Loading...
HomeMy WebLinkAboutContract 42804-FP1 (2) DepaiV_menof TP&W Const. Services DOE# n .� Date� Projeager f-\-----� Risk Management J. Page o 4TWW 0 RT II® D.O.E. Brotherton CFA Westerman/Scanned The Proceeding people have been ConitcM concerning the request for final Sq tQ 0-7 payment 3 have released this project for such payment �ATION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION C.s -44 0 6 -t D.O.E.NO: 6666 Regarding contract 42804 for SS MAIN EXT,REPL,&RELOC CONTRACT 2011A as required by the WATER DEPARTMENT as approved by City Council on 1/10/2012 through M&C C-25395 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. 4�G' Ls3 Sf Original Contract Prices: $1,729,222.50 ♦ dw �. ?0�0 Ooa,�Jir�lfi �) Amount of Approved Change Orders: VECt`�a 15 Na Revised Contract Amount: 8Y Total Cost Work Completed: $1,979,979.94 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $1,979,979.94 Less Previous Payments: $1,979,979.94 Final Payment Due $0.00 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTME �- Aq Asst. City Manager Date Comments: P275-541200-701130168283 OFFICIAL RECORD OCT 14 2015 CITY SECRETARY FT.WORTH,TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SMERR Contract 2011 A Contract Limits at Various Locations Project Type SEWER City Project Numbers 01682 DOE Number 6666 Estimate Number 32 Payment Number 32 For Period Ending 7/31/2015 CD City Secretary Contract Number 42804 Contract Time 103CD Contract Date 1/10/2012 Days Charged to Date 1034 Project Manager LOPaA Contract is 107.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICIRTA ST FORT WORTH, TX 76119 Inspectors GREGORY f HORTON Thursday,August 06,2015 Page 1 of 9 f P City Project Numbers 01682 DOE Number 6666 Contract Name SMERR Contract 2011A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 7/31/2015 Project Funding P2757 701130168283 SMERR Contract 2011A P275 701130168293 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---- ---- -- - - --- --- -- -- ——————— ---- 1 PIPE-SEWER-6 INCH-0 TO 6 FT PVC PIPE 75 LF $42.00 $3,150.00 2 PIPE-SEWF,R-6 INCH-6 TO 8 FT PVC PIPE 75 LF $43.00 $3,225.00 3 PIPE-SEWER-6 INCH-8 TO 10 FT PVC PIP 75 LF $45.00 $3,375.00 4 PIPE-SEWER-6 INCH-10 TO 12 FT PVC PI 50 LF $48.00 $2,400.00 5 PIPE-SEWER-8 INCH-0 TO 6 FT PVC PIPE 750 LF $46.00 $34,500,00 936 $43,056,00 6 PIPE-SEWER-8 INCH-6 TO 8 FT PVC PIPE 1000 LF $48.00 $48,000.00 945 $45,360.00 7 PIPE-SEWER-8 INCH-8 TO 10 FT PVC PIP 1000 LF $50.00 $50,000.00 418.14 $20,907.00 8 PIPE-SEWER-8 INCH-10 TO 12 FT PVC PI 400 LF $52.00 $20,900.00 934-17 $48,576-84 9 PIPE-SEWER-8 INCH-12 TO 14 FT PVC PI 100 LF $54.00 $5,400.00 242 $13,068.00 10 PIPE-SEWER-8 INCH-14 TO I6 FT PVC PI 100 LF $56.00 $5,600.00 11 PIPE-SF,WER-8 INCH-16 TO 18 FT PVC PI 100 LF $58.00 $5,800.00 12 PIPE-SEWER-10 INCH-O TO 6 FF PVC PIP 100 LF $50.00 $5,000.00 13 PIPE-SEWERAO INCH-6 TO 8 FT PVC PIP 100 LF $52.00 $5,200.00 370 $19,240.00 14 PIPE-SEWER-1 O INCH-8 TO 10 FT PVC A 100 LF $54.00 $5,400.00 258 $13,932.00 15 PIPE-SEWER-10 INCH-10 TO 12 FT PVC P 50 LF $56.00 $2,800.00 16 PIPE-SEWER-10 INCH-12 TO 14 FT PVC P 50 LF $58.00 $2,900.00 17 PIPE-SEWER-10 INCH-14 TO 16 FT PVC P 50 LF $60.00 $3,000.00 18 PIPE-SEWER-10 INCH-16 TO 18 FT PVC P 50 LF $62-00 $3,100.00 19 PIPE-SEWER-12 INCH-0 TO 6 FT PVC PIP 50 LF $52.00 $2,600.00 20 PIPE-SEWER-12 INCH-6 TO 8 FT PVC PIP 50 LF $54.00 $2,700.00 21 PIPE-SEWER-12 INCH-8 TO 10 FT PVC PI 50 LF $56.00 $2,800-00 22 PIPE-SEWER-12 INCH-10 TO 12 FT PVC P 50 LF $58.00 $2,900.00 j 23 PIPE-SEWER-12 INCH-12 TO 14 FT PVC P 50 LF $60.00 53,000.00 24 PIPE-SEWER-12 INCH-14 TO 16 FT PVC P 50 LF $62.00 $3,100.00 I 25 PIPE-SEWER-12 INCH-16 TO 18 FT PVC P 50 LF $64.00 53,200.00 26 PIPE-SEWER-15 INCII-O TO 6 FT PVC PIP 50 LF $56.00 $2,800.00 27 PIPE-SEWER-15 INCH-6 TO 8 FT PVC PIP 50 LF $59.00 52,900.00 28 PIPE-SEWER45 INCH-8 TO 10 FT PVC PI 50 LF $60.00 $3,000.00 29 PIPE-SEWER-15 INCH-10 TO I2 FT PVC P 50 LF $62.00 $3,100.00 30 PIPE-SEWER-15 INCH-12 TO 14 FT PVC P 50 LF $64.00 $3,200.00 31 PIPE-SEWER-15 INCH-14 TO I6 FT PVC P 50 LF $66A0 $3,300.00 Thursday,August 06,2015 Page 2 of 9 i City