Loading...
HomeMy WebLinkAboutContract 42295-FP1 Departm nt of' PW Const.Services D0E#_4L2J Date CITY SECROW Project Manager - �r f < Risk Management S.Candav 1 WOM.0 ��1 �/ )l/ 5D.O.E. Brotherton ! CFA Westerman/Scanned The Proceeding people have been Contacted concerning the request 'ATION AND PUBLIC WORKS for final payment&have released this project for such payment. T PROJECT COMPLETION 15ew-'I�./n� Clearance Conducted By Etta BacyPD.O.E.Ns: 6508 yF,vT �p�Ec �s,t�9 Regarding contract 116508 for PLANS FOR PAVING&UTILITY IMPROV.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: $6,572,517.25 Amount of Approved Change Orders: $144,765.50 Ns 1,2 Revised Contract Amount: $6,717,282.75 Total Cost Work Completed: $6,664,132.75 Less Deductions: Liquidated Damages: Days®$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $6,664,132.75 Less Previous Payments: Final Payment Due $6,664,132.75 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction W '?// 4 Accepted Date Asst. Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Date Comments: FUND ACCT:TPW P265-6021701455 OFFICIAL RECORD RECEIVED AUG 2 41015 CITY SECRETARY FT.WORTH,TX ,Q FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PLANS FOR PAVING&UTILITY IMPROV. Contract Limits FOR NORTH BEACH STREET Project Type PAVING&UTILITY City Project Numbers 01455 DOE Number 6508 Estimate Number I Payment Number I For Period Ending 5/318015 CD City Secretary Contract Number 116508 Contract Time 2461) Contract Date Days Charged to Date 600 Project Manager Weiss Contract is 99.000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors MCFADIN / ROGERS Thursday,July 02,2015 Page 1 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number I Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding PAVING I&IPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -- ------------ -- ----------------------- 1 SUBGRADE 6 INCH LDAE STABLIZED 40152 SY $2.75 6110,418.00 40152 $110,418.00 2 SUBGRADE LIME FOR STABILIZED 588.7 TN $120.00 $70,644.00 588.7 $70,644.00 INSTALL(CO#2) 3 PAVEMENT 10"CONCRETE INSTALL 36258 SY $40.00 ,450,320.00 36258 1,450,320.00 4 DRIVEWAY 6"CONCRETE INSTALL 473 SF $5.00 $2,365.00 473 $2,365.00 5 PAVEMENT TRANSITION MIN 6"HMAC 445 TN $90.00 $40,050.00 445 $40,050.00 INSTALL 6 PAVEMENT HEADER-INSTALL 166 LF $10.00 $1,660.00 166 $1,660.00 7 CURB 6"INSTALL 8000 LF $2.00 $16,000.00 8000 $16,000.00 8 CURB 7"INSTALL(CO#2) 9596 LF $2.00 $19,192.00 9596 $19,192.00 9 WALK INSTALL 38068 SF $3.25 6123,721.00 38068 $123,721.00 10 WALK TYPE'H'CURB RAMP INSTALL(CO#2) 12 EA $800.00 $9,600.00 12 $9,600.00 11 WALK TYPE'B'CURB RAMP INSTALL(CO#2) 4 EA $850.00 $3,400.00 4 $3,400.00 12 4'SIDEWALK CURB INSTALL 5 CY $90.00 $450.00 5 $450.00 13 DEEPENED FOOTING INSTALL 17 CY $110.00 $1,870.00 14 WALK HANDRAIL-INSTALL(CO#2) 1282 LF $40.00 $51,280.00 15 PAVEMENT SILICONE.JOINT SEALANT 52050 LF $0.90 $46,845.00 52050 $46,845.00 INSTALL 16 PAVEMENT MARKING LANE MARKERS TYPE 239 EA $4.00 $956.00 239 $956.00 II-AA4 INSTALL 17 PAVEMENT MARKING LANE MARKERS TYPE 345 EA $4.00 $1,380.00 345 $1,380.00 II-CR4-INSTALL 18 PAVEMENT MARKING LANE MARKERS TYPE 1686 EA $5.00 $8,430.00 1686 $8,430.00 W-4 INSTALL 19 PAVEMENT MARKING LANE MARKERS TYPE 728 EA $4.00 $2,912.00 728 $2,912.00 Y-4 INSTALL 20 PAVEMENT MARKING LANE MARKERS TYPE 131 EA $4.00 $524.00 131 $524.00 1-C-4-INSTALL 21 PAVEMENT MARKING STOP BAR WHITE 18" 220 LF $3.25 $715.00 220 $715.00 INSTALL 22 PAVEMENT MARKING 6"EDGE LINE WHITE 6881 LF $3.00 $20,643.00 6881 $20,643.00 INSTALL 23 PAVEMENT MARKING CROSSWALK 12" 962 LF $5.00 $4,810.00 962 $4,810.00 THERMOPLASTIC INSTALL 24 PAVEMENT MARKINGS"ONLY"WORD 8 EA $150.00 $1,200.00 8 $1,200.00 INSTALL Thursday,July 02,2015 Page 2 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number I Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding 25 PAVEMENT MARKING TURN ARROWS 12 EA $150.00 $1,800.00 12 $1,800.00 INSTALL 26 PAVEMENT MARKING MERGE ARROWS 4 EA $150.00 $600.00 4 $600.00 INSTALL 27 PAVEMENT MARKING BIKE LANE SYMBOL 14 EA $200.00 $2,800.00 14 $2,800.00 WITH ARROW INSTALL 28 PAVEMENT MARKING TURN ARROWS 12 EA $150.00 $1,800.00 12 $1,800.00 INSTALL 29 SIGN MEDIUM GROUND MOUNT FURNISH& 19 EA $400.00 $7,600.00 19 $7,600.00 INSTALL-INSTALL 30 SIGN-REMOVE 4 EA $50.00 $200.00 4 $200.00 31 SIGN-INSTALL 4 EA $300.00 $1,200.00 4 $1,200.00 32 GRASS-HYDROMULCH SEEDING INSTALL 72795 SY $0.75 $54,596.25 72795 $54,596.25 33 GRASS-BERMUDA SOD INSTALL 2440 SY $3.00 $7,320.00 2440 $7,320.00 34 TOPSOIL-INSTALL 12135 CY $15.00 6182,025.00 12135 $182,025.00 35 CURB&GUTTER REMOVE 145 LF $10.00 $1,450.00 145 $1,450.00 36 PAVEMENT CONCRETE REMOVE 542 SY $6.00 $3,252.00 542 $3,252.00 37 IRRIGATION SYSTEM ADJUSTMENT REPAIR I LS $3,500.00 $3,500.00 1 $3,500.00 38 VALVE BOX ADJUSTMENT SERVICES(CO 42) 21 EA $50.00 $1,050.00 21 $1,050.00 39 METER BOX ADJUSTMENT SERVICES(CO#2) 3 EA $100.00 $300.00 3 $300.00 40 FIRE HYDRANT ADJUSTMENT SERVICES 3 EA $350.00 $1,050.00 3 $1,050.00 41 VAULT-VAULT ADJUSTMENT REHAB 3 EA $1,500.00 $4,500.00 3 $4,500.00 42 MANHOLE