Loading...
HomeMy WebLinkAboutContract 45556-FP1 CITY SECRETARY C0A �ILILL► - WATER DEPARTMENT q p ENGINEERING AND FISCAL SERVICES -S-q ZOO C� q 0 a NOTICE OF PROJECT COMPLETION C S DOE.Ns: 7084 Regarding contract 45556 for Westside III and IV Water Main Connections as required by the Water Department as approved by City Council on 3/18/14 through M&C C-26723 the Assistant Director of the Water Department,upon the recommendation of the Engineering Manager_Watex.Fa eri og.and Fiscal Services Division,has accepted the project as complete. 'i �•!� � tia li •f. (11� Original Contract Prices: APR 0.4 201 $863,324.65 WY Amount of Approved Change Orders: $30,395.00 Ns 2 Revised Contract Amount: $893,719.65 Total Cost Work Completed: $887,329.50 Less Deductions: Liquidated Damages: Days @$210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $887,329.50 Less Previous Payments: $804,746.90 Final Payment Due $82,582.60 40)'))4 6 Recommended for Acceptance Date Engineering Manager, Water Engineering and Fiscal Services Division J Accepted Date Assistant Director, Water Department — . "_ (T/-- City —City LOFFICIAL —`— Date RECORD MAY 2016 CRETARY HI TX Project Name:Westside III and N Water Main Connections DOE.Ns: 7084 Comments: i� APR 0 4 2016 City Project Numbers 01988 _ DOE Number 7084 Contract Name Westside III and IV Watennain Connections Estimate Number 14 Contract Limits Payment Number 14 Project Type Water For Period Ending 3/31/2016 Project Funding Project Manager Chaubey City Secretary Contract Number 45556 Inspectors Johnson / Die Contract Date 3/18/2014 Contractor CONATSER CONSTRUCTION TxLP Contract Time 135 CD 5327 WICHITA ST Days Charged to Date 135 CD FORT WORTH, TX 76119 Contract is .000000 Complete q CITY OF FORT WORTH PQ # SUMMARY OF CHARGES NVOICE # Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $887,329.50 Less 0 %Retained $0.00 WATER DEPAICTM NT Net Earned $887,329.50 ENGINEERING AND FISCAL SER Earned This Period $82,582.60 Retainage This Period $0.00 APPt'm' for: �I c'S,, Less Liquidated Damages DEPARTMENT CHECK PICK-UP YES❑ 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $804,746.90 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $82,582.68' sct Thursday,March 31,2016 Page 5 of 5 FORTWORTH Match 31,2016 Conatser Construction TX,LP P.O.Box 15448 Fort Worth,TX 76119 Re:Acceptance Letter Project Name: Westside III&IV Water Main Connection Project Type: Water Project Ns: 01988 DOE.Ns: 7084 Contract Ns: 45556 Dated: 3/18/2014 Gentleman: On July 27,2015 a final inspection was made on the subject project There were punch list items identified at the time. The punch list items were completed on August 03,2015. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on July 27,2015,which is the date of punch list completion and will extend for(2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance,please feel free to contact me at(817)392-6054 Yours Truly, Fo�� S�° v � Tony Sholola,P.E.,Engineering Manager TS / cc: John Carmen,P.E.,Director,Water Department Andy Cronberg,P.E.,Assistant Director,Water Department Captain Michael Skains,Fire Department Bill Lundval,Sanitary Sewer Systems Superintendent,Water Department Roger Hauser, Water Systems Superintendent,Water Department Rakesh Chaubey,P.E.,Project Manager David R Johnson,Supervisor,Water Engineering Judy Die,Inspector,Water Engineering Kervin Campbell,P.E.,Consultant Jerry Conatser,President Conatser Construction TX,LP,Contractor File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH,TEXAS 76102 817-392-8240 * FAx 817-392-8195 