Project Numbers 01682 DOE Number 6666 Contract Name SMERR Contract 2011A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 7/31/2015 Project Funding P2757 701130168283 32 PIPE-SEWER-15 INCH-16 TO 18 FT PVC P 50 LF $68.00 $3,400.00 30 $2,040.00 33 PIPE-SEWER-6 INCH-0 TO 6 FT DUCTILE 50 LF $60.00 $3,000.00 34 PIPE-SEWER-6 INCH-6 TO 8 FT DUCTILE 50 LF $62.00 $3,I00.00 35 PIPE-SEWER-6 INCH-8 TO 10 FT DUCTILE 50 LF $64.00 $3,200.00 36 PIPE-SEWER-6 INCH-10 TO 12 FT DUCTIL 50 LF $66.00 $3,300.00 37 PIPE-SEWER-8 INCH-0 TO 6 FT DUCTILE 50 LF $70.00 $3,500.00 382 $26,740.00 38 PIPE-SEWER-8 INCH-6 TO 8 FT DUCTILE 50 LF $72.00 $3,600,00 148.5 $10,692.00 39 PIPE-SEWER-8 INCH-8 TO 10 FT DUCTILE 50 LF $74.00 $3,700.00 210A $15,569.60 40 PIPE-SEWER-8 INCH-10 TO 12 FT DUCTIL 50 LF $76.00 $3,800.00 41 PIPE-SEWER-8 INCH-12 TO 14 FT DUCTIL 50 LF $78.00 $3,900.00 42 PIPE-SEWER-8 INCH-14 TO 16 FT DUCTIL. 50 LF $80.00 $4,000.00 43 PIPE-SEWER-8 INCH-16 TO 18 FT DUCTIL 50 LF $82.00 $4,100,00 44 PIPE-SEWER-8 INCH-18 TO 20 FT DUCTIL 50 LF $84.00 $4,200.00 45 PIPE-SEWERA 0 INCH-0 TO 6 FT DUCTILE 50 LF $80.00 $4,000.00 46 PIPE-SEWER-10 INCH-6 TO 8 FT DUCTILE 50 LF $82.00 $4,100.00 47 PIPE-SEWER-10 INCH-8 TO 10 FT DUCTIL 50 LF $84.00 $4,200.00 48 PIPE-SEWER-10 INCH-10 TO 12 FT DUCTI 50 LF $86.00 $4,300.00 49 PIPE-SEWER-10 INCH-12 TO 14 FT DUCTI 50 LF $88.00 $4,400.00 50 PIPE-SEWER-10 INCH-14'r0 16 FT DUCTI 50 LF $90,00 $4,500,00 51 PIPE-SEWER-10 INCH-16 TO 18 FT DUCTI 50 LF $92.00 $4,600.00 52 PIPE-SEWER-10 INCH-18 TO 20 FT DUCTI 50 LF $94.00 $4,700.00 53 PIPE-SEWER-12 INCH-0 TO 6 FT DUCTILE 50 LF $98.00 $4,400.00 54 PIPE-SEWER-12 INCH-6 TO 8 FT DUCTILE 50 LF $90.00 $4,500.00 55 PIPE-SEWER-12 INCH-8 TO 10 FT DUCTIL 50 LF $92.00 $4,600.00 56 PIPE-SFWER-12 INCH-10 TO 12 FT DUCTI 50 LF $94.00 $4,700.00 57 PIPE-SEWER-12 INCH-12 TO 14 FT DUCTI 50 LF $96.00 $4,800.00 58 PIPE-SEWER-12 INCH-14 TO 16 FT DUCTI 50 LF $98.00 $4,900.00 59 PIPE-SEWER4 2 INCH-16 TO 18 FT DUCTI 50 LF $100.00 $5,000.00 60 PIPE-SEWER-12 INCHA 8 TO 20 FT DUCTI 50 LF $102.00 $5,100.00 61 PIPE-SEWER-16 INCH-0 TO 6 FT DUCTILE 50 LF $96.00 $4,800.00 62 PIPE-SEWER-16 INCH-6 TO 8 FT DUCTILE 50 LF $98.00 $4,900.00 63 PIPE-SEWER-16 INCH-8 TO 10 FT DUCTIL 50 LF $100.00 $5,000.00 64 PIPE-SEWER-16 INCH-10 TO 12 FT DUCTI 50 LF $102.00 $5,100.00 65 PIPE-SEWER-16 INCH-12 TO 14 FT DUCTI 50 LF $104.00 $5,200.00 Thursday,August 06,2015 Page 3 of 9 City Project Numbers 01682 DOE Number 6666 Contract Name SMERR Contract 2011A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 7/31/2015 Project Funding P2757 701130168283 66 PIPE-SEWER-16 INCH-14 TO 16 FT DUCTI 50 LF $106.00 $5,300.00 67 PIPE-SEWER-16 INCH-16 TO 18 FT DUCTI 50 LF $108.00 $5,400.00 68 PIPE-SEWER-16INCH-18 TO 20 FT DUCTI 50 LF $110.00 $5,500.00 69 PIPE-SEWER-6 INCH-0 TO 6 FT SDR26 PI 75 LF $44.00 $3,300.00 70 PIPE-SEATER-6 INCH-6 TO 8 FT SDR26 PI 75 LF $46.00 $3,450.00 71 PIPE-SEWER-6 INCH-8 TO 10 FT SDR26 P 75 LF $48.00 $3,600.00 72 PIPE-SEWER-6INCH-10 TO 12 FT SDR26 50 LF $50.00 $2,500.00 73 PIPE-SEWER-8 INCH-0 TO 6 FT SDR26 PI 750 LF $48.00 $36,000.00 1022.5 $49,080.00 74 PIPE-SEWER-8 INCH-6 TO 8 FT SDR26 PI 1000 LF $50.00 $50,000.00 1004.71 $50,235.50 75 PIPE-SEWER-8 INCH-8 TO 10 FT SDR26 P 1000 LF $52.00 $52,000.00 795.65 $41,373.80 76 PIPE-SEWER-8 INCH-10 TO 12 FT SDR26 400 LF $54.00 $21,600.00 1058.55 $57,161.70 77 PIPE-SEWER-8 INCH-12 TO 14 FP SDR26 100 LF $56.00 $5,600.00 166.75 $9,338.00 78 PIPE-SEWER-8 INCH-14 TO 16 FT SDR26 100 LF $58.00 $5,800.00 89 $5,162.00 79 PIPE-SEWER-8 INCH-16 TO 18 FT SDR26 100 LF $60.00 $6,000.00 80 PIPE-SEWER-10 INCH-0 TO 6 FT SDR26 P 100 LF $52.00 $5,200.00 51 $2,652.00 81 PIPE-SEWER-10 INCH-6 TO 8 FT SDR26 P 100 LF $54.00 $5,400.00 45 $2,430.00 82 PIPE-SEWER-10INCH-8 TO 10 FT SDR26 100 LF $56.00 $5,600.00 45 $2,520.00 83 PIPE-SEWER-10 INCH-10 TO 12 FT SDR26 50 LF $58.00 $2,900.00 10 $580.00 84 PIPE-SEWER-10INCII-12 TO 14 FT SDR26 50 LF $60.00 $3,000.00 85 PIPE-SEWER-10 INCH-14 TO 16 FT SDR26 50 LF $62.00 $3,100.00 86 PIPE-SEWER-10 INCH-16 TO 18 FT SDR26 50 LF $64.00 $3,200.00 87 PIPE-SEWER-12 INCH-0 TO 6 FT SDR26 P 50 LF $56.00 $2,800.00 88 PIPE-SEWER-12 INCH-6 TO 8 FT SDR26 P 50 LF $58.00 $2,900.00 89 PEPE-SEWER-12INCH-8 TO 10 FT SDR26 50 LF $60.00 $3,000.00 79 $4,740.00 90 PIPE-SEWER-12 INCH-1 0 TO 12 FT SDR26 50 LF $62.00 $3,100.00 91 PIPE-SEWER-12 INCH-12 TO 14 FT SDR26 50 LF $64.00 $3,200.00 92 PIPE-SEWER-12 INCH-14 TO 16 FT SDR26 50 LF $66.00 $3,300.00 93 PIPE-SEATER-12 INCH-16 TO 18 FT SDR26 50 LF $68.00 $3,400.00 94 PIPE-SEWER-15 INCH-0 TO 6 FT SDR26 P 50 LF $62.00 $3,100.00 95 PIPE-SEWER-15 INCH-6 TO 8 FT SDR26 P 50 LF $64.00 $3,200.00 96 PIPE-SEWER-15 INCH-8 TO 10 FT SDR26 50 LF $66.00 $3,300.00 97 PIPE-SEATER-1 5 INCH-10 TO 12 FT SDR26 50 LF $68.00 $3,400.00 98 PIPE-SEWERA5 INCH-12 TO 14 FT SDR26 50 LF $70.00 $3,500.00 99 PIPE-SEWER-15INCH-14 TO 16 FT SDR26 50 LF $72.00 $3,600.00 Thursday,August 06,2015 Page 4 of 9 City Project Numbers 01682 DOE Number 6666 Contract Name SMERR Contract 2011A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 7/31/2015 Project Funding P2757 701130168283 100 PIPE-SEWER-15 INCH-16 TO 18 FT SDR26 50 LF $74.00 $3,700.00 101 PIPE-SEWER-8 INCH-DI IN STEEL CASING 50 LF $165.00 $8,250.00 102 PIPE-SEWER-10 INCH-DI IN STEEL CASIN 50 LF $180.00 $9,000.00 103 PIPE-SEWER-12INCH-DI IN STEEL CASIN 50 LF $200.00 $10,000.00 104 PIPE-SF,WER-16 INCH-DI IN STEEL CASIN 50 LF $215.00 $10,750.00 105 SEWER SERVICE-4 INCH-BORE&JACK DI 50 LF $85.00 $4,250.00 106 PIPE-SEWER-6 INCH-BORE&JACK DI W/P 50 LF $90.00 $4,500.00 107 PIPE-SEWER-8 INCH-BORE&JACK DI W/P 100 LF $120.00 $12,000.00 268 $32,160.00 109 PIPE-SEWER-1 0 INCH-BORE&JACK DI W/ 100 LF $130.00 $13,000.00 109 PIPE-SEWER-12 INCH-BORE&JACK DI W/ 100 LF $140.00 $14,000.00 110 PIPE-SEWER-16 INCH-BORE&JACK DI W/ 100 LF $165.00 $16,500.00 III PIPE-SEWER-18 INCH-CASING PIPE BY BO 50 LF $120.00 $6,000.00 112 PIPE-SEWER-24 INCH-CASING PIPE BY BO 50 LF $135.00 $6,750.00 27 $3,645.00 113 PIPE-SEWER-30 INCH-CASING PIPE BY BO 50 LF $150.00 $7,500.00 114 PIPE-SEWER-36 INCH-CASING PIPE BY BO 50 LF $165.00 $8,250.00 115 INSPECTION-PRE-CONSTRUCTION CLEANING 500 LF $4.00 $2,000.00 4318.8 $17,275.20 116 INSPECTION-POST-CONSTRUCTION CLEANIN 1500 LF $3.00 $4,500.00 9224,27 $27,672.81 117 TRENCH SAFETY SYSTEM>5 FT DEPTH 2O00 LF $6.00 $12,000.00 7975.07 $47,850.42 118 SEWER-CUT&PLUG MOST MAINS ALL SIZ 5 EA $500.00 $2,500.00 44 $22,000.00 119 DEHOLE-0 TO 5 FT DEPTH 5 EA $600.00 $3,000.00 9 $5,400.00 120 DEHOLE-5 TO 10 FT DEPTH 5 EA $650.00 $3,250.00 6 $3,900.00 121 DEHOLE-10 TO 20 FT DEPTH 5 EA $750.00 $3,750.00 122 MOBILIZATION-JOB MOVE IN 40 EA $4,000.00 3160,000.00 71 $284,000.00 123 MOBILIZATION-EMERGENCY SITUATION JOB 20 EA $4,300.00 $86,000.00 2 $8,600.00 124 MANHOLE-STD.4 FT DIA.(TO 6 FT DEPT 40 EA $2,800.00 3112,000,00 74 $207,200.00 125 MANHOLE-STD.4 FT DIA.-ADDED DEPTH( 20 VF $300.00 $6,000.00 157.31 $47,193.00 126 MANHOLE-DROP-STD.4 FT DIA(TO 6 FT 20 EA $3,000.00 $60,000,00 9 $27,000.00 127 MANHOLE-DROP-STD.4 FT DIA.-ADDED DE 10 VF $325.00 $3,250.00 49.12 $15,964.00 128 MANHOLE-EXTERNAL DROP INTO EXIST MAN 10 EA $800.00 $8,000.00 6 $4,800.00 129 MANHOLE-ADD'L DEPTH OVER 6 FT OF EXT 10 VF $400.00 $4,000.00 6 $2,400.00 130 MANHOLE-PAINT&COATING-INTERIOR PRO 10 VF $175.00 $1,750.00 131 MANHOLE-SHALLOW STD.4 FT DIA.(SHAL 20 EA $3,000.00 $60,000.00 6 $18,000.00 132 SEWER-WASTEWATER ACCESS DEVICE(ALL 5 EA $500.00 $2,500.00 3 $1,500.00 133 MANHOLE-TYPE A 5 FT DIA(TO 6 FT DE 5 EA $4,000.00 $20,000.00 2 $8,000.00 Thursday,August 06,2015 Page 5 of 9 City Project Numbers 01682 DOE Number 6666 Contract Name SMERR Contract 2011A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 7/31/2015 Project Funding P2757 701130168283 134 MANHOLE-TYPE A 5 FT DIA.-ADDED DEPTH 5 VF $300.00 $1,500.00 12.27 $3,681.00 135 MANHOLE-FIBERGLASS 4 FT DIA.