Loading...
HomeMy WebLinkAboutContract 43798-FP1 * FORTWORTH. � VIf i a7GVlifr6Arw s R ew CWRACT 40. B�sJtx Suppc�tt?Gcoup TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION D.O.E.Ns: 6144 Ave 1, Ani zk"A tivM Cl) �r�.►5t,.�x /I,eA Ly Aw, PLyaes A4,r-, k,k:as Sf, La*/4'? Regarding contract 43798 for 2008 CIP CD8 CONTRACT 8A-PAYING&DRAINAGE as required by the Rd, w ooarov TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 10/02/2012' ,9r(. through M&C C-25903'!the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the..Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $1,W,535.00-- Amount 1,583,535.00'Amount of Approved Change Orders: $5,M0.006Ns 2 Revised Contract Amount: $1,589,385.00' Total Cost Work Completed: $1,523,276.07'- Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $1,523,276.07` Less Previous Payments: $1,507,399.89'1 �c Final Payment ue $15,876.21 b j Recom ended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction .�( " (ZmSWf Accepted 0 Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT City Manager Date in Comments: FUND ACCT:C204-541200-2084001236 6 3 7�' I.P Ci� M, TPW Construction Invoice 1 �. ,� COntrilct: CS43798 P.O.# PO-13-74637 Payment Dnte: 11/15M14 TO:Conatser Construction TX LP INV.# CW798-F-rN,}L Estimate No. 43 DOE: 6144 P O BOX 15448 ProjManager Gopal Sahu,Richard Argommi Fort Worth TX 76119 ' FOR: Ave t,Arch,Avalon,Crenshaw,Darby,Haynes,Perkins,Westhill,Woodrow 2008 CIP CD8 Contact 8A Contract Amount: $1,589,385.00 Total to Date: $1,523,276.07 50.00 $1,523,276.07 Previous Estimate: 51,522,626.07 515,22626 $1,507,399.81 Earned to Date: $650.00 (51546.26) 5159876.26 Payrne"ts: x204-311298 WW37UV SlApmoo C012-S3,tft00 Total to Date: $1,523,276.07 50.00 $1,523,276.07 Previous Estimate: $1,522,626.07 $15,22626 S1,507,399.81 Earned to Date: $650.00 (515,22626) 515,876.26 ACH FINAL PAY Transportation&Public Works BUSINF'�S SUPPORT GROUP Contact Person-BR,.\ -E .2852. Dcpartnn la Approva c f KAREN STRIKER go DEPARTMENT CHECK PICK-UP YES ❑ Thursday,December 18,2014 Page 1 of 1 City Project Numbers 01236 DOE Number 6144 Contract Name 2008 CIP CD8 Conaw 8A-Ave I,Arch,Avalon,Crenshaw,Forby Estimate Number 43 Contract Limits Haynes,Peddns,Westhill,Woodrow Payment Number 43 Project Type PAVING&DRAINAGE For Period Ending 11/15/2014 Project Funding Project Manager Teal City Secretary Contract Number 43798 Inspectors RODGERS / DAVILA Contract Date 10Rf2012 Contractor CONATSER CONSTRUCTION T d.P Contract Time 370 W 5327 WICHITA ST Days Charged to Date 362 W FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH SUNB4ARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $1,523,276.07 epartm ,t o T W�%%Comst y Services Less %Retained $0.00 DUE# 1�G Da 7 .1 to n� Net Earned $1,523,276.06 Project Manager �S Earned This Period $15,876.26 Risk Management Joey,Pa!eD.Q.E. Brotherton This Period $0.00 CFA Westerman/Scanned ❑ Less Liquidated Damages 0 Days Q $0.00 /Day $0.00 The Proceeding people have been Contacted concerning the request for final payment&have released this project for such payment LessPavement Deficiency $0.00 Less Penaky $0.00 Clearance Conducted By Etta Bacy Less Previous Payment $1,507,399.80 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $15,876.26 Tuesday,November 18,2014 Page 6 of 6 1 FURTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 2008 CIP CD8 Contract 8A-Ave I,Aroh,Avalon,CmWww,Forby Contract Limits