ADJUSTMENT-SERVICES(CO 42) 30 EA $600.00 $18,000.00 30 $18,000.00 43 FENCF INSTALL 250 LF $30.00 $7,500.00 250 $7,500.00 44 FENCE REMOVE 250 LF $5.00 $1,250.00 250 $1,250.00 45 FENCE POST&CABLE REMOVE 40 LF $6.00 $240.00 40 $240.00 46 MAILBOX INSTALL 1 EA $500.00 $500.00 1 $500.00 47 MAILBOX REMOVE I EA $50.00 $50.00 1 $50.00 48 PORTABLE CHANGEABLE MESSAGE SIGN 28 DY $85.00 $2,380.00 28 $2,380.00 49 TRAFFIC CONTROL INSTALL I LS $6,500.00 $6,500.00 1 $6,500.00 50 SWPPP>THAN I AC INSTALL 1 LS $33,000.00 $33,000.00 1 $33,000.00 51 48"SPLIT CASING OPEN CUT(CO#1) 95 LF $150.00 $14,250.00 95 $14,250.00 52 36"SPLIT CASING OPEN CUT(CO#1) 43 LF $120.00 $5,160.00 43 $5,160.00 53 CONCRETE ENCASEMENT(CO#I) 10 LF $20.00 $200.00 10 $200.00 54 6"HMAC(CO#1) 307 SY $40.00 $12,280.00 307 $12,280.00 55 20"PRESSURE PIPE(CO#1) 148.5 LF $175.00 $25,987.50 148.5 $25,987.50 Thursday,July 02,2015 Page 3 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number I Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding 56 16"SSWR PIPE(ALL DEPTHS)(CO#1) 295 LF $55.00 $16,225.00 295 $16,225.00 57 SSWR SERV CUT&PLUG(CO#1) 1 EA $500.00 $500.00 1 $500.00 58 ABANDON MANHOLE(CO#1) 2 EA $800.00 $1,600.00 2 $1,600.00 59 TRENCH SAFETY 5'DEPTH(CO#1) 1227 LF $1.00 $1,227.00 1227 $1,227.00 Sub-Total of Previous Unit $2,411,277.75 $2,358,127.75 MOBQ,IZATIONITRAFFIC CONTROL ItemEstimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 MOBILIZATION AND TRAFFIC CONTROL I LS 6375,000.00 6375,000.00 1 $375,000.00 Sub-Total of Previous Unit $375,000.00 $375,000.00 EXCAVATION Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 PAVMENT PREPARING RIGHT OF WAY I LS $55,000.00 $55,000.00 1 $55,000.00 2 UNCLASSMIED STREET EXCAVATION 28925 EA $7.00 6202,475.00 28925 $202,475.00 3 FILL MATERIALS-BORROW-INSTALL 33895 DY $10.00 6338,950.00 33895 $338,950.00 Sub-Total of Previous Unit $596,425.00 $596,425.00 STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I BOX CULVERT PRE CAST 2 BARREL 4'X 2' 173 CY $450.00 $77,850.00 173 $77,850.00 INSTALL 2 BOX CULVERT CAST IN PLACE 2 BARREL Y X 61 CY $450.00 $27,450.00 61 $27,450.00 T INSTALL 3 BOX CULVERT PRE CAST 2 BARREL 6'X 5' 161 CY $450.00 $72,450.00 161 $72,450.00 INSTALL 4 BOX CULVERT CAST PLACES 5 BARREL 8'X 4' 240 CY $450.00 6108,000.00 240 $108,000.00 INSTALL 5 BOX CULVERT PRE CAST 6 BARREL 9'X 6' 574 CY $450.00 6258,300.00 574 $258,300.00 INSTALL 6 BOX CULVERT CAST IN PLACE 9 BARREL 10' 2982 CY $450.00 ,341,900.00 2982 1,341,900.00 X Y INSTALL 7 PIPE 21"CL M-INSTALL 71 LF $45.00 $3,195.00 71 $3,195.00 8 PIPE 24"CL III-INSTALL 1764 LF $55.00 $97,020.00 1764 $97,020.00 Thursday,July 02,2015 Page 4 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number I Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding 9 PIPE 27"CL Ill-INSTALL 1426 LF $60.00 $85,560.00 1426 $85,560.00 10 PTPF 30"CL III-INSTALL 549 LF $65.00 $35,685.00 549 $35,685.00 11 PIPE 33"CL III-INSTALL 292 LF $70.00 $20,440.00 292 $20,440.00 12 PIPE 36"CL Ill-INSTALL 94 LF $85.00 $7,990.00 94 $7,990.00 13 PIPE 42"CL III-INSTAI.1, 965 LF $105.00 6101,325.00 965 $101,325.00 14 PIPE 48"CL III-INSTALL 83 LF $125.00 $10,375.00 83 $10,375.00 15 PIPE 60"CL III-INSTALL 17 LF $215.00 $3,655.00 17 $3,655.00 16 INLET RECESSED I OFT INSTALL 20 EA $2,500.00 $50,000.00 20 $50,000.00 17 INLET RECESSED 15FT INSTALL I EA $3,500.00 $3,500.00 1 $3,500.00 18 INLET RECESSED 20FT INSTALL I EA $4,500.00 $4,500.00 1 $4,500.00 19 MANHOLE THAN 4F-I INSTALL 3 EA $4,000.00 $12,000.00 3 $12,000.00 20 MANHOLE 4FT INSTALL 6 EA $2,700.00 $16,200.00 6 $16,200.00 21 HEADWALL 24"SET TYPE 11 HEADWALL PSET 2 EA $1,500.00 $3,000.00 2 $3,000.00 SP INSTALL 22 HEADWALL 48"SET TYPE 11 HEADWALL SETP- 1 EA $2,500.00 $2,500.00 1 $2,500.00 PD INSTALL 23 HEADWALLTXDOT PARALLEL WINGWALL 266 CY $450.00 6119,700.00 266 $119,700.00 MBCA'INSTALL 24 HEADWALL TXDOT PARALLEL WINGWALL 204 CY $450.00 $91,800.00 204 $91,800.00 MBC'B'INSTALL 25 HF,ADWALLTXDOT PARALLEL WINGWALL 242 CY $450.00 6108,900.00 242 $108,900.00 MBC'C'INSTALL 26 HEADWALL TXDOT PARALLEL WINGWALL 90 CY $450.00 $40,500.00 90 $40,500.00 MBC'H'&'I'INSTALL 27 HEADWALL TTXDOT TYPE PR2 PEDESTRIAN 1285 LF $80.00 6102,800.00 1285 $102,800.00 RAIL-INSTALL 28 RIPRAP 18"ROCK W/6"BEDDING INSTALL 1634 CY $60.00 $98,040.00 1634 $98,040.00 29 RIPRAP 12"ROCK W/6"BEDDING INSTALL 169 CY $50.00 $8,450.00 169 $8,450.00 30 EROSION CONTROL TURF REINFORCEMENT 1955 SY $6.00 $11,730.00 1955 $I1,730.00 MAT INSTALL 31 HEADWALL-REMOVE 13 EA $500.00 $6,500.00 13 $6,500.00 32 18"HEADWALL INSTALL 1 EA $1,200.00 $1,200.00 1 $1,200.00 33 PIPE REMOVE 565 LF $5.00 $2,825.00 565 $2,825.00 34 RIPRAP REMOVE 1 LS $1,200.00 $1,200.00 1 $1,200.00 35 CONCRETE FLUME REMOVE I LS $500.00 $500.00 1 $500.00 36 TRENCH SAFETY SYSTEM YDEPTH INSTALL 3230 LF $1.00 $3,230.00 3230 $3,230.00 Sub-Total of Previous Unit $2,940,270.00 $2,940,270.00 Thursday,July 02,2015 Page 5 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number I Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding STREET LIGHTING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total - ------------ -- - ------ ----- -------------- I PARKING LOT LIGHTS RELOCATE 4 CY $3,500.00 $14,000.00 4 $14,000.00 2 CONDUIT 2 INCH OPEN CUT SCH 40 INSTALL 3600 CY $7.00 $25,200.00 3600 $25,200.00 3 CONDUIT 2 INCH BORE SCH 40 PVC INSTALL 140 CY $18.00 $2,520.00 140 $2,520.00 4 ELECTRICAL GROUND BOX INSTALL 9 CY $650.00 $5,850.00 9 $5,850.00 5 ELECTRICAL PULL BOX INSTALL I CY $350.00 $350.00 1 $350.00 6 LIGHT 100W HPS COBRA HEAD FIXTURE; 2 CY $300.00 $600.00 2 $600.00 PHOTO CELL&LAMP 7 LIGHT 20OW HPS COBRA HEAD FIXTURE; 36 LF $400.00 $14,400.00 36 $14,400.00 PHOTO CELL&LAMP 8 LIGHT CONCRETE FOUNDATION TYPE I&2 2 LF $650.00 $1,300.00 2 $1,300.00 INSTALL 9 LIGHT CONCRETE FOUNDATION TYPE 3,5,6,& 18 LF $1,000.00 $18,000.00 18 $18,000.00 8 INSTALL 10 DEHOLE 5 TO 10 FT DEPTH STUDY 17 LF $500.00 $8,500.00 17 $8,500.00 11 LIGHT TYPE 11,8,D-25&D-30 POLE&ARM 2 LF $2,000.00 $4,000.00 2 $4,000.00 PURCHASED FROM CITY 12 LIGHT TYPE 18,18A,19,D40 POLE&ARM 18 LF $2,500.00 $45,000.00 18 $45,000.00 PURCHASED FROM CITY 13 CABLE412 BARE-INSTALL 260 LF $1.00 $260.00 260 $260.00 14 CABLE-#12 XHHQ ALUMINUM INSTALL 520 LF $1.10 $572.00 520 $572.00 15 CABLE-QUADRUPLEXED ALUMINUM 2605 LF $1.60 $4,168.00 2605 $4,168.00 UNDERGROUND 2-2-24 INSTALL 16 CABLE-QUADRUPLEXED ALUMINUM 3720 EA $1.30 $4,836.00 3720 $4,836.00 UNDERGROUND 1/0-1/0-1/0-2 Sub-Total of Previous Unit $149,556.00 $149,556.00 MITIGATION Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I MITIGATION I LS $100,000.00 6100,000.00 1 $100,000.00 Sub-Total of Previous Unit $100,000.00 $100,000.00 Thursday,July 02,2015 Page 6 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number 1 Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding TRAFFIC SIGNAL IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------- -------- --------------- I CONDUIT 2 INCH OPEN CUT SCH 40 INSTALL 200 LF $8.00 $1,600.00 200 $1,600.00 2 CONDUIT 2 INCI1 BORE SCH 40 INSTALL 110 LF $16.00 $1,760.00 110 $1,760.00 3 CONDUIT 3 INCH OPEN CUT SCH 40 INSTALL 125 LF $12.00 $1,500.00 125 $1,500.00 4 CONDUIT 3 INCH BORE SCH 40 INSTALL. 450 LF $20.00 $9,000.00 450 $9,000.00 5 CONDUIT 3 INCH BORE SCH 40 INSTALL 450 LF $20.00 $9,000.00 450 $9,000.00 6 CABLE ELECTRICAL 940 LF $1.20 $1,128.00 940 $1,128.00 7 CABLE NUM 14-20 CONDUCTOR STRANDED 630 LF $3.50 $2,205.00 630 $2,205.00 CABLE INSTALL 8 CABLE NUM 6 XHHW BLACK INSTALL 860 LF $1.20 $1,032.00 860 $1,032.00 9 CABLE NUM 6 XHHW WHITE INSTALL 430 LF $1.20 $516.00 430 $516.00 10 CABLE NUM 8 XHHW BLACK INSTALL 940 LF $1.20 $1,128.00 940 $1,128.00 11 CABLE NUM 8XHHWWHITE INSTALL 940 LF $1.20 $1,128.00 940 $1,128.00 12 CABLE NUM 8 BARE INSTALL 575 LF $1.20 $690.00 575 $690.00 13 ELECTRICAL PULL BOX INSTALL 6 EA $350.00 $2,100.00 6 $2,100.00 14 ELECTRICAL GROUND BOX WITH LID AND I E4 $735.00 $735.00 1 $735.00 APRON-LARGE INSTALL t5 SIGN"LEFT TURN SIGNAL"ElO-lO POLE 4 EA $350.00 $1,400.00 4 $1,400.00 MOUNT FURNISH&INSTALL 16 SIGN METRO OVERHEAD STREET SIGN 4 EA $500.00 $2,000.00 4 $2,000.00 MOUNT FURNISH&INSTALL 17 SIGNAL 44Ff MAST ARM ITEM PROVIDED BY 2 EA $600.00 $1,200.00 2 $1,200.00 CITY INSTALL 18 SIGNAL 60Ff MAST ARM ITEM PROVIDED BY 2 EA $650.00 $1,300.00 2 $1,300.00 CITY INSTALL 19 SIGNAL CONCRETE FOUNDATION TYPE 4 2 E4 $2,600.00 $5,200.00 2 $5,200.00 INSTALL 20 SIGNAL CONCRETE FOUNDATION TYPE 5 2 E4 $2,800.00 $5,600.00 2 $5,600.00 INSTALL 21 SIGNAL ELECTRICAL PEDESTAL SERVICE, 2 EA $3,200.00 $6,400.00 2 $6,400.00 INSTALL 22 SIGNAL INTERNATIONAL PEDESTRIAN 12 EA $700.00 $8,400.00 12 $8,400.00 SIGNAL TYPE P INSTALL 23 SIGNAL MOBILIZATION SERVICES I EA $1,100.00 $1,100.00 1 $1,100.00 24 SIGNAL OPTICOM CABLE/DETECTORS ITEM 2 EA $825.00 $1,650.00 2 $1,650.00 PROVIDED BY CITY INSTALL Thursday,July 02,2015 Page 7 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number 1 Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding 25 SIGNAL PEDF.STRAIN PUSHBUTTON&SIGN 12 EA $225.00 $2,700.00 12 $2,700.00 ASSEMBLY INSTALL 26 SIGNAL SALVAGE EXISTING TRAFFIC SIGNAL I LS $2,800.00 $2,800.00 1 $2,800.00 EQUIPMENT REMOVE 27 SIGNAL SIGNAL HEAD SECTION TYPE A TYPE 16 EA $1,000.00 $16,000.00 16 $16,000.00 B INSTALL 28 SIGNAL SIGNAL HEAD 4 SECTION HOUSE 4 EA $1,350.00 $5,400.00 4 $5,400.00 HEAD TYPE E INSTALL 29 SIGNAL.TRAFFIC SIGNAL MISC INSTALL. 2 EA $850.00 $1,700.00 2 $1,700.00 30 SIGNAL TYPE 43 SIGNAL POLE ITEM 2 EA $550.00 $1,100.00 2 $1,100.00 PROVIDED BY CITY INSTALL 31 SIGNAL TYPE 45 SIGNAL POLE ITEM 2 FA $575.00 $1,150.00 2 $1,150.00 PROVIDED BY CITY INSTALL 32 SIGNAL RADAR DETECTION SYSTEM ITEM 16 FA $125.00 $2,000.00 16 $2,000.00 PROIVIDED BY CITY INSTALL 33 SIGNAL TRAFFIC CONTROL DESIGN AND 2 FA $3,500.00 $7,000.00 2 $7,000.00 PROVIDE INSTALL 34 SIGNAL CABINET CONCRETE FOUNDATION 1 FA $2,900.00 $2,900.00 1 $2,900.00 INSTALL 35 SIGNAL 170E CONTROLLER/CABINET POLE- 1 EA $1,400.00 $1,400.00 1 $1,400.00 MNT ITEM PROVIDED BY CITY INSTALL 36 SIGNAL 170E CONTROLLER/CABINET GRND- 1 FA $1,400.00 $1,400.00 1 $1,400.00 MNT ITEM PROVIDED BY CITY INSTALL 37 ELEC ELEC SERV TY A INSTALL I FA $7,372.00 $7,372.00 1 $7,372.00 