Loading...
HomeMy WebLinkAboutContract 45923-FP1 Aepa t f PW Const.Services D Date_ /� / Project Manager6we;--/ �'C �l' TWORTH.Risk Management J. Barksdale — CITY SEC Tj W D.O.E. Broth erton CONTRACT W0. CFA W e an/Scaln 41 ATION AND PUBLIC WORKS 5-q� � � The Proceedi people have been Contacted concerning the request �� for final payment&have released this project for such payment. DF PROJECT COMPLETION Clearance Conducted By Etta Bacy D.0 E yg 7035 Regarding contract 45923 for W&SS REPLACEMENT CONTRACT 2010 STM-A as requited by the WATER DEPARTMENT as approved by City Council on 07/22/2014 through M&C C-26889 the director of the WATER DEPARTMENT upon th Marion .—the Assistant Director of the Transportation&Public Works Department has accepted the project ;j j 6c 1" Original Contract Prices: di;t $1,044,940.00 Amount of Approved Change Orders: $62,764.00 Ns 1,2 Revised Contract Amount: � -= $1,107,704.00 Total Cost Work Completed: $1,106,369.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $1,106,369.00 Less Previous Payments: $1,082,556.09 Final P M $23,812.91 F-196. A Recornrlflende for Acceptance Date Asst. Di ector,TPW - Infrastructure Design and Construction Ila,L Accepted j-S, Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: FUND ACCT:P253-602170148483&P258-70217148483 AuG ` 9 2o,s OFFICIAL RECORD �5 3 aly��1 Init CITY SECRETARY WORT" �; (I C J t L;.4 + Vq AUG 25 2016 x(001 — C.014 a u�q City Project Numbers 01484 0.. _ DOE c 5 a3 Number 7035 Contract Name Water and Sanitary Sewer Replacement Contrnct 2010,STM-A Estimate Number 24 Contract Limits Payment Number 24 Project Type Water&Sewer For Period Ending 7/21/2016 Project Funding Project Manager Conlon City Secretary Contract Number 45923 Inspectors Rodgers / Brenz Contract Date 7!222014 Contractor CONATSER CONSTRUCTION TxL.P Contract Time 210 CD 5327 WICHITA ST Days Charged to Date 162 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH PO ----�q5 9 SUMMARY OF cHARGEd WQICE # (4,5q Z3-2u Line Fund Account Center Amount Gross Retainage Net Funded _.L._�'F�L�,tu$� 2• J��I.Si�I.�.!o i- t,. ,Z�� t�Fldta, L sSt�,n-C2i4 ! 399$Gv + Total Cost of Work Completed $1,106,369.00 Less %Retained $0.00 WATER DEPARTMENT Net Earned $1,106,369.00 ENGINEER'.-G AND FISCAL SERVICES Earned This Period 523,812.91 Contact V• on. Z Retainage This Period 50.00 Z,7 t+1' AtUr[for 1, Less Liquidated Damages DE2.IAR1! hK"r 0 r• Pl• t. r+P ..S ❑ 0 Days Q 50.00 1 Day $0.00 -- LessPavement Deficiency $0.00 Less Penalty 50.00 Less Previous Payment $1,082,556.09 ` Plus Material on Hand Less 15% $0.00 Balance Due This Payment 523,812.91 Thursday,July 21,2016 Page 5 of 5 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Water and Sanitary Sewer Replacement Contract 2010,STM-A Contract Limits Project Type Water&Sewer City Project Numbers 01484 DOE Number 7035 Estimate Number 24 Payment Number 24 For Period Ending 7212016 CD City Secretary Contract Number 45923 Contract Time 21QD Contract Date 7222014 Days Charged to Date 162 Project Manager Conlon Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors Rodgers / Brenz Thursday,July 21,2016 Page 1 of 5 s City Project Numbers 01484 DOE Number 7035 Contract Name Water and Sanitary Sewer Replacement Contract 2010,STM-A Estimate Number 24 Contract Limits Payment Number 24 Project Type Water&Sewer For Period Ending 7/21/2016 Project Funding Unit I:Water Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 15 3304.0102 2"Temporary Water Servic I LS $15,000.00 $15,000.00 1 $15,000.00 16 3305.0109 Trench Safety(CO#1) 112 LF $1.00 $112.00 112 $112.00 18 3311.0001 Ductile Iron Water Fittin 4 TO $4,500.00 $18.000.00 4 $18,000.00 19 3312.2001 1"Water Service,Meter R(CO#1) 100 EA $200.00 $20,000.00 100 $20,000.00 20 3312.2003 1"Water Service(CO#1) 188 EA $1,000-00 $188,000.00 188 $188,000.00 23 0241.1201 4"and 6"Water Abandonme 3 EA $300.00 $900.00 3 $900.00 24 3312.3003 8"Gate Valve w/Box 26 EA $1,100.00 $28,600-00 26 $28,600.00 25 3312.3002 6"Gate Valve w/Box 6 EA $1,000.00 $6,000.00 6 $6,000.00 26 3312.0102 Connection to Existing 6" 18 EA $1,200.00 $21,600.00 18 $21,600.00 27 3312.0001 Fire Hydrant 6 EA $2,600.00 $15,600.00 6 $15,600.00 28 3471.0001 Traffic Control(CO#1) 4.5 MO 53.000.00 $13,500.00 4.5 $13,500.00 1 3311.0261 8"PVC Water Pipe(CO#1) 6642 LF $34.00 $225,828.00 6642 $225.828.00 2 3305.0003 8"Water Line Lowering(CO#1) 112 LF $45.00 $5,040.00 112 $5,040.00 3 3311.0161 6"PVC Water Pipe(CO#1) 58 LF $32.00 $1,856.00 58 $1,856.00 4 0241.1511 Salvage 3/4"Water Meter(CO#1) 154 EA $40.00 $6,160.00 154 $6,160.00 5 0241.1012 Remove 6"Water Line 15 LF $20.00 $300.00 15 5300.00 6 0241.1510 Salvage Fire Hydrant 5 EA $300.00 $1,500.00 5 $1,500.00 8 0241.1302 Remove 6"Water Valve 17 EA $100.00 $1,700.00 17 $1,700.00 9 3201.0400 Temporary Asphalt Paving(CO#1) 8675 LF $10.00 $86,750.00 8675 $86,750.00 28A REMIX HMAC 20TH ST(CO#1) 2023 SY $12.75 $25,793.25 2023 $25,793.25 7 6"CONC DRIVEWAY(CO 42) 121 SF $8.00 $968.00 121 $968.00 10 6"CONC PVMT REPAIR(CO#2) 11 SY $65.00 $715.00 11 $715.00 11 7"CONC VALLEY GUTTER(CO#2) 42 SY $75.00 $3,150.00 42 $3,150.00 12 4"CONC SIDEWALK(CO 92) 43 SF $5.00 $215.00 43 $215.00 13 7"CONC CURB AND GUTTER(CO#2) 261 LF $30.00 $7,830.00 261 $7,830.00 Sub-Total of Previous Unit $695,117.25 $695,117.25 Unit 2:Sanitary Sewer Improvements Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 29 3331.4208 12"Sewer Pipe 155 LF $55.00 $8,525.00 155 $8525.00 Thursday,July 21,2016 Page 2 of 5 City Project Numbers 01484 DOE Number 7035 Contract Name Water and Sanitary Sewer Replacement Contract 2010,STM-A Estimate Number 24 Contract Limits Payment Number 24 Project Type Water&Sewer For Period Ending 7/21/2016 Project Funding 30 3331.4119 8"DIP Sewer Pipe 435 LF $80.00 $34,800.00 435 $34,800.00 31 3305.1102 I6"Casing By Other Than 64 LF $200.00 $12,800.00 64 $12,800.00 32 3331.4115 8"Sewer Pipe(PVC)(CO#1) 2186 LF $42.00 $91,812.00 2186 $91,812.00 33 02412201 Remove 4'Sewer Manhole(CO#l) 15 EA $200.00 $3,000.00 15 $3,000.00 34 3201 0400 Temporary Asphalt Paving 4292 LF $10.00 $42,920.00 4292 $42,920.00 37 3216.0101 6"Cone Curb and Gutter(CO#1) 20 LF $28.00 $560.00 20 $560.00 44 3305.0109 Trench Safety(CO#1) 2784 LF $2.00 $5,568.00 2784 $5,568.00 45 3301.0001 Pre-CCTV Inspection 118 LF $2.50 $295.00 118 $295.00 46 3301.0002 Post-CCTV Inspection 2787 LF $2.00 $5,574.00 2787 $5,574.00 47 3331.3102 4"Sewer Service,2-Way C(CO#1) 81 EA $850.00 $68,850.00 81 $68,850.00 48 0241.2105 12"Sewer Abandonment Plu 2 EA $400.00 $800.00 2 $800.00 49 02412001 Sanitary Line Grouting(CO#1) 1 CY $200.00 $200.00 1 $200.00 50 3339.1001 4'Manhole(CO#1) 17 EA $2,800.00 $47,600.00 17 $47,600.00 51 3339.1003 4'Extra Depth Manhole 38 VF $165.00 $6,270.00 37 $6,105.00 52 3339.1002 4'Drop Manhole 3 EA $3,500.00 $10,500.00 3 $10,500.00 54 3292.0100 Block Sod Placement(CO#1) 195 SY $6.00 $1,170.00 56 3301.0101 Manhole Vacuum Testing(CO#1) 21 EA $200.00 $4,200.00 21 $4,200.00 57 3471.0001 Traffic Control(CO#1) 4 MO $2,000.00 $8,000.00 4 $8,000.00 58 2"HMAC OVERLAY(CO#1) 2023 SY $24.25 $49,057.75 2023 $49,057.75 59 CEMENT SLAB(CO#1) 26.5 TN $200.00 $5,300.00 26.5 $5,300.00 60 EXPORT MATERIAL(CO#1) 290 CY $16.50 $4,785.00 290 $4,785.00 Sub-Total of Previous Unit $412,586.75 $411,251.75 Thursday,July 21,2016 Page 3 of 5 City Project Numbers 01484 DOE Number 7035 Contract Name Water and Sanitary Sewer Replacement Contract 2010,STM-A Estimate Number 24 Contract Limits Payment Number 24 Project Type Water&Sewer For Period Ending 7/21/2016 Project Funding Contract Information Summary Original Contract Amount 51,044,940.00 Change Orders Change Order Number 1 549,886.00 Change Order Number 2 512,878.00 Total Contract Price 51,107,704.00 Date 7` �%� Total Cost of Work Completed 51,106,369.00 ctor Less %Retained 50.00 Dat (I1�1 Net Earned 51,106,369.00 Ins cti 75/�up�e�rv�isor ( .