Haynes,Pectins,Westhill,Woodrow Project Type PAVING dt DRAINAGE City Project Numbers 01236 DOE Number 6144 Estimate Number 43 Payment Number 43 For Period Ending 11/15/2014 W City Secretary Contract Number 43798 Contract Time 376N Contract Date 10/1!2012 Days Cbarged to Date 362 Project Manager Teal Contract is 96.000 %Complete Contractor CONATSER CONSTRUMION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / DAVILA Tuesday,November 19,2014 Page I of 6 `vi City Project Numbers 01236 DOE Number 6144 Contract Name 2008 CIP CD8 Contract 8A-Ave LArch,Avalon,Crenshaw„Forby Estimate Number 43 Contract Limits Haynes,Perkins,Westhill,Woodrow Payment Number 43 Project Type PAVING&DRAINAGE For Period Ending 11/15/2014 Project Funding Paving Improvements Item Description of Items Estimated Unit Unit Coat Estimated Completed Completed No. Quanity Total Quanity Total I Remove Sidewalk 20510 SF $1.50 $30,765.00 28588.73 542,883.10 2 Remove Step 65 SF $5.00 $325.00 300.125 $1,500.63 3 Remove ADA Ramp 26 EA $200.00 55,200.00 15 $3,000.00 4 Remove Concrete Drive 23240 SF $2.00 $46,480.00 18113.24 $36,226.48 5 Remove Fence 718 LF 53.00 $2,154.00 242 $726.00 6 Remove Mailbox 22 EA $100.00 $2,200.00 5 $500.00 7 Remove Cone Pavement 41 SY $10.00 $410.00 3.2 $32.00 8 Remove Cone Cmb&Gutter 12985 LF $3.00 $38,955.00 11476.6 $34,429.80 9 6"-12"Tree Removal 6 EA $300.00 $1,800.00 6 $1,800.00 10 12"-18"Tree Removal 10 EA 5400.00 54,000.00 9 $3,600.00 11 18"-24" Tree Removal 6 EA $600.00 $3,600.00 7 54,200.00 12 24"and Larger Tree Removal 10 EA $700.00 57,000.00 10 $7,000.00 13 Unclassified Excavation 8220 CY $7.00 $57,540.00 8220 $57,540.00 14 SWPPP >_1 acre 1 LS $500.00 $500.00 1 $500.00 15 Lime 620 TN $155.00 $96,100.00 559.63 $86,742.65 16 8"Lime Treatment(48 lbs/SY) 25700 SY $3.00 $77,100.00 22507.69 $67,523.07 17 4"Asphalt Pvmt Type D 549 SY $25.00 $13,725.00 13329 $3,332.25 18 HMAC Transition(6 Inch Depth) 110 TN $135.00 $14,850.00 206 $27,810.00 19 Replace Speed Hump 1 EA $500.00 $500.00 20 7"Cone Pvmt 21750 SY $34.50 1750,375.00 21279.13 $734,129.99 21 8"Cone Pvmt 519 SY $38.00 $19,722.00 574 $21,812.00 22 4"Cone Sidewalk 29364 SF $2.50 $73,410.00 34615.83 $86,539.58 23 4"Cone Sidewalk(Constructed with R 1970 SF $6.00 $11,820.00 2694.8 $16,168.80 24 6"Concrete Driveway 23560 SF $6.25 $147,250.00 22138.48 $138,365.50 25 3213.0502 4'Barrier Free Ramp,Typ 17 EA 5800.00 $13,600.00 19 $15,200.00 26 3213.0503 4'Barrier Free Ramp,Typ 1 EA $850.00 $850.00 2 $1,700.00 27 3213.0508 4'Barrier Free Ramp,Typ 21 EA $900.00 $18,900.00 9 $8,100.00 28 4'Chain Link,Aluminum 247 LF $20.00 54,940.00 190 $3,800.00 29 5'Chain Link,Aluminum 128 LF $25.00 53,200.00 30 6'Chain Link,Aluminum 44 LF $30.00 $1,320.00 4 $120.00 31 4'Wrought Iron Fence 79 LF $50.00 $3,950.00 Tuesday,November 18,2014 Page 2 of 6 City Project Numbers 01236 DOE Number 6144 Contract Name 2008 CIP CD8 Contract 8A-Ave I,Arch Avalon,Crenshnw_FO by Estimate Number 43 Contract Limits Haynes,Perkins,Westhill,Woodrow Payment Number 43 Project Type PAVING&DRAINAGE For Period Ending 11/15/2014 Project Funding 32 4'Fences,Wood••(Inc Picket and 3 220 LF $20.00 $4,400.00 48 $960.00 33 Conc Ret Wall with Sidewalk 725 SF $10.00 $7,250.00 857.47 $8,574.70 34 Topsoil 705 CY $16.00 $11,280.00 895 $14,320.00 35 Manhole Adjustment,Major(Vauh) 2 FA $2,000.00 $4,000.00 2 $4,000.00 36 Manhole Adjustment,Minor 8 FA $400.00 $3,200.00 8 $3,200.00 37 Valve Box Adjustment 20 FA $300.00 $6,000.00 22 $6,600.00 38 Adjust Meter Boxes 121 FA $35.00 $4,235.00 100 $3,500.00 39 1"Water Service,Meter Relocation( 138 FA $0.00 $0.00 40 6"Pipe Underdrain,Type 7 99 LF $20.00 $1,980.00 41 Traffic Control 1 LS $8,000.00 $8,000.00 1 $8,000.00 42 Non Standard Item: Mailbox(Metal/W 8 FA $300.00 52,400.00 1 $300.00 43 Non Standard Item: Mailbox(Masonry 14 FA $500.00 $7,000.00 3 $1,500.00 44 Walk-Steps-Insall 203 SF $4.00 $812.00 300.25 $1,201.00 45 Remove and Replace Timber Retaining 29 LF $30.00 $870.00 32 $960.00 46 <6"Tree Removal 3 FA $300.00 $900.00 1 $300.00 47 Miscelaneous Utility Adjustment 1 LS $10,000.00 $10,000.00 0.563053 55,630.53 48 7"Concrete Curb&Gutter 100 LF $20.00 $2,000.00 129 52,580.00 51 Decorative Tile for Curb Addresses(CO N2) 9 FA $650.00 $5,850.00 9 $5,850.00 Sub-Total of Previous Unit $1,532,718.00 $1,472,758.06 Drainage Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 Headwall,Box Culvert(per plan dela 23 CY $450.00 $10,350.00 2 18"RCP,Class 111 38 LF $60.00 $2,280,00 40 $2,400.00 3 21"RCP,Class III 56 LF $65.00 $3,640.00 56 $3,640.00 4 Pipe-36 Inch-Cl,III-Install 10 LF $100.00 $1,000.00 150 $15,000.00 5 Pipe-48 Inch-CL III-Install 5 LF $185.00 $925.00 6 Concrete Riprap 75 BY $70.00 $5,250.00 7 Remove 10'Curb Inlet(Includes 5'I 9 FA $500.00 $4,500.00 8 $4,000.00 8 10'Curb Inlet 6 FA $2,200.00 $13,200.00 6 $13,200.00 9 20'Curb Inlet I FA $4,500.00 $4,500.00 1 $4,500.00 10 5'Curb Inlet 2 FA $2,000.00 $4,000.00 2 $4,000.00 11 Trench Safety 109 LF $3.00 $327.00 246 $738.00 Tuesday,November 18,2014 Page 3 of 6 City Project Numbers 01236 DOE Number 6144 Contract Name 2008 CIP CD8 Contract 8A-Ave Wch Avalon,Crcnstww,i=orby Estimate Number 43 Contract Limits Haynes,Perians,Westhill,Woodrow Payment Number 43 Project Type PAVING&DRAINAGE For Period Ending 11/152014 Project Funding 12 2"Wedge Milling 14 SY $30.00 5420.00 13 Temporary Asphalt Paving Repair(Sto 109 LF $10.00 $1,040.00 304 $3,040.00 14 Pedestrian Handrail 61 LF $85.00 55,185.00 Sub-Total of Previous Unit $56,667.00 $50,518.00 Tuesday,November 18,2014 Page 4 of 6 City Project Numbers 01236 DOE Number 6144 Contract Name 2008 CIP CD8 Contract 8A-Ave I,Arch,Avalon,Crensh—,Forty Estimate Number 43 Contract Limits Haynes,Perkins,Westhill,Woodrow Payment Number 43 Project Type PAVING&DRAINAGE For Period Ending 11/15/2014 Project Funding Contract Information Summary Original Contract Amount $1,583,535.00 Change Orders Change Order Number 2 $5,850.00 Total Contract Price $1,589,385.00 Date L -�-' Total Cost of Work Completed $1,523,276.07 ntra or Less %Retained $0.00 Date1*Z -z1F1V Net Earned $1,523,276.06 1 Earned This Period $15,876.26 Inspection Supervisor Date Retainage This Period $0.00 �2 S i Leu Liquidated Damages ject Man j� , / /� Days @ /Day $0.00 IV Date/ Z—�5—)4 — LessPavementDefciency $0.00 Asa-Ulketo W-Infrastructure Design and Construction Less Penalty $0.00 Date 'A S I(f Less Previous Payment $1,507,399.80 Director/ ntractin�t Plus Material on Hand Leu 15% $0.00 Balance Due This Payment $15,876.26 Tuesday,November 18,2014 Page 5 of 6 9uySpeed Osjine h //bso.fortworth ov. ttPs: g org/bso/documenUapprovaUdocApproval.sdo �frr�r Accounts Payable Depatmartt Access NIGP Code Browse I Pty Account 1 Custiomer service 1 Cu an OrgandationsC OF FORT WORTH January 19,201510:33:35 AM CST .0044 Aboutx Home Brandy Crum Invoice#: CS43798-FINAL Vendor#:0000021139 Vendor Group#:01 Status:41R-Ready for ApprovW