Loading...
HomeMy WebLinkAboutContract 47021-FP2 Departa of TP&W Const.Services DOE#_ �t/ D Project anager -.1 CITY SECMETAW f Risk Management Ca D.O.E. n - ;T WO RT H, CONTRACT 060. Brotherton CFA Westerman/Scanned The Proceeding people have been Contacted concerning the request for final payment&have ANION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION Clearance Conducted By Shameka Kennedy ri S'wA D.O.E.Ng: 7534 L% c O24 7G 65,95 WRKSO // Regarding contract 117534 for MARK IV PARKWAY as required by the TRANSPORTATION&PUBLIC O as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $1,378,174.90 Amount of Approved Change Orders: $53,581.00 NO l &3 Revised Contract Amount: $1,431,755.90 Total Cost Work Completed: $1,431,755.90 Less Deductions: Liquidated Damages: Days Qa $210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $1,431,755.90 Less Previous Payments: $0.00 Final Payment ue $1,431,755.90 6 ZZO Recommended for Accep nce Date Asst. rector, TPW - Infrastructure Design and Construction Accepted 0 Date Director, TRANSPORTATIO & PUBLIC WORKS Z4= '7 Asst. City Manager Date Comments: C205-541200-202760267683 EMAILED OFFICIAL RECORD JUL 19 2016 CMY SECRETARY Waal IFT. WORTH, TX FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MARK IV PARKWAY Contract Limits Project Type DRAINAGE,PAVING&ST LIGHT City Project Numbers 02676 DOE Number 7534 Estimate Number 1 Payment Number 1 For Period Ending 6/17/2016 CD City Secretary Contract Number 117534 Contract Time 21(CD Contract Date Days Charged to Date 158 Project Manager Long Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors DICKINSON / WATSON Friday,June 17,2016 Page 1 of 6 t City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 6/17/2016 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 33"STORM LINE 15 LF $20.00 $300.00 15 $300.00 2 REMOVE STORM SEWER BOX 59 LF $40.00 $2,360.00 59 $2,360.00 3 REMOVE 4'DROP INLET I EA $1,000.00 $1,000.00 1 $1,000.00 4 24"RCP CLASS Ill 1363 LF $52.00 $70,876.00 1363 $70,876.00 5 24"RCP CLASS IV 109 LF $65.00 $7,085.00 109 $7,085.00 6 7X5 BOX CULVERT 64 LF $280.00 $17,920.00 64 $17,920.00 7 4'STORM JUNCTION l EA $4,000.00 $4,000.00 1 $4,000.00 8 24"SET,I PIPE 1 EA $1,500.00 $1,500.00 1 $1,500.00 9 15'RECESSED INLET I EA $3,600.00 $3,600.00 1 $3,600.00 10 20'RECESSED INLET 4 EA $4,500.00 $18,000.00 4 $18,000.00 11 TXDOT(FW)TYPE I-C 4'MANHOLE I EA $5,000.00 $5,000.00 1 $5,000.00 12 21"RCP CLASS 111 CO#1 175 LF $45.00 $7,875.00 175 $7,875.00 13 21"SET I PIPE CO#1 4 EA $1,450.00 $5,800.00 4 $5,800.00 12A 21 RCP CLASS III CO#3 10 LF $45.00 $450.00 10 $450.00 Sub-Total of Previous Unit $145,766.00 $145,766.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONCRETE DRIVE 1387 SF $2.00 $2,774.00 1387 $2,774.00 2 REMOVE FENCE 222 LF $1.00 $222.00 222 $222.00 3 REMOVE CONC PVMT 165 SY $10.00 $1,650.00 165 $1,650.00 4 REMOVE ASPH PVMTCO#3 1523 SY $8.00 $12,184.00 1523 $12,184.00 5 REMOVE CONC CURB&GUTTER 22 LF $15.00 $330.00 22 $330.00 6 SITE CLEARING 1 LS $20,000.00 $20,000.00 1 $20,000.00 7 6"-12"TREE REMOVAL 92 EA $100.00 $9,200.00 92 $9,200.00 8 12"-18"TREE REMOVAL 23 EA $200.00 $4,600.00 23 $4,600.00 9 18"-24"TREE REMOVAL 7 EA $300.00 $2,100.00 7 $2,100.00 10 UNCLASSIFIED EXCAVATION BY PLAN 3776 CY $15.00 $56,640.00 3776 $56,640.00 I I EMBANKMENT BY PLAN 1 172 