� I Earned This Period 523,812.91 t � Date 16 Retainage This Period 50.00 P ' ct Less Liquidated Damages er (� (?q,4_- Days @ /Day 50.00 Date �+ ,13- I L LessPavement Deficiency 50.00 Asst D' c r Design and Construction Less Penalty 50.00 Date Less Previous Payment S1,0ffi,556.09 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $23,812.91 'Fhurs&y.July 21,2016 Page 4 of 5 Cy'r"SEC TA' FURT WQRTH City of Fort Worth UONTTRACT M Change Order Request Project Name:1 Water and Sanitary Sewer Replacement Contract 2010,STM A City Sec No.: 1 45923 Project N0.(S):J P253-6D2170148483 and P258-70217148483 DOE No. 7035 CftyPn*No.:l 01484 Water and Sewer Main Replacement on NW 18th Street,Lydon Avenue,NW 20th Street,NW 24th ShK Lee Avenue D and Wagner Avenue Contracts Conatser Construction TX,LP J Change Order# Date: 6/15/2016 City Project Mgr.I Liam Conlon City Inspector. I Kmr Brenz Phone Number: 81792-6824 I Phone Number 817-223-2256 Dept. Water Sewer Totals Contract Time (Catender days) Original Contract Amount $656,942.00 $387,998.00 $1,044,940.00 150 Extras to Date $25,297.25 $24,588.75 $49,886.00 060 Credits to Date Pending Change Orders('m M&C Process) Contract Cost to Date $682,239.25 $412,586.75 $1,094,826.00 210 T .*of Proposeda±Wge Order & , $12,878.00 060 Revised Contract Amount $695,117.25 $412,586J5 $1,107,704.00 270 Original Funds Available for Change Orders $25,000.00 $20,000.00 $45,000.00 Remaining Funds Available for this CO Additional Funding(d necessary) $12,878.00 1 1 $12;878.00 CHANGE ORDERS to DATE(INCLUDING THIS ONEJ AS%OF ORIGINAL CONTRACT 1 6.01% MAX ALLOWABLE CONTSRACT AMOUNT(ORIGINAL CONTRACT COST+25Y) $1,306;'175.00 The change order will provide compensation for increased pay item quantities of curb and gutter, concrete valley gutter and concrete driveway that were necessary to complete the project. Staff concurs with the contractor's request for 60 additional calendar days on the Chan r. o L gdystr, 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 Chang50rder_ w:CloittactoYs1l ��l .. .., ; j ., . Am Conatser Construction TX,LP Jesse Martinez jlrisp.M. D M. J». In 10,\' u .,k J, im Con a4 161-1-3 / e 1501 man ssis °! e 6 z ..16 � f0.N' M&C Number NIA M&C Date Approved WA IF-pt-F wowrll City of Fort Worth JL %-Jr Change Order Additions Project Name Water and Sanitary Sewer Replacement Contract 2010,STM-A City Sec No.: Project No.(s): P253-6021701 and P2%70217148483 DOE No. 7035 City Prqj.No.: Project Water and Sewer Main Replacement on NW 18th Street,Lydon Avenue,NW 20th Street NW 24th Street Lee Avenue Description and Wagner Avenue Contractor Cmatser Coniiuc—tjon TX LP Change Order.[= Date: City Project Mgr, Uarn Conlon City Inspector F fQm Brenz ADDITIONS A Raw- 2NO-MIMM-1-11-1 7 T conc driveway Water 121.00 SF $8.00 $968.00 10 6'conc;pvmt repair Water 11.00 SY $65.00 $715.00 11 7'conc valley gutter Water 42.00 SY $75.00 $3,150.00 12 4"conc sidewalk Water 43.00 SF $5.00 $215.00 13 7'conc curb and gutter Water 261.00 LF $30.00 $7,830.00 Water $12,878.00 Sewer Page 2 of 4 tAd(r*ns Sub Total j$12,8756 Fop,-r wok-F]" City of Port Worth Change Order Deletions Project Name Water and Sanitary Sewer Replacement Contract 2010,STM-A _ I City Sec No.: 45923 Project No.