General (terns Credits Subcontractors Accounts Routing Attachments pokes Reminder Change Order Summary Back to PO tnarai YandatlOn WanAogs e You are going to final pay the following partially paid po limns:11,21. Header Information Invoice Number CS43798-FINAL Invoice 41R-Ready Invoice Sway Status: forAPproval Type: mard*V Invoice GS43798-FINAL Ave I,Arch,Avalon,Crenshaw,Furby,Haynes, Invoice Date: 01/19/2015 Effect Date: 01/19/2015 Description: Perkins,Wbs0lill,Woodrow 2008 CIP CD8 Contact 8A Payment Amount: $15,876.26 Handling ACH(DIRECT Payment 02/13/2015 Code: DEPOSIT) Date: Payment Terms: Payment Term o Payment 0.0% Day: Discount: Paid-Bank/Check: Alternate Id: Entered By: Brandy Crane Entered Date: 01/19/2015 Credit Amount: $0.00 Updated By: Brandy Crane Updated Date: 01/19/2015 Received Date: 10/02no14 10:31:00 AM Purchase Order Information Purchase order PO-13_00074637 PO Number Description CS4379e PO Amount: $1,569,365.00 Remaining To $66.108.92 Buyer. Karan Invoice: Striker PoVendor Information Vendor: 0000021139-CONATSER CONSTRUCTION TX LP Address Grp: 01 Vendor Remit-to JESSE MARTINEZ Address: P O BOX 15448 ACH ONLY FORT WORTH,TX 76119 us Fed ID: ~~~$413 Remit Text: Email:BERTHA®CONATSERCONSTRUCTION.COM Phone:(817)5341743 Id:36192 Misc&Freight Invoice Account Event Type Fiscal Year Account Code Transaction Amount Misc 13 C2042050004)00000123800 $15,226.26 Total: $15,226.26 Item Information Invoice Item#/PO Item#•1 Ave I,Arch,Avalon,Crenshaw,Furby,Haynes,Perkins,Weethlll,Woodrow 2008 CIP CDe Contest SA C204-541200-208400123683 CS43798 M&C:C-25903 Date:100212 1 oft 1/19/2015 10:33 AM BuySpeed Online hupsJ/bso.fortworthgov org/bsadocument/appivvaVdocGApptnvaLsdo PO permit Invoice Discount% Original Final Item Status 7b pay Amount PayAaiourrt Pay 3PPR-Partial Receipt $0.00 $0.00 0.0% $0.00 Yes MAKE: ASSET MODEL: ASSET_MANUF: ASSET SERIAL: ASSET VIN: ASSET TAG: Event Type Fiscal Year Account Code Transaction Amount Exp. 15 C204-541200.208400123883 $0.00 Enc. 15 C204-541200-208400123883 $0.00 Invoice Item#IPO Item#:2 C002-$5,850.00-Ave 1,Arch,Avalon,Crenshaw,Forty,Heynes,Perkins,Westhill,Woodrow 2008 CIP CD8 Contact 8A C204-541200.208400123883 CS43788 PO Permit Invoice Discount% ordinal Final Item Status 7b pay Amount Pay Amount pay 3PPR-Partial Receipt $0.00 $850.00 0.0% $0.00 Yet: MAKE: ASSET MODEL ASSET MANUF: ASSET SERIAL ASSET VIN: ASSET TAG: Event Type Fiscal Year Account Code Transaction Amount Exp. 13 C204-541200-208400123883 $850.00 Enc. 13 C204-541200-208400123883 3850,00 Approval Path: Deists Approver Order Approval Leval Approver Dab Datefft sequence path Type Requesbd pp Appro/Canceled proved Co View ApprovedA7Ma roved A�nceMd tflew ID ICancetad by Add New Pr4nary AddlDelete Approver Print Copyright 0 2015 Periscope HoMings,Inc.-All Rights Reserved.default 2 of 2 1/19/2015 10:33 AM Page: 1 .Pocu&ent Name: untitled BC AVAILABLE FUNDS INQUIRY 162 NEXT FUNCTION: ACTION: a=x^ ==�ccx=sxaa—.a=c=xa=s..xox===x=x=vssffiaacraav=mx==xaaaaaasasaasa=asaa=.a=ta COMP / ACCT / CNTR ALTERNATE COMP / ACCT / CNTR C204 205000 000000123600 ACCT DESC: RETAINAGE ORIG APPROPRIATION: 0.00 CNTR DESC: Ave I, Avalon Ct, Arch St, Cre LAST ACTIVITY: 12/17/2014 0.00 NA 0. 00 0.00 NA - 0. 00 0.00 NA - 0.00 15,226.26- (LIABILITY ) - 0.00 --------------------- --------------------- 15,226.26 (AVAIL BAL) _ 0.00 (AVAIL BAL) L OVEREXPEND A E C G V TOLERANCE BDG YTD P EST N L R ACTIVE INACTIVE L POST AMT PCT GRP LTD P REV EXP C COMM S P STAT DATE DATE 1 Y 9999 999 L N N Y N N 2 9 0 Date: 12-18-2014 'T me: 14:36:19.16 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: 2008 CIP CONTRACT 8A DRAINAGE IMPROVEMENTS DOE#:n/a City Project#:01236 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Ag"uti a Brock Huggins Subscribed and sworn to before me this I Ph day of July,2014. Bertha Gianulis Public for Notary Public in Tarrant County,Texas l .SuyecfTexas yion expkm:0911-8/2015 A , _ ]1��/1 % Interchange Corporate Center 450 1►iU + ng d,Suite 400 Plymouth Meeting,PA 19462--1644 SURETY Ph.(610)832-8240 CONSENT OF SURETY TO FINAL PAYMENT To: City of Fort Worth 1000 Throckmorton Fort Worth,TX 76102 RE: 2008 CIP Contract 8A Principal: Conatser Construction TX, LP Obligee: City of Fort Worth Contract Number. City Prolect#01236 Contract Date: Sept.28,2012 Contract/Prgect Description: Drainage Improve 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 022041474 (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 25th day of June 2Q-1_4 LIBERTY MUTUAL INSURANCE C MPANY (Surety) By: (Seal) AttornWn-F d Glenna Davis LMIC-3100 Rev.03/04 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.5897121 American•Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance ConTany West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That American Fire&Casualty Company and,The Ohio Casualty Insurance Company are corporations duly organized under the laws of the Siete of New Hampshire,final Liberty Mutual Insurance CompaM is a corporation duly orgetted under to laws of is State of Massachusetts,and Wast American Insurance Company Ise corporation datY organized under the laws uN the Std of k>diana(therein ooYectivehr xeled the Pum��by Y herein set torts,does hereby name,rx>nstiiuie and Greg A Wilkerson Glenna S Davis Cathy Vinson Carolyn Maples Joon ell tithe city of Fort worth state of TX each Individually if there be mDm than one named,Its true and W Ail dlorney-ihdad b MaAe lta,WW ,seal,aMdxrroAM* and deriver,for and on Its behalf as surety and as its act and deed,any and an undertakings,bonds,Merwgni fences and other surety obligations,In pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto ft-121h day of December02 12 > American Fre and Casualty Company C The Ohio Casualty Insurance Company a o a - ; Liberty Mutual Insurance Company a) -�, WestAmerican Insurance Company U) C By: OF as - Gregory W.Daverport,Assistant Seaelary wC �- COUNTY OF KING C m0 On this 19th day of Datxmber 2012before me personalty appeared Gregory W.Davenport,who acknowledged himself in be the Assistant Secretary of American w O U m Fee and Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,and Wast American Insurance Company,and that he,as such,being authorized ao b do, �v,,W j 2 exearte the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c m > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. O O. ,a By F-1-J& t, p'a A d i D Rky,, Public C 00 C o This Power ofAftney is made ad executed Mwent io ad by authority of the following By-laws adAuthonzations ofAmericat Fre and Casualty Company,The Ohio Casualty Insurance rA a o Company,Liberty MAuat insurance Compary,and West American Insurance Company which resokrtoos are now in full fees and allied reading as follows: r o uacp'a) ARTICLE lV-OFFICERS-Section 12.Power of Alto An officer or other official of the C authorized for that In writ may y Corporationpropose writing by the Chairman a the Presidarht and sub)ed O r b such Imitation as the Chairmen or the President may prescribe,shall appoint such attomeys-iniad,as may be necessary to act in behalf of the Corporation io make,execute,seal, �. O e ad mowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fad,subject to the knitations set forth in their respective IE powers of attorney,shag have full power io bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so cc cexecuted,such instruments shall be as binding as 0 signed by the President and attested to by the Secretary.Any powor authority granted to any represenlatM or allomey4n-fact oder >to � fine provisions of tihis article may be revoked at any time by to Board,the Chairmen,the President or by ft officer or officers granting such pow or authority. C 0 = as ARTICLE)011-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president Y m > IQ-) and sutijed to such limitations as the chairman or the president may prescribe,shall appoint such at -fact, omeys-inmay be necessary to ad in behalf of the Company to make,execute, E N p seal,acluhowledge and deliver as surety any and all undertakings,bonds,mcognizances and other surety obilgations. Such attorneys-In-fact subjed to the limitations set forth In thea 2 v respectwe powers of attorney,shall have fun power to bid the Company by their signalure and execution of any such Instruments and to attach#arab the seal of the Company When so 00 executed such instruments shall be as boding as if signed by the president and attested by the secretary. Certificate of Deslgnaton-'the President of the Company,acting purMJKd to the Bylaws of theO Company authorizes Gregory W.Davenptxt,Assistant Serxetary to appoint such ~� anomers-h-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as suety any and all undertakings,bonds,recogrdzences and other surety obligators. Authorization-By unanimous consent of the Corrpanys Board of Directors,the Company consents tet facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by to Company in connection with surety bands,shall be valid and binding upon the Compaq with the same toms and effect as though rnanuany affixed. I,David M Carey the undersigned,Assistant Secretary,of American Fie and Casualty Company,The Ohio Cxesueity Insurance Company,Liberty Muhral Insurance Company,and Was! American Insurance Company do hereby caAty that the original power of attorney of wtk h the tmgokg is a full,the and corned copy of the Power ofAffomey executed by said Cornparos, is In full force and affect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto act my hand and affixed the seals of said Companies this 2.rgh day of Avg, ,2D-A—. By: Senalay LMS 12873 49QD12 15 of 51 FORTWORTHREV:02/22/07 TRANSPORTATION ALIO PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 11/18/2014 Name of Contractor Project Name Conatser Construction TX,LP 2008 Capital Improvement Project Contract 8A DOE Inspector Project Manager Edward D'avila Roy Teal DOENumber JProjectDokwhy Type of Contract 6144 10 Simple QQ Routine Q Complex [] Water❑ Waste WaterQ Storm Drainage] Pavement Initial Contract Amount Final Contract Amount $1,583,535.00 1$1,589,385.00 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clari &Sufficiency of Details 3 Ac=of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Planuantities 5 Citizen Co laint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting u Valve Crews,Labs 1 Knowledge And/Or Problem Resolution rm ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments L} 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor /'J Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS 0 The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fu(817)392-7845 FORTWORTHREV:02120/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction TX,LP 2008 Capital Improvement Project Contract 8A DOE Inspector DOE Number Edward D'avila 6144 OE Inspector Project Manager ❑ Water❑ Waste WaterO Storm Dminageo Pavement Roy Teal Initial Contract Amount Project Difficulty $1,583,535.00 O Simple Q Routine Q Complex Final Contract Amount Date $1,589,385.00 11/18/2014 In PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 1 3 20 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 2 20 10 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 361 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(IS) 361 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]*100%) 361 / 448 - 81% Performance Category Excellent <20'/=Inadequate 20•/to<40%=Deficient 40%to<60%—Standard 60%to<80'/=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector �Signature Contractor Signature DOE Inspector's Supervisor CONTRACTORS COMMENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941•Fam(817)392-7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# "r FINAL STATEMENT# f',-43',d DOE NAME OF PROTECT: 2009 Caplt Improvement Pragr*h Contract 8Aw e,F:j Contractor ;CONATSER YEAR: 2014 We 8<SeW�r Replacement PROJECT NO.: FINAL INSPECTION DATE PAV&`SIKH No.=C204 200=2084001236, WD CD s i NCONTRACT TIME - 370 b '' - R.` PERIOD FROM: ?'t ` TO: j.;* BEG - Month I nw—k WORK ORDER EFFECTIVE: ' BEG /n MID !n DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Sat o t'Fria 16 2 Sun 0 -'k,na 17 3 Mon 0 18 .. ,. 4 Tue 0 z:tia: :+ 19 } v 3 Wed 0 20 6 Thu 0 ?na 21 .' t-. ^ ' 7 Fri 0 -14,115368.°1.,E 22 8 Sat 0 "r'' r `.yi: 23 52?a 9 Sun 0 24 r7;, MRW 10 Mon 0 `':f a.na_:+ < 25 '< - 11 Tue 0i . . 26 ]2 Wed 0i[k1 27 13 Thu 0 =E�: fi#: '~ 28 14 Fri 29s 15 Sat 0 ha 30 � 31 Y ` tsiA ;14Uktr Not Applicable SAT,SLJN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD s ;J;:.: - 0;, 3 s t 362 TOTAL TO DATE 1 0 0 0 0 362 362 REMARKS: Avenue h Complete Avalon Court: Complete Arch St: Complete Crenshaw Complete Forby.Complete Baynes•-Comptete Woodrow: ;ompiete Westhhiti ComQte.e.-F rKins Complete. ° ;� x x 3 Projecisobstanttaily cotnpleta rGorttr ac:or'CO#'2 Submitted for appiijva[8/29114APPROVED 1©!08114 Stoo TkiteDate S/30f 14 =r Flnat inspection iietd 10%02f14 Punch List 100r%Comtitete*Rrva'fonarielsredaEedt1tai/24 = �; ':Irrl@'.US��°�0�;';� ��. 5.'.t#•'���u .fi �.�'?�,.t�d>KH _w'}`t"'i �.. zha +�t�,�j«L',�u �,t *frK.�'�`'+ei'�. .'ar�, .�� .�� �' � �, •,.�.'v ?.g.tfr '': ,z a;'fi 3; - 1 Stm"e ,!y -F ax5,r >2�" rs�'!� i'x �. • � �� rt L 7 a• vc•r- lit�]a�r '' ,. ice. ' -Y.".7 - t * BIRO�'dvraid y81�1t:1 m •$t k m •�-r.::N -?,Y,„ l T r + It 3 n�'�!`- ___ tt y s ,o.•ra, . ., rC, ._ ,t rll���rti �, r+ Iia i���=�:.i-. - �`->d.+i6F•.� i. -� -Wil- �••c � � i- • ".� '{ •�e . !:.' .+-..•.. -t X91 1' h 1� - - � — �' � - Mil' � yy �a ► C •.}-�� .rdo� 14 � .{..aw • �.�_ s� Y _y y c o + i•` q'1- IIS- - -~ _ -�"�� - `�. - - .� _' • _ a F �- �s�`=..._ _ _ s '_ _• 'i.�a ^i _ '!'�.� �.__ � ` � � � - _— .tet' Vn 16 ` Xy +��a�l Aj F ,� "— h W•S Ste. �+ r y "• _ ' `t 1 ••''. �'. :; ice - - a _.ice' __t• "�r. - r:• h;un.