Loading...
HomeMy WebLinkAboutContract 45397-FP1 Department of TP&W Const.Services DOE# iat M% Project Manager Risk Management J.Page tT AVO RT H. � r c4 D.O.E. Brotherton CFA Westerman/Scanned❑ A CITY SECRETA Mf The Proceeding people have been Contacted c coming the request for finala IZA�e+T �r) payment&have released this project ror such payment 'ATION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy OF PROJECT COMPLETION CS#t-115317 D.O.E.NQ: 7123 Regarding contract 117123 for ALLIANCE TOWN CENTER NORTH as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $372,660.50 Amount of Approved Change Orders: $25,023.50 No 1 Revised Contract Amount: $397,684.00 Total Cost Work Completed: $397,684.00 Less Deductions: Liquidated Damages: Days a@$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 w Total Cost Work Completed: $397,684.00 Less Previous Payments: Final Payment Due $397,684.00 Recommended for cceptance Date Asst. irector,TPW - Infrastructure Design and Construction I) Accepted Date $W. Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT S A 711': Asst. City Manager Date Comments: FUND ACCT:C205-204760217183 OFFICIAL RECORD CITY SECRETARY WORTH I RECEIVED JUN 241015 T• ,TX .. 79. FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE TOWN CENTER NORTH Contract Limits Project Type PAVING,DRAINAGE,ST.LIGHT City Project Numbers 02171 DOE Number 7123 Estimate Number I Payment Number I For Period Ending 5/31/2015 CD City Secretary Contract Number 117123 Contract Time 6CD Contract Date Days Charged to Date 113 Project Manager Buckley Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / CORDOVA Friday,May 22,2015 Page l of 6 City Project Numbers 02171 DOE Number 7123 Contract Name ALLIANCE TOWN CENTER NORTH Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE,ST.LIGHT For Period Ending 5/31/2015 Project Funding EARTHWORK IMPROV. Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total ---------------- ----------------------- 1 SITE CLEARING I LS $3,500.00 $3,500.00 1 $3,500.00 2 FILL MATERIAL 655 CY $10.50 $6,877.50 655 $6,877.50 3 UNCLASSIFIED EXCAVATION(CO#1) 2061 CY $5.50 $11,335.50 2061 $11,335.50 4 SWPPP 1 LS $1,000.00 $1,000.00 1 $1,000.00 5 SEEDING HYDROMULCH DRAINAGE 310 SY $2.00 $620.00 310 $620.00 CHANNEL(CO#1) Sub-Total of Previous Unit $23,333.00 $23,333.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"CONC PVMT(CO#1) 3066 SY $39.50 $121,107.00 3066 $121,107.00 2 8"LIME TREATMENT 3400 SY $3.00 $10,200.00 3400 $10,200.00 3 8%HYDRATED LIME 62 TN $160.00 $9,920.00 62 $9,920.00 4 6"ASPHALT BASE TYPE B 1072 SY $30.00 $32,160.00 1072 $32,160.00 5 7%HYDRATED LIME 16 TN $160.00 $2,560.00 16 $2,560.00 6 SEEDING HYDROMULCH OF ALL PARKWAYS 987 SY $2.00 $1,974.00 987 $1,974.00 &MEDIANS 7 CONNECT TO EXISTING HEADER 54 LF $25.00 $1,350.00 54 $1,350.00 8 6"CONCRETE SIDEWALK 5260 SF $5.00 $26,300.00 5260 $26,300.00 9 STREET BARRICADE 115 LF $25.00 $2,875.00 115 $2,875.00 10 REMOVE SIDEWALK 755 SF $3.00 $2,265.00 755 $2,265.00 11 REMOVE FENCE 180 LF $4.00 $720.00 180 $720.00 12 REMOVE CONCRETE CURB&GUTTER 120 LF $20.00 $2,400.00 120 $2,400.00 13 TRAFFIC CONTROL l LS $2,500.00 $2,500.00 1 $2,500.00 14 COLORED CONC.PAVMT(CO#1) 47 SY $108.00 $5,076.00 47 $5,076.00 15 BRICK PAVERS(CO#1) 104 SY $92.00 $9,568.00 104 $9,568.00 Sub-Total of Previous Unit $230,975.00 $230,975.00 PAVEMENT MARKING&SIGNAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- Friday,May 22,2015 Page 2 of 6 t City Project Numbers 02171 DOE Number 7123 Contract Name ALLIANCE TOWN CENTER NORTH Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE,ST.LIGHT For Period Ending 5/31/2015 Project Funding I INSTALL ALUM SIGN GROUND MOUNT 7 EA $500.00 $3,500.00 7 $3,500.00 2 LANE LEGEND ARROW 2 EA $200.00 $400.00 2 $400.00 3 LANE LEGEND ONLY 2 EA $250.00 $500.00 2 $500.00 4 LANE LEGEND BIKE 2 EA $300.00 $600.00 2 $600.00 5 4"SLD PVMT MARKING HAS 972 LF $2.00 $1,944.00 972 $1,944.00 6 4"SLD PVMT MARKING HAS 350 LF $2.00 $700.00 350 $700.00 7 4"BRK PVMT MARKING 972 LF $2.00 $1,944.00 972 $1,944.00 8 8"SLD PVMT MARKING 273 LF $4.00 $1,092.00 273 $1,092.00 9 24"SLD PVMT MARKING 24 LF $12.00 $288.00 24 $288.00 Sub-Total of Previous Unit $10,968.00 $10,968.00 STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 24"RCP 63 LF $45.00 $2,835.00 63 $2,835.00 2 42"RCP(CO#I) 509 LF $95.00 $48,355.00 509 $48,355.00 3 Y STORM JUNCTION BOX I EA $5,500.00 $5,500.00 I $5,500.00 4 4'DROP INLET I EA $3,500.00 $3,500.00 1 $3,500.00 5 10'CURB INLET 2 EA $2,200.00 $4,400.00 2 $4,400.00 6 SEEDING HYDROMULCH OF DRAINAGE 1430 SY $2.00 $2,860.00 1430 $2,860.00 CHANNELS 7 TRENCH SAFETY 624 LF $2.00 $1,248.00 624 $1,248.00 8 48"RLP(CO#1) 122 LF $115.00 $14,030.00 122 $14,030.00 9 48"SLOPING HEADWALL W/STONE VENEER 1 EA $4,000.00 $4,000.00 1 $4,000.00 (CO#I) ----------------------------------- ---- Sub-Total of Previous Unit $86,728.00 $86,728.00 STREET LIGHT&MISC Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --- ---- — -- — — — - --- - - 1 2"CONDT PVC SCH 40 865 LF $12.00 $10,380.00 865 $10,380.00 2 GROUND BOX SMALL W/LID APRON 2 EA $750.00 $1,500.00 2 $1,500.00 3 RDWY ILLUM FOUNDATION TYPE 4 5 EA $2,000.00 $10,000.00 5 $10,000.00 4 RDWY ILLUM ASSEMBLY BEACON PRODUCTS 5 EA $2,600.00 $13,000.00 5 $13,000.00 5 150W MH PC LIGHTING FIX'T'URE 5 EA $600.00 $3,000.00 5 $3,000.00 Friday,May 22,2015 Page 3 of 6 City Project Numbers 02171 DOE Number 7123 Contract Name ALLIANCE TOWN CENTER NORTH Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE,ST.LIGHT For Period Ending 5/31/2015 Project Funding 6 CONTACT ENCLOSURE PAD MOUNT I EA $3,500.00 $3,500.00 1 $3,500.00 7 EROSION CONTROL I LS $3,500.00 $3,500.00 1 $3,500.00 8 EXISTING SIGNS TO BE RELOCATED 1 LS $800.00 $800.00 1 $800.00 Sub-Total of Previous Unit $45,680.00 $45,680.00 -------------------------------------- Friday,May 22,2015 Page 4 of 6 City Project Numbers 02171 DOE Number 7123 Contract Name ALLIANCE TOWN CENTER NORTH Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE,Sr.LIGHT For Period Ending 5/31/2015 Project Funding Contract Information Summary Original Contract Amount $372,660.50 Chance Orders Change Order Number 1 $25,023.50 Total Contract Price $397,684.00 Dates 1-S Total Cost of Work Completed $397,684.00 Con Less %Retained $0.00 Date :C- 29IS Net Earned $397,684.00 sp n ry r Earned This Period $397,684.00 Retainage This Period $0.00 Datedl4)k)5 Less Liquidated Damages Project Days Q /Day $0.00 Date ' o- LessPavement Deficiency S0.00 t.Director//r'PW-Infrastructure Design and Construction Less Penalty SO.00 CJ- Date 6 Less Previous Payment 50.00 Di r/Contracting Dep ent Plus Material on Hand Less 15% $0.00 10; t e, Balance Due This Payment $397,684.00 Friday,May 22,2015 Page 5 of 6 City Project Numbers 02171 DOE Number 7123 Contract Name ALLIANCE TOWN CENTER NORTH Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE,ST.LIGHT For Period Ending 5/31/2015 Project Funding Project Manager Buckley City Secretary Contract Number 117123 Inspectors LAYER / CORDOVA Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 60 CD 5327 WICHITA ST Days Charged to Date 113 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 $397,684.00 Less %Retained $0.00 Net Earned $397,684.00 Earned This Period $397,684.00 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 $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $397,684.00 Friday,May 22,2015 Page 6 of 6 §� 0 § ° u , U 0 r300 m k \ @ k 0 k |o 2 2 9 s Lu § ■ 2§ _ # /� LU / § m m § CL B § ) 2 2 LU CA9 c k 2 \\� k z ^ 9 .LU 0 < . 9 2 2 @ @ § 2 k R 0 �_ ! 2 A. LU - O 3 wk6 # (Lo f 7 k / 0 \ C, } LU 2 $ UCL IL k & rL co co m 2 ■ I 9 I at at / £ £ \ 60 CL I ° ƒ $ / § � 77-77-1 z Am � � # . O 2 « ` § § ( § } � B a § A 0 ® v \ o j j § 7 7 § d) C11 C4 K e o z z E k \ k © 13 � qk � § $ ■ w z o; CO) o R e O ƒ a.�, k § w w k < � ( a b S§ 0 e z R U § z § 2 o ƒ $ §IL § � § 0 CL IL ® S 2 F 0 0 E § o w w 0 r ° e c - - 0 z < w q w � \ / CO a / § $ ) 2 w o w o < w ® 2 § m 0 9 3 0 CL o o Q o n ■ � 0 0 0 < X - 8 G O C p 0 0� 1 p N ���o�vGS�� o 8S88�S853 Q �, N N �" s � � � � � � � W o � n � � � � `v 8 ���. � � ����� a � � ..� t x� ato s � � � � � � � �� �- � s �� a �� � � � m � �� � � ,� � � �� O � � R `` o �� $n W �� �� � �� � W � of O Y M � r � r t a � � v FORTWORTH rev 03105/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Alliance Town Center Ph Il PROJECT NO.: 02171 CONTRACTOR: Conatser Conshyztkm DOE NO.: 7123 PERIOD FROM:05/01/15 TO: 05/31/15 FINAL INSPECTION DATE: 14 Ma -15 WORK ORDER EFFECTIVE:3/10/2014 CONTRACT TIME: 45 0 iW CLQ 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. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 0 0 PERIOD PREVIOUS PERIOD 113 113 TOTALS 113 113 TO DATE *REMARKS: Time Stopped 6-30-14 project 90%Waiting on Oncor to relocate P.Poles and Tri-County to bring power to site CO RACTOR DATE ITASPLCTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 7GQ12-6311 (817)392-7941 -Fax(817)392-7845 OFFICIAL RECORD CITY SECRETARY FT.11MW 't'l,TX I U H I LLWOOD PROPERTIES A PEROT COMPANY May 19,2015 Mr. Ron Cordova Inspector City of Fort Worth 8851 Camp Bowie West,and Floor Fort Worth,TX 76116 Via e-mail: Ron.Cordova@fortworthtexas.gov Re: Alliance Town Center North-Phase 2 Founders Way Paving and Drainage Improvements DOE No. 7123 File No. K-2282 City Project number 02171 Dear Mr. Cordova, Please be advised that neither AIL Investment, L.P. nor Hillwood Alliance Services, LLC will be seeking liquidated damages from Conatser Construction Texas, L.P. on the above referenced project. Please call should you have any questions(817)224-6054. Sincerely, .l seph C. Schneider JCS cc: Brock Huggins-Conatser Construction Jeremiah Patton—Conatser Construction Patrick A Smith—Peloton Land Solutions /jGlNllluie�gi !'ur/uyn Sgih 'pl! l.uyll.rd�. !1"'h!" Phos A'!'_'?anOpu !�n 1/�3`lnI1F1 !tilhruudr.nu ROWWORTH REV:0220/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1 CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Alliance Town Center DDE Inspector DOE Number Ron Cordova 7123 DOE Inspector Project Manager ❑ Water❑ Waste Water❑.[ Storm Drainage0 Pavement Patrick Buckle Initial Contract Amount Project Difficulty $372,660.50 Q Simple Q Routine O Complex Final Contract Amount Date $397,684.00 5/21/2015 In PERFORMANCE EVALUATION 0-Inadequate l-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Saf 15 Y 3 60 45 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 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 1 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 403 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(M) 403 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MSI*100%) 403 / 448 90X Performance Category Excellent <20%—Inadequate 20%to<40%—Deficient 40%to<60%—Standard 60%to<80%=Good >_80%=Fxcellent laspectoes Comments(INCLUDING EXPLANATION OF BONU POINTS AWARDED) Signature DOE Inspector !/`! G"1 Signature Contractor Signature DOE Inspector's Supervisor 20 CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton 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: ATCN,PHASE 2 (Founders Way) PAVING,DRAINAGE AND STREET LIGHT IMPROVEMENTS (FOUNDERS WA/RACETRACK Doe#: 7123 CITY OF FORT WORTH STATE OF TEXAS CONATS CONSTRUCTION TX,LP 22�_A -el Brock Huggins Subscribed and sworn to before me this 29th day of April,2015. Bertha GianuUs Not ublic in Tarr Notary Public for state of Texas OFFICIAL RECORD M,,comrrissw expire o;aen�t� CITY SECRETARY FT.WORTH,TX CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0174431 PROJECT: (name, address)ATCN, Phase 2 Fort Worth TX TO (Owner) HILLWOOD ALLIANCE SERVICES,LLC AND THE ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: Paving,Drainage 8 Street Light Improvements to service ATCN Phase 2 L Tx --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 there Insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) 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) HILLWOOD ALLIANCE SERVICES, LLC AND THE CITY OF FORT WORTH TX , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 28th day of April,2015 BERKLEY INSURANCE COMPANY Surety Company / Attest: (Seal): ;Vvx ,�, Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No. BI-7280e 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; Lisa M. Bonnot; Vena DeLene Marshall, Sophinie Hunter; Robbi Morales; or Kelly A. Westbrook of Aon Risk Services Sordlrwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, - acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars(U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein = to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the - corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further - RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the - manner and to the extent therein stated;and further _- RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or " other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have _ ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Corppany has ca e, these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this-1 day of O✓,ek 2015. Attest: j - Berkley Insurance Company (Seal) By ` By - Ira S. ederman Je Hafter Senior Vice President&Secretary Se e President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER, STATE OF CONNECTICUT) SS: COUNTY OF FAIRFIELD ) - - Sworn to before me, a Notary Public in the State of Connecticut, this 2/rr day of,M��I -ek 2015, by Ira S. Lederman and Jeffrey M.Halter who are sworn to me to be the Senior Vice President and Secretary, and the Senior Vice P esident,respectively,of Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES Notary Public, State of Connecticut APRIL 30,2019 CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attomey is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this 28th day of April 2015 (Seal) _ An w FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION _ _ Date: 5/212015 Name of Contractor Profen Name Conatser Construction Alliance Town Center North Ph 11 _ DOE Inspector Project Manoger Ron Cordova _! _ _ _J Patrick Buckle DOE Number Project Di„jf)culry Tvpe of Contras 7123 1 O Simple QQ Routine Q Complex ❑ water❑ waste water❑✓ Storm Drainage❑✓ Pavement Initial Contract Amount Final Contract Amount $372,660.50 $397,684.00 II)PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT fATDNG EL.EMENf_�,_.___ RATING �0-4) _ INSPECTION EVALUATION PLANS&SPECIFICATIONS (0'4) 1 Availabi ' of Inspector 1 Accurate of Plans to Eacisting Conditions 2 Knowledge of Ins for _ _ 2 Clari &Sufficiene of Details 3 Accuracyof Measured Quantities _ _ 3 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_ I Knowledge And/Or Problem Resolution— ADMINISTRATION esolution ADMINISTRATION _ _ 2 Availability of Project Manager _ L I Change Order ProcessN Time 3 Communication 2TimUtility Cfli liness of Contractor Payments _ 4 Resolution of oncts _ 3_Bid Opening to Pre-Con Meeting Timeframe Y III)COMMENTS&SIGNATURES COMMENTS i f Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax(817)392-7845