C, Printed on recycled paper FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Westside III and IV Watermain Connections Contract Limits Project Type Water City Project Numbers 01988 DOE Number 7084 Estimate Number 14 Payment Number 14 For Period Ending 3/31/2016 CD City Secretary Contract Number 45556 Contract Time BED Contract Date 3/18/2014 Days Charged to Date 135 Project Manager Chaubey Contract is 99.000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors Johnson / Die Thursday,March 31,2016 Page I of 5 City Project Numbers 01988 DOE Number 7084 Contract Name Westside III and IV Watermain Connections Estimate Number 14 Contract Limits Payment Number 14 Project Type Water For Period Ending 3/31/2016 Project Funding Unit I-Water Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 -------------------------------------- 1 16"PVC C905 Water Pipe 6271 LF $62.50 $391,937.50 6271 $391,937.50 2 16"PVC C905 Water Pipe(Restrained 250 LF $76.00 $19,000.00 250 $19,000.00 3 Ductile Iron Water Fittings w/Restr 4 TN $7,500.00 $30,000.00 4 $30,000.00 4 16"PVC C905 Water Pipe(At Gas Line 174 LF $62.50 $10,875.00 174 $10,875.00 5 12"PVC Water Pipe 405 LF $50.00 $20,250.00 405 $20,250.00 6 6"Water Pipe 10 LF $40.00 $400.00 10 $400.00 7 16"Gate Valve w/Vault 7 EA $15,000.00 $105,000.00 7 $105,000.00 8 12"Gate Valve 6 EA $2,000.00 $12,000.00 6 $12,000.00 9 10"Gate Valve 3 EA $1,500.00 $4,500.00 3 $4,500.00 10 6"Gate Valve 2 EA $1,000.00 $2,000.00 2 $2,000.00 11 Ductile Iron Water Fittings w/Restr 2 TN $4,000.00 $8,000.00 2 $8,000.00 12 Fire Hydrant 2 EA $2,500.00 $5,000.00 1 $2,500.00 13 2"Water Air Release Valve&Vault 4 EA $8,000.00 $32,000.00 4 $32,000.00 14 6"Blow Off Valve Assembly w/Manhol 3 EA $4,500.00 $13,500.00 3 $13,500.00 15 Connection to Existing 16"Water Mai 2 EA $3,500.00 $7,000.00 2 $7,000.00 16 Trench Safety 7160 LF $3.00 $21,480.00 7160 $21,480.00 17 Seeding,Hydromulch 4773 SY $0.55 $2,625.15 1200 $660.00 18 Barbed Wire Fence,Metal Posts 50 LF $10.00 $500.00 50 $500.00 19 Utility Markers 1 LS $300.00 $300.00 1 $300.00 20 Remove Existing Abandoned 10"Devon 30 LF $10.00 $300.00 21 Concrete Encasement for Utility Pipe 35 CY $125.00 $4,375.00 22 $2,750.00 22 Cathodic Protection(Steel,DIP and 1 LS $0.00 $0.00 23 4"Flexible Base,Type A,GR-1 Gas P 50 SY $10.00 $500.00 50 $500.00 24 SWPPP >_1 acre(Implementation only 1 LS $7,500.00 $7,500.00 1 $7,500.00 25 Eastern Red Cedar Trees(w/mulch,st 6 EA $400.00 $2,400.00 6 $2,400.00 26 Wax Myrtle Tree(w/mulch,stakes and 4 EA $300.00 $1,200.00 4 $1,200.00 27 Irrigation System(PRV) 1 LS $4,500.00 $4,500.00 1 $4,500.00 28 10"Butterfly Valve(PRV) 1 EA $7,000.00 $7,000.00 1 $7,000.00 29 Electrical(PRV) 1 LS $60,000.00 $60,000.00 1 $60,000.00 30 Instrumentation(PRV) I LS $14,000.00 $14,000.00 1 $14,000.00 31 Concrete Vault Structure and appurta 1 LS $42,000.00 $42,000.00 1 $42,000.00 Thursday,March 31,2016 Page 2 of 5 City Project Numbers 01988 DOE Number 7084 Contract Name Westside III and IV Watermain Connections Estimate Number 14 Contract Limits Payment Number 14 Project Type Water For Period Ending 3/31/2016 Project Funding 32 Unclassified Excavation by Plan(PRV 304 CY $8.00 $2,432.00 304 $2,432.00 33 Equipment(Install only.Material pr 1 LS $3,000.00 $3,000.00 1 $3,000.00 34 Equipment(Furnish and Install see s 1 LS $1,000.00 $1,000.00 1 $1,000.00 35 10"DIP Class 51 Water Pipe(PRV) 20 LF $250.00 $5,000.00 20 $5,000.00 36 16"DIP Class 51 Water(Restrained J 15 LF $120.00 $1,800.00 15 $1,800.00 37 16"Pressure Plug(PRV) 2 EA $1,000.00 $2,000.00 2 $2,000.00 38 6"Concrete