38 SIGNAL SPAN WIRE 5/16"INSTALL 475 LF $3.00 $1,425.00 475 $1,425.00 39 SIGNAL SPAN WIRE 3/16"INSTALL 1625 LF $3.00 $4,875.00 1625 $4,875.00 40 SIGNAL WOOD POLE INSTALL 4 EA $1,530.00 $6,120.00 4 $6,120.00 41 ELEC ELEC SERV TY D INSTALL. I EA $6,600.00 $6,600.00 1 $6,600.00 42 ELEC ELEC SERV TY D INSTALL I FA $5,040.00 $5,040.00 1 $5,040.00 Sub-Total of Previous Unit $144,754.00 $144,754.00 Thursday,July 02,2015 Page 8 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number I Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTUM For Period Ending 5/31/2015 Project Funding Contract Information Summary Original Contract Amount $6,572,517.25 Change Orders Change Order Number 1 $77,429.50 Change Order Number 2 $67,336.00 Total Contract Price 56,717,292.75 Date ( ' C Total Cost of Work Completed 66,664,132.75 r Less %Retained $0.00 7 Net Earned 66,664,132.75 Bate Inspection Supervisor Earned This Period 66,664,132.75 A&41�� — Retainage This Period $0.00 Date / /� Less Liquidated Damages Project Manager Days Q /Day $0.00 Date -Ai LessPavement Deficiency $0.00 Asst ctor/TPW-In/fra�structure Design and Construction Less Penalty $0.00 �"L`' Date Less Previous Payment $0.00 Director i ntracting Departme4 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $6,664,132.75 Thursday,July 02,2015 Page 9 of 10 City Project Numbers 01455 DOE Number 6508 Contract Name PLANS FOR PAVING&UTILITY IMPROV. Estimate Number I Contract Limits FOR NORTH BEACH STREET Payment Number I Project Type PAVING&UTILITY For Period Ending 5/31/2015 Project Funding Project Manager Weiss City Secretary Contract Number 116508 Inspectors MCFADIN / ROGERS Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 240 CD 5327 WICHITA ST Days Charged to Date 600 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 $6,664,132.75 Less %Retained $0.00 Net Earned $6,664,132.75 Earned This Period $6,664,132.75 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 $6,664,132.75 Thursday,July 02,2015 Page 10 of 10 Cf1Y SECRETARY) i , FLIRT WORTH. City of Fort Worth CCW TRACT W. "f Z� 1)-- t U 1 Change Order Request Project Namel North Beach Street from Golden Triangle to Keller-Hicks City Sec# 1 42295 Client Project#(s)l C4 PmjW#014551 DOE#6508 ftwescrwonj 44ane divided arterial sheat from Keller-Fides Road to Golden Triangle Boulevard and 44ane undtvktad arhi w strw from Alta Vista Road to 1,000 LF east Contractorl Conatser Construction TX,LP Change Order# Date 2/24/2014 City Project Mgr.I Michael Weiss,P.E. City Inspector ,hie Rogers Dept. _ Water Sewer Contract Time Totals CD) Original Contract Amount $0.00 $0.00 $6,400,000.00 600 Extras to Date Credits to Date Pending Change Orders(m M&C Process) Contract Cost to Date $6,400,000.00 $0.00 $0.00 $6,400,000.00 600 Go to ADD&DEL Tabs to Enter CO Backup $77,429.5i $168,661.7-z- $96,733.00 $342,824.-& - Revised Contract Amount $6,477,429.So 1 $168,661.-7z $961-733.00 $6;742,824..Z2- 600 Original Funds Available for Change Orders $146,295.66 $0.00 $0.00 $146,295.66 Remaining Funds Available for this CO $146,295.66 $0.00 $0.00 $146,295.66 Additional Funding(if necessary) $168,661.. $96,733.00 1 $265,394,I.Z CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT -5.36% MAXALLOWARLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) 18,000,000A, s The Water Dept.requested additional water and sewer improvements in Keller-Hicks Road as part of this CFA agreement.TPW is paying for part of the water and sewer work. V-C0��� A. ®$ogoo $®. Xbyn $ 0� OFFICIAL RECORDCITYSECRETARY septi Secretary ���S F'!: MMORTH, Tx It is understood and agreed that the acceptance of this Change Order by the contactor constitutes 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. Ij- ttacrys a .arse % o0cacio Name_), _ GQntrack�Si natureiTate , � Conatser Construction TX,LP 1 e n Sup sort =Date Prc ect a - e_r/Pro rairrMer�� rDsptg `• �`;S' --G'LT j"�.y'.1^ -.i_`u _'F. ( a r� ,i'� s'' �s rob- -..'�� yT L � / .9 ••-. '"-i" Rona" > a�`. � � l 3-s / \ f ttor � -� ~�<.-4 t `=Date ss►.. nt Gi -Nana er-- � { �., r,Da#e � 4' `s-3 -' # _ ,� "".QY,� -"r :CtSU ilAttli_ilt•tf•.Ir 01r6 d)gs�. M&C Number C-25782 M&C Date Approved 8/14112 h RECEIVED MAR 19 2014 b' d tlo � Y r u 1 1 H a o nEi O Cl) Nco O Q • S ID N Gco cp tlV O tla tC) = GOD C> O ti 4k M ftf cl ua M «a t= N C 603, bFw QQQ aa a� QQ Qa Q¢ QQ J J liJ Z W CJ.1 J W tij J fn J Q fJ1 W W - J fppriyy � � �r- pop pp pp O. b S 0 0 Gs O O N O Off d z civ Jr, m ca m m ca co cn m m m to a ca m m io co co m m o ;s ow �, a LL O s W- 0 1 a� O a' h C � ELO I to U U 1 b o $ , o , M C _. _— a� Qua c m — C a IRA- a c c c c � m — rn�� E yfJ n t4' ox xo Q� c > E GT o v, $ 3 m E rn c4 Q � C� �' : C c M y I 1 O cooy e I C C w rte„ �0.. v 1 1 m 01 CO O CD O ' N f0 3 m m [� C o U c C j m cmc a C i� � mi c3 ami �j v $ U U cu cv o C� ca env co 1 m m lye Zi c man � u.