CY $8.00 $9,376.00 1172 $9,376.00 12 SWPPP>I ACRE I LS $15,000.00 $15,000.00 1 $15,000.00 Friday,June 17,2016 Page 2 of 6 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 6/17/2016 Project Funding 13 HYDRATED LIME 232 TN $190.00 $44,080.00 232 $44,080.00 14 8"LIME TREATMENT 9505 SY $3.50 $33,267.50 9505 $33,267.50 15 2"ASPHALT PVMT TYPE D 571 SY $14.00 $7,994.00 571 $7,994.00 16 11"CONC PVMT 8954 SY $68.50 $613,349.00 8954 $613,349.00 17 4"CONC SIDEWALK 21218 SF $4.00 $84,872.00 21218 $84,872.00 18 8"CONCRETE DRIVEWAY CO#1 6172 SF $12.00 $74,064.00 6172 $74,064.00 19 BARRIER FREE RAMP 4 EA $1,200.00 $4,800.00 4 $4,800.00 20 6"CONC CURB&GUTTER 115 LF $25.00 $2,875.00 115 $2,875.00 21 4"BRK PVMT MARKING HAS 4606 LF $1.30 $5,987.80 4606 $5,987.80 22 8"SLD PVMT MARKING HAS 476 EA $1.85 $880.60 476 $880.60 23 LANE LEGEND ARROW 7 EA $125.00 $875.00 7 $875.00 24 RAISED MARKER 138 EA $4.00 $552.00 138 $552.00 25 RAISED MARKER 68 EA $4.00 $272.00 68 $272.00 26 REFL RAISED MARKER 26 EA $4.25 $110.50 26 $110.50 27 REFL RAISED MARKER 110 EA $3.25 $357.50 110 $357.50 28 REFL RAISED MARKER 118 EA $3.25 $383.50 118 $383.50 29 REMOVE RAISED MARKER 347 EA $1.00 $347.00 347 $347.00 30 REMOVE LANE LEGEND ARROW I EA $50.00 $50.00 1 $50.00 31 TOPSOIL 2614 CY $18.50 $48,359.00 2614 $48,359.00 32 BLOCK SOD PLACEMENT 9635 SY $4.00 $38,540.00 9635 $38,540.00 33 SALVAGE STREET LIGHT POLE 3 EA $500.00 $1,500.00 3 $1,500.00 34 FURNISHANSTALL ALUM SIGN GROUND 2 EA $550.00 $1,100.00 2 $1,100.00 MOUNT CITY STD 35 TRAFFIC CONTROL 1 LS $20,000.00 $20,000.00 1 $20,000.00 36 LANDSCAPE MAINTENANCE 1 LS $20,000.00 $20,000.00 1 $20,000.00 37 11"ASPHALT BASE TYPE B 571 SY $44.00 $25,124.00 571 $25,124.00 38 SALVAGE STREET LIGHT ARM&FIXTURE 4 EA $400.00 $1,600.00 4 $1,600.00 39 REMOVE EXISTING STREET SIGN 6 EA $100.00 $600.00 6 $600.00 18A 8"CONCRETE DRIVEWAY CO#3 -600 SF $12.00 ($7,200.00) -600 ($7,200.00) Sub-Total of Previous Unit $1,158,816.40 $1,158,816.40 STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 INSTALL ELEC SERV PEDESTAL l EA $7,500.00 $7,500.00 1 $7,500.00 Friday,June 17,2016 Page 3 of 6 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 6/17/2016 Project Funding 2 2"CONDT PVC SCH 80 2298 LF $12.00 $27,576.00 2298 $27,576.00 3 2"CONDT PVC SCH 80 50 EA $32.00 $1,600.00 50 $1,600.00 4 GROUND BOX TYPE B W/APRON 3 EA $500.00 $1,500.00 3 $1,500.00 5 RDWY ILLUM ASSEMBLY 14 EA $2,500.00 $35,000.00 14 $35,000.00 6 137W LED LIGHT FIXTURE 28 EA $1,250.00 $35,000.00 28 $35,000.00 7 RDWY ILLUM FOUNDATION 14 EA $900.00 $12,600.00 14 $I2,600.00 8 2-2-2-4 QUADPLEX ALYM ELEC CONDUCTOR 2559 LF $2.50 $6,397.50 2559 $6,397.50 ----------------------- --------------- Sub-Total of Previous Unit $127,173.50 $127,173.50 Friday,June 17,2016 Page 4 of 6 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 6/17/2016 Project Funding Contract Information Summary Original Contract Amount $1,378,174.90 Chance Orders Change Order Number 1 $60,355.00 Change Order Number 3 ($6,774.00) Change Order Number Total Contract Price $1,431,755.90 F Date `— ��� Total Cost of Work Completed $1,431,755.90 Contractor Less %Retained $0.00 �/•� r �„L��� Net Earned $1,431,755.90 Inspection Supervisor Earned This Period $1,431,755.90 ` - 7 / Retainage This Period $0.00 Z--77 D /J / Less Liquidated Damages Project Ma ager