Steel 24 16"Casing By Other Than Open 100 Lf $235.00 Cut{W 25 20"Casing By Other Than Open 100 Lf $255.00 Cut{W 26 24"Casing By Other Than Open 100 Lf $275.00 33 Cut(W 27 30"Casing By Other Than Open 100 Lf $300.00 Cut(W 28 36"Casing By Other Than Open 100 Lf $350.00 Cut{W 29 4"Gate Valve C041 70 Ea $600.00 4 30 6"Gate Valve 00#1 75 Ea $1,000.00 31 31 8"Gate Valve CO#1 75 Ea $1,250.00 21 32 10"Gate Valve C0#1 35 Ea $1,500.00 4 33 12"Gate Valve COW 35 Ea $2,000.00 5 34 16"Gate Valve wl Vault CO#1 6 Ea $10,000.00 35 4"Cut-in Gate Valve CO#1 6 Ea $2,000.00 36 6"Cut-in Gate Valve CO#1 6 Ea $2,300.00 1 37 8"Cut-in Gate Valve CO#1 6 Ea $2,500.00 38 10"Cut-in Gate Valve CO#1 6 Ea $3,000.00 39 12"Cut-in Gate Valve C0#1 6 Ea $3,500.00 40 16"Cut-in Gate Valve wl Vault 2 Ea $12,500.00 41 Remove 4"Water Valve CO#1 6 Ea $200.00 1 42 Remove 5"Water Valve C0#1 6 Ea $200.00 7 43 Remove 8"Water Valve CO#1 10 Ea $200.00 3 I I Monday,November 4,20I9 Page 7 City of Fort Worth Inspector's Estimate Worksheat City Project Numbers 02035 Contract Name Water Main Extensions,Replacements&Relocations DOE Number 7167 Contract Limits: Estimate Number 21 Project Type WATER Payment Number 21 44 Remove 10"Water Valve C0#1 6 Ea $200.00 45 Remove 12"Water Valve C0#1 6 Ea $200.00 46 Salvage 16"Water Valve 2 Ea $1,000.00 47 Ductile Iron Water Fittings w/Restr 17,78333 Tn $6.000.00 16.263 CO#1 48 Fire Hydrant CO#1 28 Ea $3,700,00 40 49 Fire Hydrant Stem Extension CO#1 28 Ea $200,00 36 50 Salvage Fire Hydrant C0#1 5 Ea $300,00 13 51 2"Combination Air Valve 5 Ea $5,000.00 Assembly fo 52 6"Blow Off Valve 5 Ea $6,500,00 53 6"x 4"Tapping Sleeve&Valve 1 Ea $2,000,00 10 54 6"x 6"Tapping Sleeve&Valve i Ea $2.300,00 55 8"x 4"Tapping Sleeve&Valve 2 Ea $2,400.00 7 CO#1 58 8"x 6"Tapping Sleeve&Valve 2 Ea $2,600,00 29 COW 57 8"x 8"Tapping Sleeve&Valve 2 Ea $3,100.00 3 CO#1 58 10"x 4"Tapping Sleeve&Valve 2 Ea $2,600.00 CO#1 59 10"x 6"Tapping Sleeve&Valve 2 Ea $2.900.00 8 CO#1 60 10"x 8"Tapping Sleeve&Valve 2 Ea $3,300.00 2 CO#1 61 10"x 10"Tapping Sleeve&Valve 2 Ea $3.500.00 2 CO#1 62 12"x 4"Tapping Sleeve&Valve 2 Ea $3,200,00 8 CO#1 63 12"x 6"Tapping Sleeve&Valve 2 Ea $3,700,00 20 CO#1 64 12"x 8"Tapping Sleeve&Valve 2 Ea $4,200.00 13 CO#1 A17 REMOVE METER FROM VAULT 2 EA $800,00 2 Monday,November 4.2019 Page 8 City of Fort Worth Inspector's Estimate Works heet City Project Numbers 02035 Contract Name Water Main Extensions,Replacements&Relocations DOE Number 7167 Contract Limits' Estimate Number 21 Project Type WATER Payment Number 21 A18 After Hours Work 1 LS $2,220.00 1 A17 RELOCATE METER VAULT 1 LS $3,500.00 1 180 20"x 10"TAPPING SLEEVE& 1 EA $8.500.00 1 VALVE 181 30"MJBF VALVE AND MATERIAL 1 LS $27,938,38 1 :Stimated Total This Unit $2,�J88,583.3fi Completed Total This unit $1428.942.66 Total Itemized Amount{Including Change Order $2,988,583.36 6t3 .G �3�DATE Total Cost of Work Completed Inspector Less �5 °/o Retained y4 Net Earned 6 Previous Payment $2,428,942.66 Material on Hand 15% Balance Due This Payment Monday,November 4,2019 page x o 0 0 0 0 0 0 0 o a e, o �+ m $ H M o vb vbi o o -zr CM N ✓i %O nn C. b � T Cd .