� _= I c- CL > > p E (�- 4' c� E �' m n m n E o E ami m m n Fa cm Cu ® i C119 a an fit% > u iii Uc`3 10 Cl 41 t`t > > tr � a FL `QC5U cD — In LO c06 0 m oovti ooMcn M I`� o 0 0 o o ^ o u7 cn a o 0 0 0 ® 0 0 0 0 0 0 0 0 0 0 0 0 I I 1 I I 1 6 1 0 1 1 1 t I 1 t Q � 0 � 0 0 � m m m m m m aa m Fn m m m m m m m W a r/ 0 o r~- CD m jfp3 ; est S o 0 0 0 00 00 • g ® nj GC=) V7 [[ O ag O C7 N In N ~ UC ~ .) G0 O N LL- Q W J U Lil li.i L1I ULA- li. LiJ S S S S S O S O S Cr! r \ d � e-- M r--: N eF O N 0) 40 a' a a'}s 3 3 a a 3 3 3 3 3 3 3 3 3 a �- �3 X93 cn u°3 o` on Q Q e CL CD W o Q m y o � 75 _ V C C C C O q �.. p N ca p_ a�� a C [C�-4 — d e U d y CD 4)11 tb .LU U C Q Z .0 IBC G n E E E ao %� cff CD � o� � m U- -en QV-OcNn 7 CE H 3 e cA ca , Q U- o � TE a v =v 3 = a > = o co CO cu c`u rn m a c Za� S e e O a cn U � w d to oc m cu 4) as w o m en cLa 3 amici 8 3 3 3 - n �' �n rs ? c% Sr- c� �i' °A � iiaa f- CO NC4 CN Cl r O N N M N `"-'O 0 0 0 0 • ® O Cl O • O O • Co O O O O O O O O F e e e e e e e e r e e e e e e e e e F Q Q Q Q Q Q Q Q Q Q Q mm moommmmm mmmmmmmm . a 0 \ U / k \ S * § & \ \ � 2 m o % 6 c k - c / E2 � \7 � § - f 7 ® 7 \ b 0 m \ \ \ G g f 7 to / 3 0 ® ® § & 2 0) 6 0 41cu � OD LLJ o � d / LL k 2 o O u m / A k / � u \ % U / \ / \ \ \ / \ ( \ 7 a7 / \ \\ Lli� u8 2 \ 72 / cu \ \ \ ± 0 / E § « z o 4 0 3 _ E \ \ k \ - § 0 3 � ƒ \ : C) � 0 0 0 0 0 0 HL IILL III I c 0 a� Fa- can, 0 n co N O N h0 a' c 0 a� a� 0 v O to C: m t U MIWBE Breakdown for this Change Order MWBE Sub - Type of Service Amount for this CO Total $0 00 Previous Change Orders co# DATE AMOUNT Total M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA �!'' `��� COUNCIL ACTION: Approved on 8/14/2012 DATE: 8/14/2012 REFERENCE NO.: ""C-25782 LOG NAME: 20N BEACH CFA AMEND 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 1 to City Secretary Contract No.42295, an Infrastructure Construction Agreement with Hillwood Residential Services,L.P.,to Increase City Participation in the Amount of$283,972.00 for the Construction of Additional Water and Sewer Improvements to North Beach Street from Keller-Hicks Road to Golden Triangle Boulevard and Along Keller-Hicks Road from Alta Vista Boulevard 1,000 Feet to the East,Thereby Establishing a Total City and Developer Contract Cost of $6,683,972.00(COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No. 1 to City Secretary Contract No.42295,an Infrastructure Construction Agreement with Hillwood Residential Services, L.P., to Increase City participation in the amount of$283,972.00 for the construction of additional water and sewer improvements to North Beach Street from Keller-Hicks Road to Golden Triangle Boulevard along Keller-Hicks Road from Alta Vista Boulevard 1,000 feet to the east,thereby establishing a total contract cost of$6,683,972.00. DISCUSSION: On June 14,2011,(M&C C-24971)the City Council authorized the City Manager to execute an Infrastructure Construction Agreement with Hillwood Residential Services, L.P.,with City participation In an amount not to exceed$6,400,000.00 utilizing 2008 Capital Improvement Program(CIP)funds and 2007 Certificates of Obligation for this project. This Infrastructure Construction Agreement is for the design and construction of Keller-Hicks Road as a four lane undivided minor arterial street and for the design and construction of North Beach Street from Keller-Hicks Road to Golden Triangle Boulevard as a four lane divided arterial street. This amendment to the Agreement is for the construction of water and sewer improvements along North Beach Street from Keller-Hicks Road to Golden Triangle Boulevard and along Keller-Hicks Road from Alta Vista Boulevard 1,000 feet to the east with funds for water and sewer construction via City participation in the amount of$283,972.00,thereby establishing a total contract cost of $6,683,972.00. Proposed Amendment No. 1 is needed for the following water and sewer improvements along North Beach Street and Keller-Hicks Road as follows: A. Water and Sewer Developer's Water Dept. TPW Total Cost Construction Cost Cost Cost 1. Water $0.00 $168,6+61.27 $57,877.95 $226,539.22 2. Sewer 0.00 $ 96.733.00 $19.552.00 $116,285.00 Construction Subtotal $0.00 $265,394.27 $77,429.95 $342,824.22 Contingency(five percent) $0.00 $ 13,269.73 $ 3,871.05 $ 17,140.78 mhtml:file://C:\Documents and Settings\weissm\My Documents\... 2/24/2014 M&C Review Page 2 of 3 Total Cost With $0.00 $278,664.00 $81,301.00 $359,965.00 Contingency B. Construction Fees 1. Water Inspection and Material Testing Fees (two $0.00 $ 3,373.00 $ 2,431.00 $ 5,804.00 percent) 2. Sewer Inspection and Material Testing Fees(two $0.00 $ 1,935.00 $ 821.00 $ 2,756.00 percent) Water and Sewer Fees Subtotal 0.00 $ 5,308.00 $ 3.252.00 $ 8,560.00 Total Water and Sewer Project Cost $0.00 $283,972.00 $ 84,553.00 $368,525.00 The original CFA included$146,295.66 for contingencies for TPW to pay for utility relocations and change orders. TPW's relocation costs in the amount of$84,553.00 will be paid from these contingency funds. Upon City Council approval the City Manager will execute the amended Infrastructure Construction Agreement to allow for the recommended level of City participation. This project is located in COUNCIL DISTRICT 2, Mapsco 22J and 22N. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P265 541200 602170145583 $177,094.00 P265 531200 602170145584 $1,686.50 P265 531350 602170145585 $1,686.50 P275 541200 702170145583 $101,570.00 P275 531200 702170145584 $967.60 P275 531350 702170145585 $967.60 Submitted for City Manager's Office by: Fernando Costa(6122) Originating Department Head: Douglas W.Wiersig (7801) Additional Information Contact: Michael Weiss (8485) mhtml:file://C:\Documents and Settings\weissm\My Documents\... 2/24/2014 M&C Review Page 3 of 3 ATTACHMENTS MAP N BEACH CFA AMEND 1.pdf mhtml:file://C:\Documents and Settings\weissm\My Documents\... 2/24/2014 MAYOR AND COUNCIL COMMUNICATION MAP N BEACH CFAAMEND 1 - --- KELLER 70 _ -1 < WE6TPORT FIASLE T ESTPORT -AVO�NDAL•E VO Dote HASLET _ ►_ - -- Ll — �' HE f, Cdr o a BE_r = SA I e F "F — BLUE GES-} • Q' �-, - _�c LT - MOUND KEk{Acv C'�` Hlck E \ 1 HICKS 1- - " � , - COUNTR — j�`i., ! �a I_�- a1 - - = GO[.pE�(� v — GOLDEN_._ TRIAN(,LE BONDS \ F' 1l 't DMR E 3E E BO. DS F�ANtH ` w RANCH Nj- I_ - _ z ��I- L HERITAGE 9 iQ N c K TRACE L Iu po ¢Q Z L� r1 3 all O I I�� U. 9kf IF � '1 - c v - f = SUMMERFIEL r �- 111111'111'JJJ WOOD o KITE ... ,+ ��i� "� `• �r ESTER �rF ESTERN — NS ' ENT R i #I ER j As (. , t OSSIL t�f a REE fi f i Loop NORTH RN Z CROSS' HAM rfl 77 DOWNING I. em -ebl ; I o�ryw�wre arra. rgob&bb— OR U=o iwr.�rtr r�r...arr.�..Lor�w uw.a..r.ww rH M.�rI�rN pK w�»+�a«rwwM Mr•�• � U� OCT.1466 �bra sMr�wd w wM�ww�wra)wr�MrNr rrayM����Mwlwtw M F7�M Mr4a lY CM d IrWr���r M rrr Y��M N11 rlr. " FORT WORTH. City o Fort Worth CONMCT mo Change Order Request Project Namel North Beach Street from Golden Triangle to Keller4iicks City Sec# 1 42295 Client ftjed#(s)i CPN 01455/DOE 6508 Project Descriotim I 44ene divided arterial street from Kefer Mcks Road to Gotten Triangle Boulevard and 44ane undivided amental sheat flan Alta Vista Road to 1,000 LF east Cmh*rl Conatser Construction TX LP Change Order# Date 3!14/2014 City Project Mgr.I Michael Weiss,P.E. \ city InspectorJos Rogers Contract Time Dept. wWater Sewer Totals (CD) Original Contract Amount $0.00 $0.00 $6,400,000.00 600 Extras to Date 77,429. $168,661.27 $96,733.00 $342,824.22 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $6,477,429,9fr $168,661.27 $96,733.00 $6,742,824.22 600 Go to ADD 8 DEL Tabs to Enter CO Backup $67,336.00 $0.00 $0.00 $67,336.00 Revised Contract Amount $6,544,765.96,, $168,661.27 $96,733.00 $6,810,160.22 600 Original Funds Available for Change Orders $146,295.66 $0.00 $0.00 $146,295.66 Remaining Funds Available for this CO $68,865.71 $0.00 $0.00 $68,865.71 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT - ' 6.41:% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $8,000,000.00 Revisions to quantities due to field conditions and reconciliation with final engineering plans. o �00 a Attend by; M L K 61, i ecrett3iry �'Y � t3' XAS It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Charge Order. %�,�(:6ptra¢1o�`;�G4 pa �•arse.:,_ _ _ Contta�tori�fame� .�;�� '�s __� Corlfia{crir_�rgnafu��;�;� ,�.�'�'��_Qa�e-w y __- Conatser Construction TX,LP �S f she i% Sy ' s —r:1 ZISMS } ,- t bate:- Pro eco ariagetiProgra►irl�lar�a erg __ abate i Ar - LL ,<: Date ' D ` b�,Gori cltneparfnisrif i1t?t) hDte'tF_ r \ l 3�7 04 ;Council Action(if,(equrrad) - M&C Number C-25782 M&C Date Approved 8!14/12 ktECEIVED MAR 28 7014 m . . . _ . 0 g _ CN \ \ \ \ q \ \ R 8 8 8 e - R IN � S W\ / $ \ # § 2 = m � mo / \ e » ° D In % e e \ / 5 ± L % ± ± / w / ~ 7 R \ GR / CD CD $ » % G ® ® m ^ ® ® % § # o .m 3 a \ \ I w \ 6 ~ cz- CID ƒ / / CIDe » CU g to m 2 \ e o @ 2 = u 2 ƒ ƒ / f ƒ ffa_ 2 o 'a & @ e e e e e e e F- c e 5 � J ¥ \ 0 ES \ � k k / o & / \ § \ ƒ / t - $ co ƒ E °76 % CD E / § \ 7 © G a \ CO k \ \ I - - a ® ) oIn $ \ § \ \ m Mn \ , � \ ( G \ m 3 k o § = a e = / e m c = - n 7 m E E . m ? \ ƒ $ \ § Co J \ \ f # z o 4 0 2 & t e a k £ £ _ / _ { y 3 G ƒ g § 2 m P » # & & ' :112 -E § / \ \ � 6 / \ & / \ co _ 2 « - t z m m e z o % z-C-- C)P \ � / k �\ \ \ k \ \ ƒ ƒ f ^ \ \ 2 00 / G R / CD / / R / Lki e \ 6 4 $ $ $ 4 $ z 3 @ @ @ m m @ @ D a 2 2 4 ® ® 4 ® O O O t0 O 0 M ti cD Ef3 C O "O d 3 Q 0 F-- N 4— O N aJ bD m CL C O Y_ Q L O a) CLOC L U | f | m � J 2 | � # ! � � no � - � k r § k �0OF � § # 8 | D | 2 0 0 § co E / 2 # CL 2 o � 2 E § ! m 2 � � ■ _ \ | kp \ LU dc || $ d /LL R 0 _ 0 / u & E / f E � Cc: 7 0 b a n = o to © c ' $� 151 b 0 CE $ a t f CE 4 a § & \ CD 7 $ 2 0 . � / A_ CL O O O O O O O O O 6% V% ef} N cu C O N � O H N O N 41 Oq l0 d C O Y L E O tio U MMBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE AMOUNT 3 Total `-i. : $0.00 aUbsZ_ 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: N. BEACH ST. Water,Sanitary Sewer, Storm Drain and Paving Improvements DOE#:N/A CITY OF FORT WORTH STATE OF TEXAS CONA R CONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this 16'h day of August,2013. fr o,�• Bertha Giahulis Notary Public for No Ary Public in Tarrant County,Texas State of Texas My commicston OPIM:09IM2015 Liberty Interchange Corporate Center Mutual 450 Plymouth Road,Suite 400 Plymouth Meeting,PA 18482-1844 SURETY Ph.