r /3�K Days @ /Day $0.00 Date LessPavement Deficiency $0.00 DirectorfrP cture Design an Cons ction Less Penalty $0.00 LLw° Date 7 G ZU�6 Less Previous Payment $0.110 Dire#r/Contracting Depa6ent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,431,755.90 Friday,June 17,2016 Page 5 of 6 City Project Numbers 02676 DOE Number 7534 Contract Name MARK IV PARKWAY Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 6/17/2016 Project Funding Project Manager Long City Secretary Contract Number 117534 Inspectors DICKINSON / WATSON Contract Date Contractor CONATSER CONSTRUCTION TxL.P Contract Time 210 CD 5327 WICHITA ST Days Charged to Date 158 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 $1,431,755.90 Less %Retained $0.00 Net Earned $1,431,755.90 Earned This Period $1,431,755.90 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 $1,431,755.90 Friday,June 17,2016 Page 6 of 6 m m U t1 W F Q Cl Cl Z ❑ O U S b f9 n J � W O O O N W b b b N \ m a w w N w N N O w w w ❑ U W O C7 Z ZM M W U 0 O m O Zi n 0 0 o ri 0 IS ❑ O m o m w 0. a0 M O > ~N r r w r O ❑U Z W oo t- 6 N O F � N M Z p h W o00 co Z I m iv Z Q o Z O o U o 0 0 0 n OG lc O . , m w VT b CL w w U U om :ir w w W O c Q Z Z d E a) m N O O o n LU p U CL d W of W ri O E U) cu❑ a O h o h e m C m n w N o0 D O o W mmc CL c p m Co o M J J C co L 0 N B CD N o o a N pN ❑ W _ - m N N � c7 ❑ Q N � 0 0 0 0 0 b m U (n O hm 0 0 0 0 o w O p (D O Q) t~D co O N N m m n w m o m 'p �p w w w w w y tZ N O N a a Y O U ❑ F- S Z W 0 0 U of w 0 O F W ZU C ♦- z � O O a = N O W it U U QU W U F O O w .- H W W z G F- U U S U N Cl U � � Q of W Fw- a0 C, d C) > N Z F-- Z Q p O d 2 N Lu!--d O LL OU O fl O > W W UJ WWaz F- 3 H 2 zp Z iL O OOUOSU ❑ � o Z ❑. O U U U ~ a: J ovv 04 0o 0 CD to k § o �\Lo 20 i \ /LL)§ o o E \ o IL - ° kk '§\ #«§ / & ) \ § � \ § -se & m s © \ z § 0 LLI cc » 7 3 ) . � � w £ z r k) { 6 i ?f * ) J < > \ k % Ufa # 7 ( 0< k Q) E ] }~) V) A k cu » r D N � j\ k \ @R ; ) ) ) \ @§ ƒ 3 \ \ % E§ CO | § ` �cl CO � § J \ / \ \ / .. Q) CID ± 70 \ LLJ§ # / 2 z ( S� E ±<< � : e �u ( § �o 2 2 « �u 10 [ 2 \ �E R b RR \ \ — \\ f 4 t3 z § 7 g § 7 c 7 \ \ {]/ \ 0 0 LL, ) \ \ \ a) 2e 2 r2 2 2 \ | / ( { { § r Z 2 ow m ] e 6 A A z a = \ ) A, 2 ; ) \ § p § m ) E k \ ## ) . z & / ) 0 @ * 0 0 U d F Q O O Z 0 O U H x � b J A r W vQi h h N C � r N a G G C w o G o 0 N N N N N N N m o w h w O U W (9 Z Z � a W 2O W c U 0O C Z_ M Q b � p O ❑ d O G O b b N O m O O b b O > 0 0 N w N N O ❑U 0) co W co r- 0 U] N F W C) O) O N M D a C7 0 � C)coQ y m Z Z d O o o N Q U d OU o m oN oN m m m of Z e U U o w w in w C d Z Z a E C C 0 O U w 1 as m Q�yv CC b N LL G h p 00 Op m n R a O O N b N W >y n C N n m [if w 0 a. C N 0cc (D O _ CF. c, M �? J > > N O o W v d to w �p o 0 N Q O Q m in f2 0 Q m oo l6 3N tl o 0 o m •• U 0) tooF; co `m m o o m o c w y cD n o n o m N N IRlY 1� a r V m m o N m d w N N N O A N O 1� d U. Y ❑U O F K = W 0 O f O Q K K W 7 U Q Z # 7t W Z g❑g f„ N O 2 Q ~ ~ U H W W Z Qv W a uj U Q U z U r❑n '"7 -) K W ~ a U p W G 7 N uj U O Q_ a. O 1- U ❑ O O a 0 >L) LLJ a > J o W W 3k W W Z W J m O Z ¢ W �- W a.O ❑ a m O u O >Q W Z x x cc o �, ° > CL U U U 0 fn lL a. O W U 0 Q K ( � \) ) k§ ) ) on § ok o ƒ • « Rz qq « z • \ }}} �} �k \ k o § k k ) En 5 F ° M 2 ( / § e § o \ } \ / o � # k B k) / & / 2 z / } � k ) k \ 0 § rx )) d �k ; r _ a: < \ }} 0 \\ ) \ 2 § ]} u C, \ k | ■� V \ \ C4Q. / \\ \ 32 mk 2 d\ r -§ 2 ) _ 2 W.LU \ \ j j \ / j\ / / XI IL ! k � &m & \ 2 z M Z] eSa 2 5� § -j ($ 2� � 3e / z■ k & 0. -jk ) $ 4 v < * % )� j t £ 3 k k ,5 ) ; \ } / aj\ }§ § / C \ g � 6 [ ■ % g & \ 4! { o S 2 \ a \ ( k k § n k§ § 2 z w m ( ) ƒ f E / | / 2 2 E w 4) , / @ e z E3 )n� \� km 7�= f \\ �� ƒ- }- < - o ; § c ) + 2 \ > } m 2 CO \ fC�§ o 0 \ in j \ 2 Do ) _ } � ~ lu ) o < - 13 /J 4 - w \/ \ \� \ $ \\ } ) o ƒ0 & o / m / § < / fA > [ _ � F- 0 ] # I � / ® < z ƒ k � @@ 6 m { 00 E § a ± £ § . _ i f 04 \ ` o Lo- < w )� _ / rQ co� \ > ® 2r 20 E -0 ) % ° ` » § 2 & C) o < a d ! % R $ 2 (D / c ` 2 R G p CN - § I G m G m@@ k § a o J " _ ^ " a 0 0 » § ® / » » # # w S k } k ) g 4 § § / \ Lu K / k k 0 2 m \ I w $ § / § ) k[ § 2 } P § § > z < \ \ E z \ 0 / 2 ( 6 E § ) / u / # I IN ii §u ) n ƒ @ ja < e = _ « _ / § \ i \ § » zo gF- Ko oe m E <= 0 a 0 o < _ I N N O N J 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 a 0 0 0 0 Cl 0 0 o W o o m Fa- ca00 OpOOppN n00 ti a0 w m Iz O I � O V N C),O N b CO co d O to EO 4 m cam 69 L6�L6 a * M E cn ea w w f9 M ✓! p W 0 J C � O o 0 0 ~ o p o o o o Q o Z ~ v O E: 040o Q ooaopDp(D W ooz G O M O ? N 0 0 0 M N ¢ N a p 2 Z �w er- Q fA tAN�t�9 u9 0 J b0 Z O f9 O H _I 0 N Q O- a CO W O O � � � O `c w z w o z Y v a C w a p T N O _ N �O 2 Q Q m Z � m m O N 0 — N y m LL _ > C d N t U Nj O Z O `mom m U)U CD N Ur mIL w m c 3 F L) Q co `m _ o O vv m �Nm ko 3 U °1 LL N <a a) N _ 3 �l C LU a ui LU C1 co VJ N v W " O J E o o M o 0 0- o W O M N O N Q r co N V M 0 m N 0 F" r NO COM�pjM oo b Z� O R O b O a y �N AMM MM O �cli cn ro a 0 0 N p M O M u Q U) J y M of N ` W W N [7 M M M a'> N r0 U "' n c D o = w U) w Of w m m t CL n m m O} `c o W m U) o 'm u m W S u $ b W O 5 lu 0 U) i E m LL c m Q m Z H y Z e 0 t LL Q Q LL LL Q LL Q Q Q LL CL J w W J J w J W W W w U) ry _} O F c u Z W m ° W~ p O O ? J O v zcar cov Nc�N� a n�.v b o h OK M 0 u b >LL ` 0 O y Z F m m U 0 y m 0 ❑ a W m _ L W N a)N In N M C M Ql m Z w 2 W r v o 0 0 0 0 0 0 0 0 0 0 ? = ? M N W rn (7 0 C 0 0 W O N O N Q 0 �. C p O MN OOch�r O OQ O d � }� E W a cp# N N 0 0 M cl) M C'C M U '� (.7 O N d O M c7 M M M MMM M c')M N M M M M M M M M Cl) M M Cl) L -0 b O W W O O 0 u 0 U �a Q Z R 1 U R co tm m m 3 m E F o WQ z o t ir O m ac w w w m f w co z E FF' cao } �M�covr ZNM z_ ¢ 0 ¢r r N K 2 r m Qa o r a N u ZQ LL m z o z 0 U) m Q N } a' ' ————Li w FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Project Carlsbad Mark N Parkway PROJECT NO.: 2676 CONTRACTOR: Conatser Cmsbudion DOE NO.: 7534 PERIOD FROM:01/04/16 TO: 06/09/16 FINAL INSPECTION DATE: 4-lun-16 WORK ORDER EFFECTIVE:1/4/2016 CONTRACT TIME: 210 0 WWCD 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. I 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 0 158 158 PERIOD PREVIOUS 0 0 0 0 0 PERIOD TOTALS 00 0 158 158 TO DATE *REMARKS. CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT ID The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH REV:00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Calsbad Mark IV Parkway DOE Inspector DOE Ntanber Don Watson 7534 EInspedcv Project Manager ❑ Water❑ Waste Watery Storm Drainage❑ Pavement✓ Aron Lon Initial Contract Amount Project Difficulty $1,378,174.90 O simple Q Routine Q Complex Final Contract Amount Date 1$1,431,755.90 6/21/2016 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 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 3 60 45 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 1 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 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 366 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(rS) 356 III)CONTRACTOR'S RATING Maximum Score(MS)=448 pr sum of applicable element score maximums which= 448 Rating([TS/MS]" 100%) 366 / 448 82% Performance Category Excellent <20%-Inadequate 201Y@ro<40%—Lkftclent 40%to<60%—Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Si ature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS ky TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth- 1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Mark IV Parkway PROJECT NUMBER: 2676 DOE NUMBER: 7534 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 4" PVC 176' water 12" PVC 38' FIRE HYDRANTS: VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8" C900 898LF Serer 8" DI 734LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRt1NSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 i (817)392-7941 •Fax:(817)392-7845 1 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: CARLSBAD ADDITION,LOT 1,BLK 1 & MARK IV PARKWAY WATER, STORM DRAIN,SANITARY SEWER, PAVING &STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 02015-066 CITY OF FORT WORTH STATE OF TEXAS CONAT CONS/TR/UCTION TX,LP Brock Huggins Subscribed and sworn to before me this 1st day of June,2016. BERTHA GIANULIS rl Notary Public,state or Texas Notary Public in Tarrant County,Texas My Commission Expires ,,�: ,,.• September 18,2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document x707 Bond No 0149496 PROJECT: Part A: Water,Sewer,Paving,Drainage and Natural Gas Improvements to Serve Building 1 (Carsbad Addition,Lot 1,Block 1)and (name, address) Pail B: Mark IV Parkway Paving,Street Light and Drainage Improvements TO (Owner) ARCHITECT'S PROJECT NO: CFA No.2015-066 EXEL,INC AND THE CITY OF FORT WORTH CONTRACT FOR: 570 Polaris Parkway Part A:Water Sewer Paving,Drainage&Natural Gas Improvements to Serve Building 1 (darisbad Addition Lot 1 Block 1)&Part B:Mark IWeatarviga OH 43082 I IV CONTwgXCaTng,$�rg_el Light&Drainage Improvements CONTRACTOR:CONATSER CONSTRUCTION TX,L.P. J I��gTE In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (hare Insert name and address of surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of there Insert name and address of Contractor) CONATSER CONSTRUCTION TX,L.P. 5327 Wichita St. Fort Worth 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) EXEL,INC AND THE CITY OF FORT WORTH 570 Polaris Parkway Westerville OH 43082 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 1st day of June,2016 BERKLEY INSURANCE COMPANY Surety Company f Attest: 'n'1e-. � (Seal): gatltt�e of Authorized Rep e etntdive Rot"Mond" A_ttornsy-In-Fera_ Title NOTE: This form Is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, coverd scolia! ONE PAGE No. BI-7280f 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 M organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted u and appointed, and does by these presents make, constitute and appoint: Ricardo A Reyna; Don F_ Cornell; Vega DeLene Marshall;Soph/nle Hunter;Robb!Morales;or Kelly A. Westbrook of Aon Risk Services Southwest,Inc. of Dallas, TX its true and lawful Attorney-in-Fad,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.S50,000,000.00),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. e '20 This Power of Attorney shall be construed and enforced in accordance with,and governed by,the laws of the State of Delaware, .c without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o Z resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: E RESOLVED,that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief E Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant B Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein 43 B to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the C corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such o c attorney-in-fact and revoke any power of attorney previously granted;and further a a 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 Z c further I? e RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 0..5 power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or c 3 other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as .s though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any o. person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have n E ceased to be such at the time when such instruments shall be issued. e ; IN WITNESS WHEREOF, the Comp y has cau these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed thisay of mAttest: Berkley Insurance Company u u (Seal) By / By o Ira S. rman Je after o y Senior Vice Presidentlk Secretary PresideM WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. 0_ STATE OF CONNECTICUT) v o ) ss: [ Z: COUNTY OF FAIRFIELD ) 2 Sworn to before me, a Notary Public in the State of Connecticut, this 6alotwy gPubfic, Lr L' ,2015, by Ira S.Lederman and w' Jeffrey M.Hafter who are sworn to me to be the Senior Vice President and SSenior Vice Precedent,respectively,of Berkley Insurance Company. MARIA C.RUNDBAKEN H NOTARY PUBLIC -'� MY COMMISSION EXPIRES State ofConnecticut °o APRIL 30,2019 CERTIFICATE z u I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a Qtrue,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded 340 and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this tat day of June 2016 (Seal) Al __ A a FORTWORTH RE02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 6/21/2016 Name of Contractor Project Name Conatser Construction Carlsbad Mark IV Parkway DOE Inspector Project Manager Don Watson Aron Lon DOE Number Project Delculty Type of Cowract oF 7534 O Simple Q Routine 0 Complex ❑ water❑ waste Ovate.' 1 Storm Drainage Pavement Initial Contract Amount Final Contract Amount $1,378,174.90 $1,431,755.90 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector q/ 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 1 3 Applicability of Specifications 4 Display Of Professionalism H 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 4/ 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time y 3 Communication 2 Timliness of Contractor Payinents Y 4 Resolution of Utility Conflicts !/ 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector AIA-'-bo.- Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS I�/ The City of Fort Worth-1000 Thmckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845