(TO 6 F 5 EA $2,500.00 $12,500.00 2 $5,000.00 136 MANHOLE-FIBERGLASS 4 FT DLk--ADDED D 5 VF $200.00 $1,000.00 137 MANHOLE-VACUUM TEST 40 EA $100.00 $4,000.00 93 $9,300.00 138 COLLAR-MANHOLE(5 FT X 5 FT) 80 EA $300.00 $24,000.00 82 $24,600.00 139 MANHOLE-WATERTIGHT INSERT(30"PLAST 80 EA $40.00 $3,200.00 140 MANHOLE-WATERTIGHT INSERT-LOCKINGST 10 EA $150.00 $1,500.00 141 MANHOLE-ADJUSTMENT&SEAL EXIST 10 EA $400.00 $4,000.00 4 $1,600.00 MANH 142 MANHOLE-REMOVE EXIST SEWER MANHOLE 40 EA $300.00 $12,000.00 21 $6,300.00 143 MANHOLE-REMOVE EXIST MH CONE SECT& 40 EA $400.00 $16,000.00 9 $3,600.00 144 MANHOLE-ABANDON EXIST SEWER 10 EA $500.00 $5,000.00 10 $5,000.00 MANHOLE 145 SEWER SERVICE4 INCH SERVICE TAP 60 EA $300.00 $18,000.00 75 $22,500.00 146 SEWER SERVICE-6 INCH SERVICE TAP 40 EA $350.00 $14,000.00 12 $4,200.00 147 SEWER SERVICE-8 INCH SERVICE TAP 20 EA $375.00 $7,500.00 6 $2,250.00 148 SEWER SERVICE4 INCH-SDR26 S.S.SERV 250 LF $50.00 $12,500.00 8272 $41,360.00 149 SEWER SERVICE-6 INCH-SDR26 S.S.SERV 100 LF $55.00 $5,500.00 647.51 $35,613.05 150 SEWER SERVICE-8 INCH-SDR26 S.S.SERV 100 LF $56.00 $5,600.00 78.6 $4,401.60 151 SEWER SERVICE-4 INCH-2 WAY CLEANOUT 100 EA $150.00 $15,000.00 67 $10,050.00 152 SEWER SERVICE-6 INCH-2 WAY CLEANOUT 100 EA $155.00 $15,500.00 10 $1,550.00 153 SEWER SERVICE-8 INCH-2 WAY CLEANOUT 100 EA $170.00 $17,000.00 11 $1,870.00 154 SEWER SERVICE4 INCH CAST IRON S.S. 100 EA $100.00 $10,000.00 3 $300.00 155 SEWER SERVICE-6 INCH CAST IRON S.S. 100 EA $110.00 $11,000.00 9 $990.00 156 SEWER SERVICE-8 INCH CAST IRON S.S. 100 EA $120.00 $12,000.00 2 $240.00 157 SEWER PLUMBING-PLUMBING PERMIT FOR S 1 EA $22.50 $22.50 2 $45.00 158 SEWER PLUMBING4INCH-SCH 40 S.S.PR 100 LF $70.00 $7,000.00 137 $9,590.00 159 FILL MATERIAL-FLOWABLE FILL,IN LIEU 100 CY $80.00 $8,000.00 1214.95 $97,196.00 160 SUBGRADE-CRUSHED LIMESTONE FOR MISC 25 CY $10.00 $250.00 36 $360.00 161 CONCRETE-TYPE B(#2500) 50 CY $40.00 $2,000.00 20 $800.00 162 CONCRETE-TYPE E(#1500) 50 CY $40.00 $2,000.00 163 RIPRAP(CONCRETE) 20 CY $150.00 $3,000.00 164 RIPRAP-12INCH ROCK 20 CY $80.00 $1,600.00 165 RIPRAP-18 INCH ROCK 20 CY $85.00 $1,700.00 37.5 $3,187.50 166 RIPRAP-24INCH ROCK 20 CY $95.00 $1,900.00 Thursday,August 06,2015 Page 6 of 9 i i City Project Numbers 01682 DOE Number 6666 Contract Name SMERR Contract 2011 A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 73112015 Project Funding P2757 701130168283 167 GRASS-HYDRO MULCH SEEDING 50 LF $10.00 $500.00 843 $8,430.00 168 GRASS-SOD 50 LF $15.00 $750.00 1133.37 $17,000.55 169 CONCRETE-CONCRETE ENCASEMENT 50 LF $10.00 $500.00 33 $330.00 170 PAVEMENT-CONCRETE SIDEWALK 450 SF $5.00 $2,250.00 3203.5 $16,017.50 REPLACEME 171 PAVEMENT-CONCRETE DRIVEWAY 450 SF $7.00 $3,150.00 1986 $13,902.00 REPLACEME 172 PAVEMENT-CONCRETE CURB&GUTTER 50 LF $22.00 $1,100.00 123 $2,706.00 REPL 173 PAVEMENT-CONCRETE CURB ATTACHED TO 50 LF $10.00 $500.00 138 $1,380.00 C 174 PAVEMENT-REPLACE PAVING IN PARKING A 100 LF $40.00 $4,000.00 75 $3,000.00 175 PAVEMENT-CONCRETE PAVEMENT ON 2:27 C 300 LF $45.00 $13,500.00 1357.8 $61,101.00 176 PAVEMENT-CONCRETE REPLACEMENT ON 1000 SF $2.00 $2,000.00 2570.17 $5,140.34 EXI 177 PAVEMENT-PAVER ON REINFORCED 200 LF $55.00 $11,000.00 25 $1,375.00 CONCRET 178 PAVEMENT-2 INCH MIN HMAC ON 2:27 CON 1000 LF $40.00 $40,000.00 3296.4 $131,856.00 179 PAVEMENT-2 INCH MIN HMAC 1000 SF $2.00 $2,000.00 365 $730.00 REPLACEMENT 180 PAVEMENT-2 INCH HMAC ON 2:27 CONCRET 200 LF $42.00 $8,400.00 315.6 $13,255.20 181 MIN. 1-1/2 INCH HMAC ON REINFORCED C 100 LF $40.00 $4,000.00 40 $1,600.00 182 PAVEMENT-2 INCH HMAC ON 6 INCH FLEX 100 LF $30.00 $3,000.00 183 PAVEMENT-TRAFFIC PERMIT FOR UTILITY 50 EA $75.00 $3,750.00 37 $2,775.00 184 TRAFFIC CONTROL PLAN DESIGN&INSTAL 50 EA $300.00 $15,000.00 37 $11,100.00 185 PRESSURE GROUT 0 CY $290.00 $0.00 22.72 $6,588.80 EMERGENCY M-365R FORCE MAIN/LS REPAIR I LS $24,050.18 $24,050.18 1 $24,050.18 186 SELECT FILL 20 SY $12.50 $250.00 20 $250.00 187 5'DROP MANHOLE 1 EA $6,400.00 $6,400.00 1 $6,400.00 188 EXTRA DEPTH 5'DROP MH 9 VF $210.00 $1,890.00 9 $1,890.00 191 EXPOSED AGGREGATE SIDEWALK 1 LS $800.00 $800.00 1 $800.00 192 AXPOSED AGGREGATE DRIVEWAY 441 SF $16.25 $7,166.25 497.2 $8,079.50 193 EMERGENCY REPAIR OF 20"&10"FORCE I EA $29,088.00 $29,088.00 1 $29,088.00 MAIN 194 PROPOSED 36"SEWER REPAIR 1 LS $46,535.85 $46,535.85 1 $46,535.85 Sub-Total of Previous Unit $1,845,402.78 $1,979,979.94 Thursday,August 06,2015 Page 7 of 9 City Project Numbers 01682 DOE Number 6666 Contract