(810)832-8240 CONSENT OF SURETY TO FINAL PAYMENT To: Hillwood Residential Services,LP 5430 LBJ Freeway,Ste.#800 Dallas,TX 75240 ,t RE: Nora Beach SbyK Fort Worth,TX Principal: Ccnaber ConstrixilIon TX,LP Obligee: Hiliwood Roklential Services,LP Contract Number: Contract Date: 10/1112011 Contract/Project Description: Paving and Utifity Improvements for North Beach Street(City Project#01455) Fat 1.Texas 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 022034175 (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 ft day of August 20_1 3 LIBERTY MUTUAL INSURANCE C MPANY (Surety) (Seal) Attame n- ac Glenna S. Davis LMIC-3100 Rev.03/04 TiiiS 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. 6691404 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company 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 State of Ohio,that liberty Mutual Insurance Company Is a corporation duty organized under the laws of the State of Massachusetts,that Peerless Insurance Company Is a corporation duly organized under the laws of the State of New Hampshire,and West American Insurance Company Is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companlesl,pursuant to and by authority herein set forth,does hereby name,oonstitute and appoint, Qgnolyo Maples-CAthyyinsm-Atenna S. Davis_Qmg A.Wilkerson:John R_Wilson all of the*of Fort worth state of TX each individually If there be more than one named,Its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as Its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as lf they have been duly signed by the president and attested by the secretary of the Companies In their own proper persons. INWITNESSWHEREOF,this PowerofAttomeyhas been subscribed byenauthorized offloeroroffidelofthe Companlesandthe corporaleseali;of the Cornparileshave been affixed thereto this 28th day of September 2012 , i ��OAN filq� p�1V I ft, i3?)1 SURAN�F 51 KMERj� American Fire and Casualty Company 'o yo TheOhio Casualty Insurance Company < ( aw �usLiberty Mutual Insurance Company SEALJj i SEAL 5 ¢ 1801/` SEAQ z Peerless Insurance Company (f1 Gfil%SD 7 � '�o� Q� West American Insurance Company cacTy co $'� er, ,� ��cr coy a M By: C C .% STATE OF WASHINGTON ss Gregory W.Davenport,Assistant Secretary C I COUNTY OF KING v tb On this 28th day of September 2012before me personally appeared Gregory W.Davenport,who acknowledged himself to be the Assistant Secretary of American Fire and AM 46.2 Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,Peedess Insurance Company and West American Insurance Company,and that he,as such,being m W L. >M authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C 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, d M By: d C o PUBLIC i fm Riley,No Public 3 N C vkrc�i,6 ;1 0. R i 0 E This Power ofAttomey Is made and executed pursuant to and by authority of the fdknving By-laws and i4iNf orizations,of American Fire and casualty Company,The Ohio Casualty Insurance =c cm- Company,Liberty Mutual Insurance Company,West American insurance Company and Peerless Insurance Company,which resolutions are now in full force and effect reading as follows: +� re2! GC C0 ARTICLE N–OFFICERS–Section 12-Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 'Wo%24) p C to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys kn fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, .D F E ai acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-In-fact,subject to the limitations set forth in their respective - m `D m powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so >-0 executed,such instruments shall be as binding as If signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-In-fact under ar 0 D�' the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. r � Io c E , tARTICLE XIII–Execution of Contracts–SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose In writing by the chainmen or the president, M Lv and subject to such limitations as the chairman or the president may prescribe,smell appoint such attorneys-kFtact,as may be necessary to act in behalf of the Company to make,execute, 00 seal,acknowledge and deliver as surety any and all undertakings,bonds,recogrdzarces and other surety obligations. Such attomeys-lo-fact subject to the limitations set forth in their o.– respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company. When so IO I executed such instruments shall be as binding as If signed by the president and attested by the secretary. Certificate of Designation–The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such attorney-In-fact as may be necessaryto act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization–By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechantcahy reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney Issued by the Company in connectlork with surety bonds,shall be valid and biding upon the Company with the same force and effect as though manually affixed. 