(s): P253-602170148483 and P258-70217148483 I DOE No. 7035 City Proj.No.: Project Description Water and Sewer Main Replacement on NW 18th Street Lydon Avenue,NW 20th Street NW 24th Street,Lee Avenue and Wagner Avenue I Contractor Conatser Construction TX LID Change Order. ET] Date[_ 6115/2016---J City Project Mgr. Liam Conlon City Inspector: r—lorn Brenz DELETIONS M "I'M J-RM NOM- -l-M Water Sewer Page 3 of 4 Deletions Sub Total MIWBE Breakdown for this Change Order Total Previous Change Orders --IZIII -01, M-1 slim, -10,0"r Total MR Page 4 of 4 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTIVORTy COUNCIL ACTION: Approved on 6/1412016-Ordinance No. 22259-06-2016&22260-06-2016 DATE: 6/14/2016 REFERENCE ,C-27765 LOG 6010STMACO2CONSTSERFUNDING NO.: NAME: CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt Appropriation Ordinances in the Collective Amount of$41,878.00 for Increased Project Management Costs for Water and Sanitary Sewer Replacement Contract 2010, STM-A, Located in the Far Greater Northside Historical and Northside Neighborhoods (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council adopt the attached Appropriation Ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$18,878.00 from available funds and in the Sewer Capital Projects Fund in the amount of$23,000.00 from available funds for the purpose of funding Water and Sanitary Sewer Replacement Contract 2010, STM-A. DISCUSSION: On July 22, 2014(M&C C-26889), the City Council authorized a contract with Conatser Construction TX, LP, in the amount of$1,044,940.00 for Water and Sanitary Sewer Replacement Contract 2010, STM-A. The contract was subsequently revised by one change order in the amount$49,886.00 which was administratively authorized on September 22, 2015. This project requires additional funding for project management and to cover costs associated with a future change order in the amount of$12,878.00 that will provide for additional work. Appropriations for the Water and Sanitary Sewer Replacement Contract 2010, STM-A Project will consist of the following: Existing Additional Future Descri Lion Appropriations Appropriations A ro riations Project Total* $ 115,829.00 $ 0-00 Engineering $ 115,829.00 Construction $1,099,826.00 $12,878.00 $0.00 $1,099,826.00 Project Planning,Project Management, Inspection,Testing and Contingencies $ 161,750.00 $29,000.00 $0.00 IFs 203,628.00 ProectTotal $1,377,405.00 $41,878.00 $0.00 11 $1,419,283.00 *Amounts rounded for presentation purposes. In addition to the change order amount, $29,000.00(water. $6,000.00; sewer: $23,000.00) is required for project management, construction staking, material testing and inspection. This project will have no impact on the Water Departments operating budget. The project is located in COUNCIL DISTRICT 2, Mapsco 61 F, 61 G, 61 H and 62F. This M&C does not request approval of a contract with a business entity. httD://anns.cfwnet.ora/council nacket/me review.asv?ID=22348&councildate=6/14/2016 6/15/2016 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation and adoption of the attached appropriation ordinances funds will be available in the current capital budget,as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. The Fiscal Year 2016 Water and Sewer Operating Budget includes appropriations of$26,068,353.00 for the purpose of providing Pay-As-You-Go funding for Water Capital Projects. After this transfer for Fiscal Year 2016,the balance will be$7,074,138.00. The Fiscal Year 2016 Water and Sewer Operating Budget includes appropriations of$26,300,046.00 for the purpose of providing Pay-As-You-Go funding for Sewer Capital Projects. After this transfer for Fiscal Year 2016, the balance will be $13,305,382.00. Existing Additional Future FUND Appropriations A ro riations A ro nations Project Total- Water Capital Fund 59601 $ 869,235.00 $18,878.00 $0.00 j $ 888,113.00 Sewer Capital Fund 59607 $ 508,170.00 $23,000.00 $0.00 11 $ 531,170.00 Project Total $1 3TT 405.00 $41,878.00 $0.00 $1,419,283.00 *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2 59601 0600430 4956001 C01484 C017ZZ 2016 $18,878.0 °59601. _MGK : .574©014 001484 '.:.._. C01783, 2016 59601 0600430 5330500 C01484 C01784 2016 $6,000.0 1596071 0700430 1 4956001 C01484 C017ZZ 1 2016 $23,000.00 59607 0700430 5110101 C014841 C01780 2016 $7,000.00 596071 0700430 5740010 C014841 C01730 2016 $13,000.0 596071 0700430 5330500 C01484 C01784 2016 $3,000.00 FROM F Account Project Program Activity Budget Reference# Amount IQ I ID I I Year I Chartfield Z Submitted for City Manager's Office by: Jay Chapa(5804) Originating Department Head: John Carman(8246) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 6010STMACO2CONSTSERFUNDING MapOl.pdf 6010STMACO2CONSTSERFUNDING Map02.pdf 6010STMACO2CONSTSERFUNDING Map03.pdf 6010STMACO2CONSTSERFUNDING sewer AO.docx 6010STMACO2CONSTSERFUNDING water AO.docx htto://anns.cfwnetargJcouncil nacketfmc mview.asp?ID=22348&councildate=-611412016 6/15/2016 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: WATER, SANITARY SEWER,REPLACEMENT CONTRACT 2010,STM-A DOE#: N/A CITY PRJ#:01484 CITY OF FORT WORTH STATE OF TEXAS CON CONSTRU TION TX,LP CON Huggins Subscribed and sworn to before me this 22"d day of Octo .mY BERTHA GIANULIS notary Public,State of Texas My Commiulon Expires Notary bliC in Tarrant County,Texas September 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0185074 PROJECT: (name, address)Water& Sanitary Sewer Replacement TO (Owner) Fort Worth TX F ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorion Street water and Sanitary Sewer Replacement Contract 2010,STM-A Project No.01484 Fort worth Tx 76102 � CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Forest Hill TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 6th day of July, 2015 BERKLEY INSURANCE COMPANY Surety Company Attest: (�2"— -?1-1 trz�,'l�,d/ (Seal): J Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The waming found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY "THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Connell; Lisa M. Bonnot; Vena DeLene Marshall; Sophinie Hunter; Robbi Morales; or Kelly A. Westbrook of Aon Risk Services Southwest, Inc, of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that ;= no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars(U.S.$50,000,000.00), to the same extent as if such bonds fhad been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own I proper persons. - J This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, . y without giving effect to the principles of conflicts of laws thereof, This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such _ - attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further - RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and further _ RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any - - power of attomey or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Corppany has ca o�ff, these presents to be signed and attested by its appropriate officers and its 1' corporate seal hereunto affixed thisu`day of 12015. :J v Attest: Berkley Insurance Company (Seal) By By Ira S. edernnan Je Hafter — Senior Vice President& Secretary Se o ' e President WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY" SECURITY PAPER. r Y STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) � Div Sworn to before me, a Notary Public in the State of Connecticut, this 1' day of A!,Z t- 2015, by Ira S. Lederman and V Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secretary, and the Senior Vice