Name SMERR Contract 2011 A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 7/3112015 Project Funding P2757 701130168283 Contract Information Summary Original Contract Amount $1,729=.50 Chanee Orders Change Order Number Total Contract Price $1,845,402.78 /,A,, Date /O-/- / Total Cost of Work Completed $1,979,979.94 C ntractor Less %Retained $0.00 J =lNet Earned $1,979,979.94 —1� -rzq eetioa Su--pe,rvisor Earned This Period S0.00 Retainage This Period $0.00 %, D'`e/v Less Liquidated Damages Project Man / Days @ /Day $0.00 DatedAP -/� LessPavement Deficiency $0.00 Z r to P - 4fras pctur sign and Co truct.on Less Penalty $0.00 Yl Date jc /Z /--�, Less Previous Payment $1,979,979.94 JOEpirector/Contracting Departm Plus Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Thursday,August 06,2015 Page 9 of 9 DEC�EI11 OCT 0 9 2015 CS 44 -a$6(4 City Project Numbers 01682 ��,,,. DOE Number 6666 Contract Name SMERR Contract 2011A Estimate Number 32 Contract Limits at Various Locations Payment Number 32 Project Type SEWER For Period Ending 7512015 Project Funding P2757 701130168283 Project Manager LOP-A City Secretary Contract Number 429W Inspectors GREGORY / HORTON Contract Date 1/102012 Contractor CONATSER CONSTRUCTION TxLP Contract Time 1034 CD 5327 WICHITA ST Days Charged to Date 1034 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH PO # SUMMARY OF CHARGES fgv0l Line Fund Account Center Amount Gross Retainage Net Funded —————— -——————————————————— Total Cost of Work Completed $1,979,979.94 Less %Retained $0.00 WATER DEPARTMENT Net Earned $1,979,979.94 ENGINEERING AND FISCAL SERVI Contact Person- Berdena Diggs- 429 Earned This Period $0.00 Department Approval Signatu Retainage This Period $0.00 Less Liquidated Damages DEPAMeNT CHECK PICK-UP YES ❑ 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $1,979,979.94 Plus Material on Hand Less 15% $0,00 Balance Due This Payment $0.00 Thursday,August 06,2015 Page 9 of 9 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.32 NAME OF PROJECT: Sewer Main Extensions,Replacements&Relocations 2011 A PROJECT NO.: P275-701130168293 CONTRACTOR: Conatser DOE NO. 6666 PERIOD FROM 07/15/15 TO: 07/31/15 FINAL INSPECTION DATE: 31-Oct-14 WORK ORDER EFFECTIVE 1/10/2012 CONTRACT TIME 365 O WE* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. THU 0 2. 17. FRI 0 3. 18. SAT 0 4. 19. SUN 0 5. 20. MON 0 6. 21. TUE 0 7. 22. WED 0 8. 23. THU 0 9. 24. FRI 0 10. 25. SAT 0 IL 26. SUN 0 12. 27. MON 0 13. 28. TUE 0 14. 29. WED 0 15. 30. THU 0 31. FRI 0 SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD 0 0 PREVIOUS 1034 1034 PERIOD TOTALS TO DATE 1034 1034 *REMARKS Q C NTRACTOR 19 DATE INSPECqbR DATE ENGINEERING DEPARnL PENT 11ie City of Fort Worth- 1000 Throckinorton Street-Fort��brch,T176012-6311 ; OFFICIAL RECORD (817)392-7941 -Fax:(817)392-7845 CITY SECRETARY s NORTH, TX FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sewer Main Extensions,Replacements,Relocations 2011 A PROJECT NUMBER: P275-701130168283 DOE NUMBER: 6666 WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" 0 to 6' SDR 26 936' PVC 8"6'to 8' SDR 26 945' PVC 8" 8'to 10' SDR 26 41 8.14' PVC 8" 10'to 12' SDR 26 242' PVC 10" 6'to 8' SDR 26 370' PVC 10' 8'to 20' SDR 26 258' DUCTILE 8" DI 740.9' PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: ALL Passed NEW SERVICES: 4" SDR 26 827.20' 6" SDR 26 647.20' 8" SDR 26 78.6' TRANSPORTATION AND PUBLIC WORKS The Cin-of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA fume of Contractor Project Name Conatser Construction Sewer Main Extensions,Replacements,Relocations 2011A DOE Inspector DOE Number Randy Horton 6666 DO£Incpector Project Manager ❑ Water 2 Waste Water❑ Storm Drainage❑ Pavement Adolfo Lopez Initial Contract Amount Project Difficulty S2,000,000.00 O Simple O Routine O Complex Final Contract Amount Date $172,922,250.00 8/10/2015 11)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(-) APPLICABLE YIN 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 3 60 45 7 lob Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 I I Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 423 