� Cw CC � a u .. w v v C. v v v v v v v v v v v v v o 0 0 n o C7 In b v b b v v v v v v v v v v v v v 4 a v V o o o 6 0 n n n o 0 n a o 0 o w w 00 o IO N n O h ✓1 C N v v N of IO ow GR W P A ri n 'c n ri a: C+ o+ a 6% 6� yr 6ia 65 6� V3 69 69 b% fin b9 vi 6n (.R ci a n b a' CD w 7, r Wa a 0 •U L U u u > > iy 7 7 j Qd -a7 R 7 7 7 7 ' 7 7 7 > > 7 Q�l7 7 7 7 ice-II �! 2f .48 �' •+�I e�i n�i a a a cn Ul CIO W C, man Vr V� 11 rn W V) al) 4 'd 'a C F c •r •5- C ' C OD •P. C p. C 'R. a m m n a CL •C. • n n c.. a n a. 0. •0. o. ,r- a a r!1 R � a R F 3 3 [� c =' v :a 00 `V o0 00 0o n oa N 00 o r- o 3 Cl �'" "" "' "" N N N N N M M M M fit fn N •� E W � w r r r n n r r r n n 00 00 go 00 00 y a c 4� ❑ z F" v N 00 00 00 00 n 00 00 G N N1 a Cl a, r co 0% b 00 00 00 00 w 00 00 00 00 00 00 00 00 00 00 00 00 a 0CPI0 w 4 � r a0 00 a0 W W o6 od v0 00 OD DO OD DO OD OD OO 00 00 00 00 C7% a N7 C'i �'7 �"7 C'1 Nl �"t �"1 �'1 M1'I �"I [+� t y f�1 f+'1 M1'I f�1 f�1 f•1 I'�1 M •» w O y v Q Q Q O Q Q Q N Q Q Q � ❑ 00 N O 4 O O` O C CD Q Q 00 P Q N O v1 O O Q N O Q, C" m t•f T Vi O �n �O � �+7 N O] N F14 N 6R � � Efi b'9 VI 4'Y V3 Vf v� V1 00 tom] vy N V'] N a a Cl V 71 10 00 W N P i+ + Q N ? 'C vO 00 C. :C ❑ rry V Q CD Q O Q CD Q CD CD Q Q CD G Q � O O C7 4 O O O Q p 0 Q Q O 0 O C O Q co Q Q Q Q Q Q Q Q O Q Q Q Q C� O U M vl N O v kn ri N C v %0 N = Q O v C7 N Q O b9 O V3 M V; N (AVf 63 oC inV3 V3 N N Nf CY M cn � " q. N v1 V'S Vd Vf V) V3 Vf (AiA V3 V3 Vi fA ri V3 V3 Vi Cl1 -J W ti] Ci] u] LU W W :4 W W W W r7 J cC ..,, CD CD CD CD C. CD N C > N N 4 N CL N u'� vi �l1 vs v1 0 Q LTJ n 3 f/2 f/N C!] C E c a c u V V U 3 y � •cC .--1 ¢�i � vo c°i o� o O O m m m u of � of � chi � 3 `n 3 3 a F "' 3 3 7 ? 7 a a d n o ❑ d :? a a a iz a �, v °n v o C p C7 a P7 Sm O o Q La U y M -N chi U a 07 � � � � � U 0. m � � _� � N � ❑ ❑ a ❑ � F 3 rn .�..� N N N N U U U .-i N 0.� � C2 K4 N r"t N od [� oa (T CD N m ? b h op op, O O O 6 a o o Q O CD 00 m m m P O• CT 41 G+ T T P P P m 7 ❑ z ice.. N M v1 'O [, m P C] N �"7 d �/"� b_ n OD CT Q N M 7T O Q Q G O Cl O Q Q ON O+ Cr CT Q, P+ U p1 P ❑< P P P P P P P P 0% O` ❑� ❑. P T N! M ��'] �4 M h'V �"] �"] [�'] !�1 C] M M M M N1 M M M �'•I [+'� 1"I C1 [�1 O7 P P P 2.1 - — P P P P � � C P T P ❑ 2.1 P P P d ❑ CT R w D 0 0 0 0 v v G G Cl G G G G vi 4 ri v; �C ri [r 0 0 0 0 v 0 n 0 v n 00 o a a 0 0 a ry 0 00 n o v n a E o a n b" r4 v •i vi a c M r N by r3 b9 b9 sR b] M +- bR 61) it) &s bR iy vi n v 00 00 00 n c n W� M u� C C cQ oa U �. w o 0 0 0 0 0 0 0 0 0 0 0 a 0 0 v v o 0 o a a rC' o CZ) O O a 4 a 0 0 0 O o 0 0 0 M 0 a 0 a v a o a y C C C O a 6 O C7 In 06 q O O O 4 d C h b N N N N N o a 0 o o o o o 4e fy O O O N (D v1 0o w rn � w 10 r- a a a N a, to n b9 69 N N N b4 b9 r!i o0 O _ i9 64 6R (l Nf 69 6s 6R 69 FR V! 59 � 6R V3 y1 W W W W W W is W W r.