Driveway(PRV)-Addendu 900 SF $6.00 $5,400.00 900 $5,400.00 39 6'Chain Link,Steel w/concrete mow 136 LF $40.00 $5,440.00 136 $5,440.00 40 6'Gate,Steel(PRV) 2 EA $1,000.00 $2,000.00 2 $2,000.00 41 Illumination Assembly(Furnish&Ins I EA $3,000.00 $3,000.00 1 $3,000.00 42 4"Flexible Base,Type A,GR-I Groun 61 SY $10.00 $610.00 61 $610.00 43 2"CONDT PVC SCH 40(T)(PRV)-Adde 100 LF $15.00 $1,500.00 100 $1,500.00 44 Install 16"Gate Valve and Vault on Ex Wtr 1 EA $26,000.00 $26,000.00 1 $26,000.00 Line(CO#1) 45 Furnish and Install Intrusion Switches on Butterfly I LS $1,026.00 $1,026.00 I $1,026.00 vault(CO#2) 46_ ——Furnish and Install Equipment Rack Canopy(CO#2) 1 LS _ _ __—$3,369.00 $3,369.00 1 $3,369.00 Sub-Total of Previous Unit $893,719.65 $887,329.50 ------------- -------------- Thursday,March 31,2016 Page 3 of 5 City Project Numbers 01988 DOE Number 7084 Contract Name Westside III and IV Watermain Connections Estimate Number 14 Contract Limits Payment Number 14 Project Type Water For Period Ending 3/31/2016 Project Funding Contract Information Summary Original Contract Amount $863,324.65 Chante Orders Change Order Number 1 $26,000.00 Change Order Number 2 $4,395.00 Total Contract Price $893,719.65 Date J — 10 Total Cost of Work Completed $887,329.50 ntranctor Less 0 %Retained $0.00 Date3_3 /,/c Net Earned $887,329.50 Inspections ervi or Earned This Period $82,582.60 f t 0o Retainage This Period $0.00 P C G�y�a Date 3 3� /� Less Liquidated Damages Project M er fl Days@ /Day $0.00 v I/ �`r.,pter Date 3/31LessPavement Deficiency $0.00 Asst.Director/TPW-Infrastructure Design and Construction Less Penalty $0.00 Date Less Previous Payment $804,746.90 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $82,582.60 Thursday,March 31,2016 Page 4 of 5 FORTWORTH rev 03/05/07 WATER ENGINEERING&FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:14 NAME OF PROJECT: Westside III and IV Water Main Connections PROJECT NO.: P265-60314-019885 CONTRACTOR: Conatser Construction CITY PROJECT 1988 PERIOD FROM:12/15/14 TO: 03/31/16 FINAL INSPECTION DATE: 7/27/2015 WORK ORDER EFFECTIVE:6/18/2014 CONTRACT TIME: 135 0 Wl* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH DING CREDITED 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 OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD PREVIOUS PERIOD 135 135 TOTALS TO DATE 135 135 *REMARKS: 331 ONTRACTOR DATE E OR A WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax:(817)392-8460 2E, RH c�� G Uo,r�l� F0 Pur NORTCity o�Fort Worth ranl�>ac�l (,�°p, Change Order Request ProjectNamel Westside M&IV Water Main Connection I City Sec No. r 45556 Project No.(s)P265-0603140198883,C115.020115136545 DOE No. F-7—o-84---1 City Pro.No. 1 01988 Project Description Installation of 16-inch water main in Westside III pressure plane on Walsh Ranch fromlH30/Linkcrest Dr.to dead-end 30 inch line in Westside IV pressure plane Contractorl Conatser Construction TX,LP Change Order# 0 Date: 1/8/2016 City Project Mgr. Rakesh Chaubey City Inspector FJudy Die Phone Number: 817-392-6051 Phone Number: 817-392-8452 Dept. Water Grading Totals Contract Time Improvements 11 11 (Calender days) Original Contract Amount 1$863,324.65 $149,813.75 $1,013,138.40 11 120 Extras to Dale 1$26,000.00 $26,000.00 11 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $889,324.65 $149,813.75 1$1,039,138.40 IF 120 Amount of - Proposed Change Order $4,395.00 �� $4,395.00 015 Revised Contract Amount $893,719.65 $149,813.75 $1,043,533.40 135 Original Funds Available for Change Orders $30,400.00 $30,400.00 Remaining Funds Available for this CO $4,400.00 a $4,400.00 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 3.000/6 MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+250%) J $1,266,423.00 JUSTIFICATION(REASONS)FOR CHANGE ORDER The change order will provide for the installation of intrusion switches for lights and fora canopy forthe protection of the equipment rack,as requested by Water Production. Staff concurs with the contractor's request for 15 additional calenddar days on the change order. r " 0 100 ',Luh by: o _ > 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 Change Order. Contractor's Company Name Contractor Name Contractor Signature Date Conatser Construction TX,LP Jesse Martinez IRLpector Date Projec anager Date 1-,&4- 1-rw , 1��11 '` dales 4, f 16916 Assistant Director(Water Dept) Date/ Con true n Supervisor(Water Dept / Dae J / Assistant Atto ey Date Assistant City Manager Date Council Action(if required) M&C Number NIA M&C Date Approved N/A' U JJ G, I "JRT w0wrll City of Fort Worth Change Order Additions Project Name Westside III&IV Water Main Connection City Sec No. 45556 Project No.(s) P26M603140198883,C115-020115136545 DOE No.1 7084 1 City Pro.No. 001,988 Project Installation of 16-inch water main in Westside 111 pressure plane on Walsh Ranch fromIH30/Linkcrest Dr.to dead-end 30- Description inch line in Westside IV pressure plane Contractor Conatser Construction TX,LP Change Order# 0 Date: 1/8/2016 F City Project Mgr, Rakesh Chaubey City Inspector I Judy Die ADDITIONS 45 Furnish and intsall intrusion switches on butterfly valve vault Water 1.00 LS $1,026.00 $1,026.00 46 Furnish and Install Equipment Rack Canopy Water 1.00 LS $3,369.00 $3,369.00 s s r 3 f { Water $_4_,3_95.00 Grading Improvements Page 2 of 4 Additions Sub Total $4,395.00 4 FOR-' NVORTH City of Fort Worth l" 1` Change Order Deletions Project Name Westside III&IV Water Main Connection City Sec No. 45556 Project No.(s) P265-0603140198883,C115-020115136545 DOE No. 7084 City Pro.No. 001,988 Project Description Installation of 16-inch water main in Westside III pressure plane on Walsh Ranch fromlH30/Linkcrest Dr.to dead-end 30-inch line in Westside IV pressure plane Contractor Conatser Construction TX,LP Change Order#F2—� Date 1/8/2016 City Project Mgr. Rakesh Chaubey City Inspector Judy Die DELETIONS 11 F 1111 DESCRIPTION DEPT Qty Unit Unit Cosy I7oYal I� 1 I� Water Grading Improvements Page 3 of 4 Deletions Sub Total r E MMBE Breakdown for this Change Order _ Total $t118a Y x Previous Change Orders /Aj yu - e i f Total r i n i FORTWORTH WATER ENGINEERING& FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Westside III&IV Water Main Connection PROJECT NUMBER: 1988 DOE NUMBER: 7084 WATER PIPE LAID SIZE TYPE OF PIPE LF PVC-C905 16" C-905 6695 DIP 16" Class 51 15 PVC-C905 12" C-905 405 PVC-C900 6" Fire Hydrant Lead 10 FIRE HYDRANTS: 2 VALVES(16" OR LARGER) 7 PIPE ABANDONED SIZE TYPE OF PIPE LF None DENSITIES: Passed NEW SERVICES: None SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax:(817)392-8460 FORTWORTHREV:02/20/07 WATER ENGINEERING& FISCAL SERVICES PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction TX,LP Westside III&IV Water Main Connection Water Engineering Inspector DOE Number Judy Die 7084 Water En.ineerm.,-1wpector Project Manager ❑ Water❑ Waste water[:] Storm DrainageE] Pavement Rakesh Chaubey Initial Contract Amount Project Diuvlty $863,324.65 O Simple Q Routine Q Complex Final Contract Amount Date $893,719.65 3/31/2016 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 1 4 20 20 11 Properly Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 1 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/NIS] *100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POIN'T'S AWARDED) Signature Inspector Signature Contractor Signature Inspector's Supervisor / CONTRACTOR'S COMMENTS WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Thsockmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fac:(817)392-8460 FORTWORTHREV:02122107 WATER ENGINEERING AND FISCAL SERVICES CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: € Name of Contractor €Projec�atne Conatser Construction TX,LP Westside III&IV Water Main Connection Water Engineering Inspector ;Project Manager Jud Die €Rakesh Chaube i DOENumber nfCnntract 7084 Simple QQ Routine Q Complex j❑✓ Water ❑ Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount =Final Contract Amount mm $863,324.65 '-$893,719.65 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ;ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS &SPECIFICATIONS .L Availability_ofInspector __ i l Accuracy of Plans to Existing Conditions_ 2 Knowledge of Inspector3 2 Clarice&Sufficiency of Details 3 3 Accuracy of Measured Quantities 1 3 13 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities --4_..__Accuracy 5 Citizen Complaint Resolution -.- ...... PROJECT MANAGER EVALUATION 6 Performance-Settina up Valve Crews,Labs. -I 3 11 Knowled e And/Or Problem Resolution j ADMINISTRATIONJ22� Availability of Project Manager 1� Chane Order Processin Time T_� 3 _Communication 2 Timliness of Contractor Pa ents €4 Resolution of Utility Conflicts Y 3 Bid Opening to Pre-Con Meeting Timeframe <M . III) COMMENTS&SIGNATURES COMMENTS Signature Contractor 41�7/v 1-1. 6 Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS Water Encmeering and Fiscal Services The City of Fort Worth• 1000 Throckmorton Street• Fort Worth,TX 76012-6311 (817)392-4477•Fax: (817)392-8460 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: WESTSIDE III &IV WATER MAIN CONNECTION WATER AND SANITARY SEWER IMPROVEMENTS DOE#: 7084 City Project#: 1988 CITY OF FORT WORTH STATE OF TEXAS CONAT R CONSTRUCTION TX,LP t Brock Hugg' s Subscribed and sworn to before me this 11 h day of Novembe 15. Notary Public in Tarrant County,Texas P�a BERTHA GIANULIS Notary Public,State of Texas My commission Expires September 18,2019 RC T5 BONDING COMPANY, MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE:(800)678-8171 FAX: (515)243-3854 OWNER ARCHITECT CONSENT OF SURETY CONTRACTOR TO FINAL PAYMENT SURETY OTHER Bond No. TXC605728 TO OWNER: ARCHITECT'S PROJECT NO.: City of Fort Worth 1000 Throckimorton St. CONTRACT FOR: Fort Worth,TX 76102 Westside III&IV Water Main Connection PROJECT: CONTRACT DATED: March 18,2014 City Project No.01988 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Merchants Bonding Company(Mutual) P.O. Box 14498 Des Moines, Iowa 50306-3498 SURETY, on bond of (Insert name and address of Contractor) Conatser Construction TX,LP 5327 Wichita St. Fort Worth,TX 76119 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth 1000 Throckimorton St. Fort Worth,TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: September 30,2015 (Insert in writing the month followed by the numeric date and year.) Merchants 13onding Company(Mutual (Surety) Attest: (Sea!): (Signature of uthorized representative) Glenna S.Davis Attorney-In-Fact (Printed name and title) Printed in cooperation with American Institute of Architects(AIA). The language in this document conforms exactly to the language used in CON 0405(4/15) AIA Document G707-1994 Consent Of Surety to Final Payment. RC TS BONDING COMPANY. POKER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Carolyn Maples; Glenna S Davis; John R Wilson their true and lawful Attorneys)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: SEVEN MILLION FIVE HUNDRED THOUSAND($7,500,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. 