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 423 111)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS I MSI • 100%) 423 / 448 94% 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) c 16 PU Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TR-,1NSPORTATION AND PUBLIC WORKS ' The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -F2x:(817)392-7845 CONATSER CONS RUC ION IX, L.P. 5327 Wichita Street • P.O.Box 15448 • Fort Worth,Texas 76119 CHANGE ORDER REQUEST No.3 PROJECT: SMERR Contract 2011 A DATE:July 24,2015 OWNER: CITY OF FORT WORTH 1000 Throckmorton St. Fott 76102 CONTRACT: DOE6666 �—' INSPECTOR: Mr.Randy Horton/W.Lewis Gregory l � PROJECT MGR.: Mr,Adolpho Lopez WE REQUEST THAT YOU MAKE THE FOLLOWING CHANGES TO THE CONTRACT DOCUMENTS: Item No.I Quantity UM Description Unit Price Amount REQUEST FOR TIME ONLY CHANGE ORDER Note: Contract awarded on July 10,2013 This time extension is from December 27,2013 to October 31,2014 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACTTIME: N/A Current Contract Price 725 CD Current Contract Time Net Increase/Decrease of this Change Net Increase/1)=ease of this TBD Order 309CD Change Order N/A Revised Contract Price 1,034 CD Revised Contract Time j CO,NENIENTS: Additional Time is requested due to backlog in work orders REQUESTED BY: Jesse Martine Project Manacer APPROVED BY: APPROVED DATE PR ECT MAN�G R � APPROVED 1J DATE PROGRAM MANAGER i (817)534-1743 Fax(817)534-4556 w ww.conatserconstni ction.com I FORT WO RT H RE 02/22107 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I) PROJECT INFORMATION Date: 8/10/2015 I`ante ojContractor_�_ Project Name Conats_er Construction Sewer Main Extensions,Re lacements,Relocations 201]A DOE Inspector v Project Manager Randy Horton_ Adolfo Lopez DOE:Number jProjectDcult), Tipe of Contract 6666 _ 10 Simple O Routine O Complex Q Water 0 Waste Water❑ Storm Drainage[] Pavement Ii,itiu!C'o_ ct Aairamount Final Contract Amount I$2,000,000.00 $1,729,222.50 11) PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING (ELEMENT RATING (0-4) 1 (0-4) INSPECTION_EVALUATION M� PLANS&SPECIFICATIONS I Availability 11 Accuracy of Plans to Existing Conditions 2_Knowledge c f Inspector 14 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities i, 13 Applicability of Specifications '4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs C1 I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability ofPro'ectManager I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments q 14 Resolution of Utili 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 The City of Fort Worth-1000 Throcktnorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 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,Vice-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 2011A SEWER MAIN EXTENSIONS,REPLACEMENTS AND RELOCATIONS CITY PRJ#: 01682 CITY OF FORT WORTH STATE OF TEXAS CO R CONSTRIJCTION TX,LP Brock Huggins Subscribed and sworn to before me this 6t'day of October,2014. Bertha Gianulis � - No Pu is in Tarrant County Texas Notary Public for h`, ''- State of Texas r -- ;' 08H 8/2015 My commission expires: LibeY'Li Interchange Corporate Center 1117 450 Plymouth Road,Suite 400 MLitltala Plymouth Meeting,PA 19462-1644 SURETY Ph.(610)832-8240 CONSENT OF SURETY TO FINAL PAYMENT To: City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 RE: Contract 2011A Principal: Conatser Construction TX, LP Obligee: City of Fort Worth,TX Contract Number. P275-701130168283 Contract Date: November 16,2011 Contract/Project Description: Sewer Main Extensions,Replacements&Relocations City of Fort Worth,TX, Project No: 01682 i In accordance with the provisions of the contract between the Obligee and the Principal described above, LIBERTY MUTUAL INSURANCE COMPANY,a Massachusetts stock insurance company,as Surety(the"Surety"), on the Principal's bond number 022034183 (the"Bond")hereby consents to the final payment to the Principal by the Obligee and agrees that final payment to the Principal shall not relieve the Surety of any of its obligations to Obligee as set forth in the Bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand and seal this 6th day of October 20 14 i LIBERTY MUTUAL INSURANCE COMPANY (Sure By: a6 0_ez.