1,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,We and correct copy of the Power of Attorney executed by said Companies,Is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9th day of Augmt Y013 ` 4Ickm P ti,Y INS&, s�tl:eugq� q,URA_y AME �-�o� � O� Q F!' RVE �d Q yac,PolNJ¢`m ` 1�i �_ GKO �RATF� 1401 w n P� rs By. y SZr�I, 'so SISAL S 5 w\ x �ksm-mr, $ David M.Carey,Assistant Secretary sG _ ar \ a / l '4�h'COQ. i WH.�cµ''u POA-AFCC,LMIC,OCIC,PIC&WAIC LMS 12973 429 of 500 n.,n12 -- -- — f 500 I Rogers, Joseph From: Weiss, Michael Sent: Thursday, May 21,2015 4:37 PM To: Rogers,Joseph Subject: RE:N. Beach- DOE 6508 Yes,that is okay. Mike From: Rogers,Joseph Sent:Thursday, May 21, 2015 3:32 PM To: Weiss, Michael Subject: Fwd: N. Beach- DOE 6508 So just write the correct amount on the CO and change the total on the front page .45 cents? Sent from the Samsung Galaxy Rugby Pro.an AT&T LTE smartphone -------- Original message-------- From: "Weiss,Michael" <Michael.WeissCa)fortworthteaas.jzo_v> Date: 05/21/2015 2:38 PM(GMT-06:00) To: "Rogers,Joseph" <Joseph.Ro ers(c17r fortworthtexas.gov> Subject: RE:N. Beach-DOE 6508 Joe, You can correct the amount to$28,262.50. Thanks, Mike From: Rogers,Joseph Sent:Thursday, May 21, 2015 2:28 PM To: Weiss, Michael Subject: RE: N. Beach - DOE 6508 Mike; A worksheet was created for CO 1,but on the CO line item UNIT 1 BID-00592-PIPE PRESSURE INSTALL-20"/WATER SHOULD BE A TOTAL OF$28,262.50 INSTEAD OF$28,262.05. What do you want to do here? Respectfully; Joe Rogers T/PW Infrastructure Design and Construction Group Page 1 of 1 Rogers, Joseph From: Terrell, Gena [Gena.Terrell@hillwood.com] Sent: Wednesday, December 04, 2013 10:53 AM To: Rogers, Joseph Cc: Weiss, Michael Subject: RE: DOE 6508-Liquidated Damages waiver status ice rl ase consider this email as notification that Hillwood will not be charging liquidated damages to Conatser Construction for extension of ;!)e c9n fact time. Let me know if you have any questions. Gena Gena Terrell Development Manager HILLWOOD COMMUNITIES Victory Park 3090 Olive Street,Suite 300 Dallas,Texas 75219 972-201-2849 Direct Line 817-313-3614 Cell www.HillwoodCommunities.com FORTWORTH RE00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Nance of Contractor Project Naine Conatser Construction N.Beach-Golden Triangle to Keller Hicks DOE Inspector DOE Number Joe Rogers 6508 DOE Inspector Project Manager PI Water❑✓ Waste Water❑✓ Storm DrainagC Pavement Michael Weiss Initial Contract Amount Project Difficulty ® , I to.5-77- 517, LS 0 Simple 0 Routine @) Complex Final Contract Amount Date )� T,n , 0 br 664, 13Z' 5/29/2015 II)PERFORMANCE EVALUATION 0-Inadequate I-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 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 DailX Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 1 3 1 20 1 15 II Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Proiect Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 401 BONUS POINTS(25 Maximum)(B) TOTAL SCORE M) 401 III)CONTRACTOR'S RATING Maximum Score(MS)=448 g sum of applicable element score maximums which= 448 Rating(ITS/MSI•100%) / 448 — 9054 Performance Category Ment <20%—Inadequate 20%10WWrVi7ficient 40%to<60%—Standard 60.06 to<80%—Good >_80%—Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector , ignature Contractor Signature DOE Inspector's Supe tsor . CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmoxton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 FORTWORTH REV:0=07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 5/29/2015 Name of Contractor Project Name Conatser Construction North Beach St.-Golden Triangle to Keller Hicks DOE hupector Project Manager Joe Rogers Michael Weiss DOE Number Project Dgiculty Tvpe of Contract 6508 Q Simple Q Routine QQ Complex ❑Q water waste waterO Storm DrainagC Pavement Initial Connect Amount Fina!Contract Amount 6 5 7. Zs d r3z:►s II)PERFORMANCE EVALUATION J 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS I Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured entities 3 Applicability of Specifications 4 Display Of Professionalism Li 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution L ADMINISTRATION 2 Availability of Project Manager l I Change Order Processing Time 3 Communication `( 2 Timliness of Contractor Pa ents 4 Resolution of Utility Conflicts 3 Bid O miig 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 Thmckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 -FINAL NAME OF PROJECT: N.Beach St.from Golden Triangle to Keller Hicks PROJECT NO.: CPN 01455 CONTRACTOR: Conatsa fVA4-r ir S.D . DOE NO.: 6508 PERIOD FROM:05/01/15 TO: 05/31/15 FINAL INSPECTION DATE: 14-Nov-13 WORK ORDER EFFECTIVE:10/24/2011 CONTRACT TIME: 600 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. 14. 29. OfFiewtHEeORD 15. 30. 31. SAT SUN RAIN TOO WET UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 0 0 PERIOD PREVIOUS PERIOD 600 600 TOTALS TO DATE 600 600 *REMARKS: Z9 -is- 6 /S CONTRAOR DATE INSPE DATE ENGINEERING DEPAR G) � The City of Fort Worth•1000 Throekinorton Street•Fort Worth,TX 76012-6311 G) (817)392-7941 •Far.(817)392-7845