+ W W W Oi W W W W W W W W W W W W U u'7 rn &n to on ...7 ..] ...7 ..] 0 0J yam'. ++ CD, �n o � N � en N P a 4 4 p CD 4= CD C20 CD N uai O vai w Quo M cA on C. C. -X •x -x V Lti 4n V � NV� N ❑ D ❑ 7 7 7 a a O a ea w oFi IVc. a 0 � w � C C m Y C/J C m 7 7 7 E W W a P. m W z x x x 4 M a a a oMCIen y 3 3 3 3 N c p a a c n c m c n a ti ro i G7 a o0 0 02 3 a 3 [- . s i w U U a7 V) ¢ ;r r, �o eoi n oo ❑+ v — - -- — N N N N N N N N N N M 1+1 M M 7 0 W h n oo D� O N M <} v1 %D n 00 ❑% a N en V 'C W ON T T T a a C. a U a, C, a DM+ a a T T a, C"1 r'•1 r'•1 r'1 r"7 M �"] ••• �1 T Q� Q+ Q+ Q• 4� Q� 4� 01 T O� T T T T T Q� � U� � U U CO c a v Q Cl v Q p o n Q p !!r O 0o C O O Q Q w 10 CD I^ ? N a to oo M P t4 M m oa p �+ R Q� V'� FA V'� VS a+ N m 00 G N T f0 t! as r~ 49 'r 69 6 •O 6i iA N N b9 b4 M 69 c+R 69 69 6A V3 67 7. v�i •D m rq b m *+ ++ v1 N 67 C. C D C' U p p a a c a a a o b b (D o 0 o c v v v v v v v v D a) C� Q o c o o a a 0 0 a 0 0 0 0 0 o v v v v v v U �r �r 10 'd 6 4 'D 00 N '7 06 d w N N 06 C 06 C [j N Z;■5 iH 6q 0A W1, 6@ b4 R f i�A 6A V3 (A V3 6R i/i En Vi En 6R V! ,* , n ) 'O T T T T T —3 N] Vl N) V1 �!1 .-1 uj [n V7 V7 � h cq ff] � -j f/7 p O p p p p p in O O O C1 O O O O G O Q Q Q Q 0 O Q Q O Q 4 p p 4 p O N ypj Q O O C1 O O O Q � Y1 �/] �n �/l �/1 vl �A �-1 Y1 •--• •--• •--• �"1 r'1 �"i � � V1 v1 3 3 3 •� •� � 3 3 as i a ' O d C Q c ❑ ❑ f7ii er7 °�-� r�s c m R N d u [] G a a E E E p� x a -`3 G c d m e e c c c c C a a a p C7 a a a a a a a 0 a a m e ou a� is c c a a n Q of .m 0. G v m Cy] a w e m w w is m m a c c c ¢ q W a2 E T n c Ot a ar e e a � •�' �_ _ b C C C �¢ S K % 0. 0. 0. 0. v r r r x x 01 °� a t� Li ti x x d d d ayi 3 3 3 3 3 3 a a N u3 w u1 w u.. c o 0 0 U U U ❑ t l ZD it Q Q i+i in E- m to U U U U m m is is a rQv 06 10 a 10 n M rn Cl N M a un �D r M a o - N e v a n .n r+� r+7 rn r•1 r1 r•1 �h � C' � � � � � � � v� �n �.-� u� vs �n �n �n � a 0 L = 0+ C N M �r 'D 00 T (D N 7. v n n n vi vi n vi LA In w w n .0 10 .e Ia t- n n cd d a al rn v, vl Ol rn Cl ai a a. a a a a Cl a, rn 0+ a rn rn 0!, 'a fn M M m M en �"1 'n M1'I r"1 m m M Ch M1 eh Ch cn fn M 'n i'1 6n rR ' ,, a+ C. � a � T O� U d+ O+ Q• O% � Q• � d+ d [i 00 w 0 R o v v v v a r� o o v c v c c 0 od oo N Cl Cl Cl 00 o: �o n y r rl N o a ID 00 o c 6°+ rs rn 00 n %0 o M iv W� m rn es C14 69 45 .D W M M N P V', N a cq m P G — M 00 rV C V P P P P P P a P a a o a a a o o P P o o CD CD Cl❑ v v v o P P v P a o v Q Q P a v v, o P P P o o a {� �r In 00 00 c_ vi CD CD CD CD CDv ry vi vi c kn c Cl rd cc r Q o _ b9 V3 fA �+1 v1 [- 'D 00 d- 00 1- T 00 O 1- C O Cal M V, W) .0 Rq bA bli, rA 6R b9 to 6R bq b9 69 v1 64 O d: 63 69 69 6% 69 _ M M 69 6R r=. or = a O G a G Cl Cl C C C C Cl Cl C C v G C vi G C C P P N [aV '^ u� �n uz �n �n �n �n �n �n �n �n n N M ( 00 � r C -lot �o Q ci a 10 Q Q Q 7 w 0. d u Q I:LQ a Q Ly rL CL i; A CC U! Cs . � 6 •N Q G G U E EL w C OG m 04 Q Q O. d d 4 ; $ $ 3 aCIO c c c c p� U a U a 0. 7 � 7 v O u U U 7 7 U U U U U C7 R' ❑ w ❑ n ❑ a Ma o p n> a> ate. 0. CL ° A = a a 'n a us oc o b �v i�i e F cn 3 3 D E 00 P O N M -:2, 4'+ 17 [+ W O+ P N M R A 7 D m 1- W a N M l- CO M CD N M "LS w T T m T T P, T C� Q, P a, � � O+ U O+ a+ CT 4+ a Ol a C T L _ o o a o 0 0 y P O O C O o� N1 o o voi a t i C N %O Cd f: iA fA 2 N n b4 fA �1 ? .n M N'1 N In 67 � C1 :C oa 9 U n p a a a a o 0 0 o c o 0 0 0 0 0 o P o P o 0 0 0 C O P P P O O O a O a C Cl O O O O O c o C O O C C. C- •n V1 P N vi Yi vi O vi O Vi vi vi vi G G C C C �O e� �r W r- O_ N_ P V'i O O v1 6R 6R SA IA fA 40i in fA W9t 9% 65 fA ri 4N4 rl M frn iO � N b9 Wi k- 4.. L.. 4. 4. lC lG 0 "J o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 o � a V7 [J7 VI VJ COD ¢ a 3 3 3 3 3 3 3 3 0 ❑ a a a Q O O U U V U U F F � � O O UUQ 0 0 o Q o' Q U U U a t b m U V U AT1 NT P9 RZ C7 m m a a 7 Q c c c c 7 7 N °�` a Q n a 3 3 3 U u v u u u c�a c) U U crs a - C 7 CD+ �O OO 00 N N 121 en N fn M N oO E v � C N M �r 1 r m a O 10 tl OO a C oa a• — — — N N N N N N N N 7 O z Q r- o0 Cl P N M � V-� 'D r- W a 6 N_ M VY T� W Q• a a a a C O P P P P CD a a _M ?- 2 N m a O C C o C P P P P P a 4 C O O C O C O P P -V Fr 7� O+ O� O� d+ Q+ 4• O� Q� a T T T C� P O� P O� Q+ 9 O� a T E. # o o v o 0 0 o a Q Cl 0 0 v o o a o a a Q v Q 0 0 W 0 o c o a 8 c ac CD Cl CD c o [� a o a Q d r- o Q v o v p Q ¢ m [V -zr W Q N Q� o oc E d d r3 6n `R r� 00 en 0 .c C7 65 b9 W O+ 69 V) N � � N a ❑ d' U v o a o 0 0 0 o a Q Q 0 ¢ ¢ 0 0 0 a a o o a C v ❑ 0 0 0 o a o Q o a a v Q v v v a 0 0 0 0 0 0 0 c o o v v c o v o o a a o c c c c o o v v v o 0 r, C a C n vt Q �n U'l N N N N N O < t- N M C �n Q rM 't •C N N N 69 69 FR 6R V, 'd M U+ N N N 69 b9 42 Vi W? 6R 6A hi01 N4 N4 64 E9 f09 vi fu11 W W Ca W Ca cd Ctl Cd cd -C -C W W W W C W Cd m Cd CC CC i# c6 as w w w w w su w w W m m w w w w F. w w w w w w w w V M M nt fn M b b b b ID 10 N •O •4 Q +O .O N N N 4n v1 ++'1 b � A 7 7 7 > 7 Q O ; aUi u u U U U u u u u a a a is w > a e w 7 7 7 u 3 7 7 7 ai u u u m c m mot �oq �cp C 7 7 7 C7 C7 L7 c c c p op o N ° o w c O C7 0 0 L7 U Cl o o a a ^� x x m o ❑ 14) It0 U U U E e E E a U M x x x to k ¢ w a � a cueCA a [i a W, iv 'o `a 'a oo fq 00 M m V'1 eP r m rn ¢ N fn ✓1 .G r Gr pr Q ^ to �"� CC 'r1 I"1 I'�1 1+1 M M M M M � � 'd' d' � R � R � � y'1 V'1 v'I 4'� Vl Vf m 7 O z A N r"I 'd' v1 m r CO 4• Q W 01 C N N N N N N N N N m ['1 M m C-1 M M rn M m Q C. Cl C. Cl Q Q Q 6 ¢ a C C. Q Q Q O Q C Q '6 .'� ❑�+ � ❑� Qom. Qom. Qom. T � � T U U � ❑� � � 6� Chi � T Off+ a � � L% 00 w 0 W o 0 0 0 o a a a o a oo a C o o a ca 0 o a o a a o 0 o o M m .o c c o o va c o c o 0 0 0 0 o 8 C, 6 � . " N O o 0 0 � 0 a 0 a a p C? C? N O M �r 6, M N IC cz �G a Ip V7 N n V� T p. T n 4A N W, bbn N n H 64 4A bbq 6% N N N , 69 69 bQ 44 4q i9 ? � hl N Qi r"1 oO N N of M CV •-• 49 49 tV N CJ V I k 0 V L D Cd {, £ u c, u y a C7 a a G a a a a C? o a a oo �, O o 0 0 0 0 0 0 0 0 o a o o r+ � y ea x v U 6 6 oo 6 6 6 O O 6 6 6 Q O w p f� C6 C C C7 O O C7 C7 u C7 C? O c, N C? O M m ci p = lc b T M �eS N [! N oO N In. I T �' r', N W4 N rJ - - - rr77 � Cy t•'i L9 t• y � °� � u tFr b9 H 49 b9 64 Vi b9 W 69 69 N44 0 C] 4] W W 4] 03 to es W W J J L G d C •� N N . N N N N N N N — — � rr � Er L7a J D 0 O O a O O O ; a a > 7 7 7 7 > > m x uo eu c G c n c c CM LLI C •R R R R •R R R cGc.7 CS G m W m [-+ Na Na R C Q 'C °O x x x x x x x x p, ` x K OD ;o a a a a - N N ¢ N m N V1 41 V7 h a a m W Q Q Q y W 0• CD N M W '� Co CD C h w Cn C> M vi N 1E N O7 7 O O p T T O O 0 O a a LL FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Water Main Extensions Replacements&Relocations Contract 2013A PROJECT NUMBER: 2035 DOE NUMBER: NA WATER PIPE LAID SIZE TYPE OF PIPE LF PVC 4" Water Pipe 686.5 PVC 6" Water Pipe 1,832.03 PVC 8" Water Pie 4,414,68 PVC l0" Water Pipe 681.525 PVC 12" Water Pipe 219.42 DI 10" Water Carrier Pipe 33 Copper 2" Copper 849.15 FIRE HYDRANTS: VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 'IRANSPORTATION 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 November 12, 2019 Conatser Construction Tx, 5327 Wichita Forest Hill,76119 RE: Acceptance Letter Project Name:Water Main Extension Replacement&Relocations Contract 2013A Project Type:Water Main Extenison City Project No.: 02035 To Whom It May Concern. On November 4,2019 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on November 12, 2019,which is the date of the final inspection and will extend of two(2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at (817) 991-82 60. Sincerely, Adolfo Lope roject age Cc: Donald Watson, Inspector Doug Dickinson, Inspection Supervisor Randy Horton,Senior Inspector Lawerance Hamilton, Program Manager NA,Consultant Conaster Construction,Contractor NA, Developer File E-Mail: Douglas W.Wiersig, P.E., PhD., Director,TPW Chris Harder, P.E.,Assistant Director,Water Richard Martinez,Assistant Director,TPW Wendy Chi-Babula1, P.E.,Water Marisa Conlin,Traffic Engineering Tony Sholola, P.E..Water Allen Hall,Superintendent,TPW Richard 2avala, Director, PARD John Robert Carman, P.E., Director,Water David Creek,Assistant Director, PARD Rev.9115/16 f L 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: CONTRACT 2013A WATER MAIN EXTENSIONS AND IMPROVEMENTS DOE#: N/A CFA PRJ M N/A CITY PROJCT#: 2035 CITY OF FORT WORTH STATE OF TEXAS CONA R CONSTRUCTION TX,LP AZ Brock Huggins Subscribed and sworn to before me this 17`h day of May,211 BERTHA WNULIS Nolc]ry Public.Stole of Texas — ''-~ ''ns M Commission Expires NotaryPublic in Tarrant Coup Texas September IS, 2019 �� CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 0707 Band No 0174445 PROJECT: (name, address)ContraCt 2013A Fort Werth,TX TO (Owner) F ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorton Street Water Main Extensions,Replacements,and Relocations,Contract 2013A-City Project No.2035 For,Worth TX 76102 ,J 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 Compenyl BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there insert name and address of Contractorl CONATSER CONSTRUCTION TX,L.P. 5327 Wichita St. Forest Hill 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) CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 . OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 22nd day of May,2017 BERKLEY INSURANCE COMPANY Surety Company Attest: [► ��t (Seal); *u,��4jwl-o Signature of Authorized Representative Robbi MoraI2§ Attorney-in-Fact Title NOTE: This form is to be used as a companion document to ALA DOCUMENT 6706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Currsm Edition ONE PAGE No.BI-7280g k POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene r 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, sea], Z acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no r 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 Jhad been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their awn :proper persons. u ` S 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: Vi G ' Y c RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief o 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, recognirances, or other suretyship obligations on behalf of the Company, and to affix the 3 = corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such °¢ 0 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 a and to the extent therein stated;and further vRESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and c1e further cu a .E RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any E power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or 'u = other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as E .= 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 r ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comp ry has caused these presents to be signed and attested by its appropriate officers and its &corporate seal hereunto affixed thisJ�`day of 2016. Attest: II Berkley Insurance Company ai c {5:a1} IIy . Lu l B o Ira 5.Lederman Je after 3 Executive Vice President&Secretary S tar V President 2 WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER, 'l STATE OF CONNECTICUT; v } ss: COUNTY OF FAIRFIELD J Sworn to before roe, a Notary Public in the State of Connecticut,this day o , 2016, by Ira S. Lederman and S Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and"SCrJ2taVy and a Senior Vice President, respectively,of Berkley insurance Company MARIA C.RUNDBAI(EN NOTARY PUBLIC F 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 Attom ey-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 22nd day of Ma {Seal} Vincent P. orte