� ty) (Seal) Attomey-In-Fact Glenna S, Davis i i if I LMIC-3100 Rev.03/04 THIS POiNER.OFATT(-.R!,4 1..!S.NOT'.VALID.UNLESS.IT IS PkINTED ON RED BACKGROUND. This Pointer of Aftbrney lands tfie aefd Df thoae"-nitmW herein;and tffey have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No.5897135 American Fire and Casualty Company Liberty Mutual Insurance Company. - The Qhio Casualty Insurance Company West American insurance Company P WER.OF:ATT.QRNEY ... KNOwgALt PfilkSQN3.S:Y:TtiPS1yP C ENP Ttfal--Ante'ah Fired Gossett Coni an gild Th-0 CasuaA Insurance Company are corporations�luf or anized underthe la' of $ _._ _.�. . rya: .. Y. .P. Y Y P .Y � Y 9 .- curs... . _the-StateofNewkiaFnpshrre,t6etiti�ly Muivafin�uranceamPanyus�orpoiiionduJyuiganiied under the iawsoitJ>eState oft�lassechusetts,and WestRrirericenlnsuranee Company. : Is Boma atidA dulyorgarirzed ui dep-lfielavlsrJftfre�f�4lindtana jhGr�id�cillebiively"gated the Companies°),pursutin aocl by auQ�orty here+nset forth,does Hereby name;eonstiluia.. :"and appoint Greg,3 Yitillter i7F lJoh'in'a:S I�tiVis'Ca#FjJ?3Yrnac��-C roiyl5'lvlapJes Jofijtj R W.ilsorl•. alioffhe citq of Fsrrt lAtorth w:_. tat>f eacR?ndiiddaallyif there be mare than oae narn ,i(s tote sndlawfuiattorneyiri-fact to makes exxecute seal acknowledge and defiyet for and gniksJie�jAlf:as;t+ne rirFaal�t and deed;att�+anr}aN undedakinC bonds,recrtgnizancesand other surety obfigshtons,:in pursuance ofthese piesents and shad ire as kirTdnig upon tfie Cgr ip8 r s; l e' Sr dyfy ig{d fie fxesitlent andatias�ed by lha secfetary of is Conipaniss In their of t proper persona -- - INWll NEb`SVVHEBC Tt WernfilffCoe a lieenaubsd'nEJe`d a'ii=a�illYorlaeifofficer or offiCial"oRfhe Cnmpenies'artd the corporaffi: Istif ttie Cogrperdes have 6eenatfuced _ ': ittetetQthis.�s day�f f38cem`ber-`;�5 TV 2 9.2 - - - - . American FIM and Casualty C=pany. The ny ", r eye - Lfbetfy Mutual Insurance CotrJpeny u t t/VestAmadeari insurance:Company r _ &TATE OF WASHIN6TbN s i;regory .Davenport Aspstant 3ecrdary' �. COU►V]-y I:JF lfly6 - - On Ufis 18fft daYot� b µ l}i before r par5cQIfy appealed Gregoryr tCir J3avenpnit,svho 6cknnwfedged hunted-to hd the Assistant Secretary of American _F(rsattc# uaitq CaAtpariy Lije?ttJturfis►nparty Cti�011rb Clrsuafty9mpanX arrd_VKastArt>rriban Insurance Company,and that tte.as such tieing 9uthorized so t.-do - ,_ . xeeute the#ongoing inslsumentior pyiposes thete�n conteinod 6y signing Dn behaifof the corporations by himself as a:dtily authorized off+cer, d a > 4WiTN &WI#FR1 OFi1:#1aV {t iefftrt stib r e#6fytlg n0 aflfiled myn4lhnal sell at ueahle,Wsshi6giorr,an the*.antlyear.5istabavgwi6ten By; _ < Kb-RHey,.NotPublic This Pp-�rer�#Aircur+ ism rl �ad$xac purst8r>lLoartd;6Yaut orflgvfihsfoli nngByriauysaridrXuthedzat%onsofA>;dcan.FaeandCasualiyCompanyThe©hioCasualtylnsutanee :y� Cempan}r L er cMutuat�nsur�rux Lox rg±,;M lAia"sf AinerieamJnsrrrange 6rtrpanjrwhich rasokl�ans are now in#ufl 3oroe:and efi►ecl leading as filbws:_ : q:L:.A]TiGi 1Vk QFF1 R :=See pQ rdlAitar lc eyl 1p i 6rprather�lfrehal oftkia CoFporaCtprtaGthanzed;br.lhat.PUW_sq In vv[ ng by fhe hetmlan or the Prow.opt and qAp ect p to sr h i"aLahoit as Cie (iairufaii nr iGe esi is may pr nbe;'st�al}appoint•uckaitaineys=rt-, as tnagb@ rtacess y fo'tid in trehafFof the Corporation to make,ezecFde,seal, - ' ¢kda►+rJ "k'E'nr}ddlliietasu7Iatell�tiQatlakirigs<bonds.rnncesandgttiefsure(yo�Fllgatiuris..5uchatfoineysin-fact subjecttatheJunitafionsset{cxthin.thelrrespectiaFe fivers �Eurtil3y, 1>!a11pft. #t pd*r.' elr-jtb fore artd'exeratiori.Rf•any sup.4tstrurnents and io attach lher eto the s®ai of 1fr6 Cotporahotx i11111en so exearled�suGirmslnlrriiagtdxshaAtia s`.bindsigasifsigried6YthePresidetrtandatiestedfQ.trythe cretaryA ernrauthoritygranYedtoanyrepreseniath"rattomeyrnfadunder :y. '� (Fie provlgiortsAf#his Zide maybe�saal d t, ry hfire hyttw 9ilatd the Chi m�rr,tfia President pr#ly the officer or officers'grantind such power or authndty. . S.j,. 