'The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 .. ..... •.•--.•. � MERCHANTS BONDING COMPANY(MUTUAL) aAl�...`�� �O�N• -CO!l�A. MERCHANTS NATIONAL BONDING,INC. v�. 2CL3 '.i_ 06. 1933 c: .s�. STATE OF IOWA '��''•....,.,,.,,a��``� '••.....•. COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. A,VF�-�S WENDY WOODY > Commission Number 784654 My Commission Expires June 20, 2017 Notary Publ , County,Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 30 day of September 2015 ,.arm.., .....•• Ea'O ` R •© " '�•'OR Rq 9 _ !.`'::c,° �' 0'. Secretary '.n_ :a 1933 :c: Lj ;yij may. POA 0014(6/15) to N N N N N N N N N N N N N N N N N N N N N C A A A A A A A A A A A A A A A A A A A A . " A A A A A A WW C O 10 00 A W O 10 00 J Q\ cn y CD �Gyy- m O N c 1 C Ctl coy n rn N �f Cj rn rn d f Fes+ ON o n o ami 47 0 0 .yCLO < O G G < fo 0 0 o O �n CD qrn ro o m p, a co cn co .��, to 0 cn B K G to to ro to C` fC J co M \ •O .moi K K ca OQ 04 a p m ; — 5 o rocr ro ti C y M 't C n 0 A T ISI• V N n r r r r m m m m m m m r r r r r 69 64 W A p 1.9 A N to v 69 W 69 to N O N O O to C O 69 69 b4 to 69 69 t:t; N O C> w o O o O O O O O o A O O O O W O O O O O O O O O O O N O O, N l l Cl O C C t1i O O O O C Cl O O O O O O U O C N 0 O O O O to O O O O O O O O O O O O O O O O y rT n A � N O O O N w A r- N N w O, J O tojt .Vp A O v� p. b9 69 Ge •• W fA w b9 w , O N W A tJ 60 60 69 V W N p 00 N A N to 69O O O V O J W to C\ ja O to o to O O to O o A N o0 o O to y 0� to O Oa\ 00 O O O O O O O O O O tlt V O O W O O O O O O O O O O O O O O O O tr O J O tom➢ O O O O O C O C O O O O C O O O O O C U ra O O O O O O O O O O O O O O O O O O O O fG O M W ? V O N N N N N N N N N N N N N N N N N N N N N N C bO -4 A A A A A A A A A A A A A A A A A A A A A A y^ N 00 Oo Q. O�O\ Q\ 01 Q� Qi OD U U to to U to w to to cn A A A A cn V cn A W N O %O Oo V O� cn A w N m SV VG � A A A A P A W w W w w w W w w w N N N N N N N N v� A W N O �D w V ON cn A w N O �o W V O\ N A w N *0 O M1• ? fD .o .O 0 rn p co '�. o ro d d acs' .a O ro c> o n 0o o. c`+o < o ren a �v O E6 m \ 5 c m a O .G � .,m� � � ^ � C 0• G < � %v g � a cmc !n CL •t9 ro o "d a• < n .. � �. < p y < y m a p o a. � R � � r � n m p C � � v O A r-. �-. o � .... N � 00 N cn O r ... A �... �.-. ..•. �-•. ..•. A O� � C .+ m a r to r cn re to r cotTr r r r r n r r r r to rn r cn r d ti a ro �C > ro wCn w cn a y cn m y n w !2 46.9 60 w N A O v A v O O 64 69 O O 69 O N O O O O O O in W AP to N O O O A ffj O N cn O O EI3 O O O O O O O O G9 O w O O O Cl O Cl O O O O O C C O O O O O O O O O G O O O O O Cl O O O O O O O O O O O O O O O O O O O O O O y ^rt ^ t 1 N m � �-- �-• O .-• N OW1 O .-. o--. — r-• r- A GN r-• O M 6_94EA 9 6 N 69 6) b9 63 69 69 4n 69 63 fH A m 69 69 69 bf 63 (p O� .+ w N N cn N to .•- W N N yA O �7 A .+ N V „3 Cl O ? ? O W Cl O O A O O O O U 1J A cn c�i� N O Cl O O A O O O O O O w O O O O O O O O O H O O O O O O O O C C O O O O O O O O O O O O O K N O O O O O O O O O O O O O O O O O O O O O O O O M W y N = O s� Cr W N O RJ 1..1 � � y r Q ~; O � D m tr] a F m 0 7s' (7 CD 0 b n 0 N v H y � � m r .C. /1 � r d � y A tv d C W ' m b O n n Q is ai aD O O ra �.3 y 1 1 1 to � A M 69 00 00 O N N CD V w O N O ON O N PN b b H O O O\ b U W O O O O O p O '+1 W