Prusident,respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN / o NOTARY PUBLIC b MY COMMISSION EXPIRES Notary Public, State of Connecticut ,T APRIL 30,2019 7 CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a 5 true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this 6th day of July 2015 (Seal) Andr'w FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: cmUid 2010 stm-a PROJECT NUMBER: 1484 DOE NUMBER: 7035 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" pvc 6754' 6" pvc S8, FIRE HYDRANTS: 6 ea VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF )Ts- 6" cyVduct 6812' DENSrr=: yes NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" pvc 2186'I , 8" DIP 435 12" pvc 155' PIPE ABANDONED SIZE TYPE OF PIPE LF yes 8" ', 2186 6" dip 435 10" pvc 155' DENSITIES: yes NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Thmckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fay(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 818/2016 Name of Contractor Project Nmw Conaster Construction TxLP Contract 2010 STM-A DOE Inspector Project Manager Kim Brenz Liam Conlon DOE Number Project Difflcalty Tvpe of Con&wt 7035 0 grivie @) Routine 0 ccxr ex Q Water Q Waste WaWD Sham Drama9ro Paveme t nind Contract Amount Final Contract Amount $1,044,940.00 J$1,107,704.00 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of S cations 4 Display Of Professionalism 4 Accuracy of Plan Quantities '3 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe Up COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS f TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throchmorton Street-Fort Worth,TX 76012-6311 (817)392-7941-Fax:(817)392-7845 FORTWORTHREV:02120/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conaster Construction TX,LP Contract 2010,stm-a DOE Inspector DOE Number kim.brenz 7035 DOE Inspector Project Manager Q Water Q Waste WaterO Storm Drainage[] pavement Liam Conlon/Tony Sholola Initial Contract Amount Project Dfficulry $1,044,940.00 0 Simple OQ Routine 0 Complex Final Contract Amount Date $1,107,704.00 8/8/2016 H)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 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 1 60 5 Work Perfornred 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 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 424 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 424 M)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which— 448 Rating([TS/MS)*100%) 426 / 448 - 9S% Performance Category Excellent <20%=inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good ?80•/=Excellent Inspector's Comments(INCLUDING MLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (D The City of Fort Worth•1000 Throcltmorton Street•Fort Worth,TX 76012-6311 (817)392-7941•F=(817)392-7945 FORTWORTHo TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT!! FINAL STATEMENT# 25 DOE 7035 NAME OF PROJECT: contract 2010,smta Contractor conaster YEAR.1 20]5 PROJECT NO.: FINAL INSPECTION DATE 11110f2015 1484 OW cR 7 D 1 WD CD CONTRACT TIME -M w do I i X PERIOD FROM: I 71tf=6 TO: I 11R-6-2—M—F BEG - Monti / INVORK ORDER EFFCC rYlk 1 1111161=114 BEG /n M(yin) I n I 100.0 DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Sun na 16 na 2 Mon na 17 na 3 Tue na 18 na 4 Wed na 19 na 5 Thu na 20 na 6 Fri na 21 na 7 Sat na 22 na 8 Sun na 23 na 9 Mon na 24 na 10 Tue na 25 na 11 Wed na 26 na 12 Thu na 27 na 13 Fri na 28 na 14 Sat na 29 na 15 Sun na 30 na 31 na PIA Wkn R Hot wea utl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 0 162 162 TOTAL TO DATE 0 0 0 0 162 162 REMARKS- this contract complete,re work 20th st with oement stab and 2"overlay on do#1 stop 10212015 at 162 ad total. T More: Signature: �� (Print Name) (Print Name) COMWACTOR DAYS WSrEMOR DATE