'ARV l:LEXItI EateculroraoEL`�e�t iscf± G 4hi& reigt3oisdsatir Un ortakrngs Anyotncsr afthe Compeny,i� odzed forthgf purpose in wrftmg by the chairman or the{Fresfdent; > "and subjer to such Ilmitat(4n sfhert fiairnratroi�fta pGesid"enttnsy jiriesaitie shaflapppiritsucb attomeysYirrfact,as may be riecessaryto actin behalf ofttle Company to make,exeade 7 .:real a oowle*gie, it deljver asgtJr riygD49]fwidertt s bbridi reeogntzaoees end pJher:surefy oblgattons:;Such attorneys in fact subject io the Ilmrtaitans.set fprffl iri fhelr " cx ;respective powers ofallomear sh IFh x�re nyrextobfnii tJ� c iariir byth irslgnatrirs$ndexeoUtion pf anysuch lnstrgtaent5 and to attach thereto thq geatpftheCampany Wharf so executed sugfi aistninierns sttall�e ir§bYr 6g asi€si lied y thepMsident end aftee fed by yre seaietary O Certffi06"pf Dp 1900tidrr TJ[e[fi i:o`j _C4cnppny� ing j scant to the f3ylews bf ttie eorppahy„auihdrizess Gregory Vit llaveriport,Flsdstanf Secretary to appoint BlrGlr :.attomeysri-tacF as_rimy be=necessar toac�on behail"of lire Eonjp`arij to snake;execute,seal>arknovdedge acid deGaer as surly any and eft nndgrtaiiings,,isands,.recogniiances.end othersui fyobfigdi iss - AuthctizafJon 6yprtarurraescQi>s rtoft e,t`ampailYs 3aarii:ofDyecfois;:theConpanyron5e .that(acsimileormechanicaUytaproduced.signlure.ofany;rssistantsecrefaryotthe Cbinpany,wherEverappeanng vpoa a e driis-r�r�oPy ofany poweF of attorney issued hy.{he l;q*ny.iri conriecfian.with surety bonds,shall be'varifand binding upon the Company with- tfie same(Digs end=effect'.-- nuallyafflXed, I,Wd t�I.:Garay gievtufeiSlgiled,Assisfaiit 5+ s ofRinertcan Fire ar►a ira5ualfy Eciimpaoy,I}le Oh laa3asiraHy Insurance Congrariy,liberty Mutual Insurarx a Conipang and Utrest Amerfgatt.Iriarfrahce.Cbmpairt+cto:ttet�hycltifyt tkt6ariginatpouverotret9mayvfwhlctftt>s(dregoingisaiull,trueandcorrectaopyofihePowarbfAtlomeyexecutedbysaidCompenies . is-in,full force_and effectnd'has Tram.ked:: - .. IN TESTJAAONY WHEREOF,I:i>aire fiereiJntii set my tiand.end affixed the seals of said.Companies this.At day of Octob-x i<r'•t�()o ��, !` 'a,9- i �. �9iZ._. �� i '�{� F. - By. I S{ f='t i' q': :. : . j� "„�;,•. , : _. �` {F` *` J t' David M.C .Assistent Secretary LMS_12873_o92012 " 29 of 51 M&C- Council ,Agenda City of Fort Worth, Texas Mayor and Council Comm • unication COUNCIL ACTION: Approved on 1/10/2012 DATE: Tuesday,January 10, 2012 REFERENCE NO.: **C-25395 LOG NAME: 60SSERR2011A-CONATSER SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of$2,000,000.00 for he City of Fort Worth (A L COUNCIL DISTRICTS)Sewer Main Extensions, Relocationseplacements and Contract 2011A at Various Locations Throughout RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Conatser Construction TX, LP, in the amount of$2,000,000.00 for Sewer Main Extensions, Replacements and Relocations Contract 2011A at various locations throughout the City. DISCUSSION: The work to be performed under this contract consists of replacing and/or relocating sewer mains, services, and other pertinent construction required to provide sewer service to individual customers or developers. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the projects is$2,000,000.00. Final payments will be made based on actual measured quantities. The project was advertised in the Fort Worth Star-Telegram on September 15, 2011 and September 22, 2011. On October 13, 2011 the following bids were received: BIDDERS BID AMOUNT TIME OF CONTACT Conatser Construction TX, LP $1,729,222.50 36-5 Calendar Days William J. Schultz Inc. d/b/a $1,747,597.50 Circle"C" Contracting Co. IL Utilitex Construction, LLP $2,117,722.50 Conatser Construction TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 20 percent MNVBE participation.The Citys goal for this project is 19 percent. In addition to construction cost, $60,000.00 contingency is provided for possible change orders; $110,300.00 is required for design/construction staking, inspection, material testing, R.O.W, land costs, survey, utility coordination and as-built mapping. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund.