Loading...
HomeMy WebLinkAboutContract 47742-FP1 FORTWORTH. CITY SECRETARY TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project Ns: 100272 L F scan n eon /i,7 dS#V7W2- Regarding contract for VENTANA PHASE 1- STORM DRAIN& PAVING 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 Price: $1,503,663.25 Amount of Approved Change Orders: $31,003.00 Ns 1,2,3 Revised Contract Amount: $1,534,666.25 Total Cost Work Completed: $1,534,666.25 —1-4nn (2� W"-�k 0 --(S', I -� Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENTAW `��/l7 Asst. City Manargerd' Depart W Const. Services Date CPN# dlte ��/-7 \` i Proje Manager --.� gement S. Cana i ,�+ 1VlAIY.►. � CoNC Brotherton V. Gutzier JUN12017 e Morales/Scanned ❑ pcop have been Contacted concerning the request for final payment&have released this project for such payment. f (, Rev.3/22/15 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VENTANA PHASE I Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 100272 DOE Number 0272 Estimate Number 1 Payment Number I For Period Ending 6/9/2017 W City Secretary Contract Number Contract Time 149V Contract Date Days Charged to Date 287 Contract is 100.00 Complete Project Manager NA Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / ROGERS Wednesday,June 7,2017 Page 1 of 5 i City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA,PHASE I Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 6/9/2017 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 54"RCP 229 LF $165.00 $37,785.00 229 $37,785.00 2 42"RCP 341 LF $98.00 $33,418.00 341 $33,418.00 3 36"RCP 293 LF $82.00 $24,026.00 293 $24,026.00 4 33"RCP 273 LF $72.00 $19,656.00 273 $19,656.00 5 30"RCP(CO#1) 593 LF $62.00 $36,766.00 593 $36,766.00 6 27"RCP (CO#1) 337 LF $58.00 $19,546.00 337 $19,546.00 7 24"RCP(CO#1) 425 LF $50.00 $21,250.00 425 $21,250.00 8 21"RCP(CO#1) 1134 LF $45.00 $51,030.00 1134 $51,030.00 9 21"SLOPING HEADWALL 1 EA $2,500.00 $2,500.00 1 $2,500.00 10 4'DROP INLET(CO#1) 3 EA $4,500.00 $13,500.00 3 $13,500.00 11 5'CURB INLET 2 EA $1,850.00 $3,700.00 2 $3,700.00 12 10'CURB INLET(CO#1) 16 EA $2,600.00 $41,600.00 16 $41,600.00 13 15'CURB INLET(CO#1) 7 EA $4,000.00 $28,000.00 7 $28,000.00 14 MEDIUM STONE RIPRAP(CO#1) 15 SY $70.00 $1,050.00 15 $1,050.00 15 4'STORM JUNCTION BOX 3 EA $5,000.00 $15,000.00 3 $15,000.00 16 5'STORM JUNCTION BOX 1 EA $6,000.00 $6,000.00 I $6,000.00 17 6'STORM JUNCTION BOX 1 EA $7,000.00 $7,000.00 1 $7,000.00 18 TRENCH SAFETY 3574 LF $2.00 $7,148.00 3574 $7,148.00 Sub-Total of Previous Unit $368,975.00 $368,975.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 7.5"CONC PVMT 4883 CY $32.00 $156,256.00 4883 $156,256.00 2 6"CONC PVMT 26663 SY $27.25 $726,566.75 26663 $726,566.75 3 4"CONC SIDEWALK(CO#3) 11592 SF $2.25 $26,082.00 11592 $26,082.00 4 8"LIME TREATMENT 5060 SY $2.50 $12,650.00 5060 $12,650.00 5 6"LIME TREATMENT 29684 ST $2.00 $59,368.00 29684 $59,368.00 6 HYDRATED LIME 521 TN $150.00 $78,150.00 521 $78,150.00 7 2"ASPHALT PVMT TYPE D 1300 SY $12.00 $15,600.00 1300 $15,600.00 8 4"ASPHALT BASE TYPE B 1300 SY $15.00 $19,500.00 1300 $19,500.00 Wednesday,June 7,2017 Page 2 of 5 City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA,PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 6/9/2017 Project Funding 9 BARRIER FREE RAMP 34 EA $750.00 $25,500.00 34 $25,500.00 10 BARRIER FREE RAMP 9 EA $750.00 $6,750.00 9 $6,750.00 11 24"SLD PVMT MARKING PAINT 257 LF $16.00 $4,112.00 257 $4,112.00 12 STD STREET HEADER 182 LF $20.00 $3,640.00 182 $3,640.00 13 END OF ROAD BARRICADE 4 EA $600.00 $2,400.00 4 $2,400.00 14 INSTALL ALUM SIGN GROUND MOUNT 29 EA $500.00 $14,500.00 29 $14,500.00 15 CONC RETAINING WALL(CO#2) 713 SF $20.50 $14,616.50 713 $14,616.50 Sub-Total of Previous Unit $1,165,691.25 $1,165,691.25 Wednesday,June 7,2017 Page 3 of 5 City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA,PHASE I Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 6/9/2017 Project Funding Contract Information Summary Original Contract Amount $1,503,663.25 Chanize Orders Change Order Number 1 $10,919.00 Change Order Number 2 $5,467.50 Change Order Number 3 $14,616.50 Total Contract Price $1,534,666.25 Date J ( Total Cost of Work Completed $1,534,666.25 C or Less %Retained $0.00 /� /� Net Earned $1,534,666.25 Date r Earned This Period $1,534,666.25 Inspection Supervisor /� Retainage This Period $0.00 Date Less Liquidated Damages Lr,ectManager Days @ /Day $0.00 0, LC(A Date �� 1 LessPavement Deficiency $0.00 Asst.Director/TPW-Infrastructure Design and oast uction Less Penalty $0.00 Date Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,534,666.25 i SII jl Wednesday,June 7,2017 Page 4 of 5 jl i' City Project Numbers 100272 DOE Number 0272 Contract Name VENTANA,PHASE I Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 6/9/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / ROGERS Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 145 W 5327 WICHITA ST Days Charged to Date 287 W 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 $1,534,666.25 Less %Retained $0.00 Net Earned $1,534,666.25 Earned This Period $1,534,666.25 Retainage This Period $0.00 Less Liquidated Damages 0 Days n $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 $1,534,666.25 Wednesday,June 7,2017 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Ventana Phase 1 CHANGE CONTRACT: A-Paving,Water,Sanita Sewer,&Slorm Drain ORDER No: CFA it 2016.030 CITY PARTICIPATION: NO CITY PROJECT N 100272 DOE it NIA Al WATER PROJECT B 59601-531035M600430-100272.001480 SEWER PROJECT t! 59607-5310350.0700430.100272-001380 FILE it W-2395 INSPECTOR: Russell Rogers Phone No: 214-980.2068 PROJECT MANAGER: Aaron Long Phone No: 817-392-7818 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developera Developer D•vNop•r DAYS Cost CR Cost v:Cost ^:Cit Cost Develo er Cost C" Cosh::Cost CT Cost :Cost Citv Cosi ORIGINAL CONTRACT $667736.25 $614,083.00 51046,607.25 $358,056.00 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 77 50.00 $0.00 CONTRACT TO DATE $667,736.25 i$"0 $614983.00 77;7 $1,14680785 '3 $958,066.00 5040 0 AMOUNT OF PROP.CHANGE ORDER $0.00 $0.00 $0.00 $10,919,00 $0.00 REVISED CONTRACT AMOUNT $667,736.25 ;$0,00 ie14,903,00 1 50.60' $1,145,607.251 3040 $368915.00 1 $040 _ itiAO 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $067736.25 5614,083.00 $1,145607.25 5368975.00 REVISED COST SHARE Dev.Cost: $2,797,301.50 Croy Dslt.;; 50.00 TOTAL REVISED CONTRACT $2,707,301.50 Revised:10-I&2011 Page 1 You are directed to make the lolloiMno chances in the contract documents: CRY DID ITEM PAY ITEM a N QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 30 3341.0302 516 LF 30'RCP,Class 111 $62.00 $31 992.00 31 3341.0208 -516 LF 27"RCP Class ill $56.00 -829.928.00 32 33410202 40 LF WHOP Class III $50.00 $2,4Q0.Q0 33 3341.0201 3 LF 21'RCP Class 111 $45.00 $135.00 35 3349.7001 1 EA 4'Drop Inlet $4500.00 $4,500.00 37 3349.5001 -1 EA 10'Curb Inlet $2,600.00 4200.00 30 3349.5002 1 EA IV Curb Intel $4,000,00 $4,QD0.00 39 3137-0108 n 3Y Medium Slone RipRe d $70.00 $420.00 TOTALI $10,919.00 REASONS FOR CHANGE ORDER i.Rovisad SD•A from STA 10+40.34 to STA 16+55.84(Upaized from 27'RCP to 30"RCP)and revised Inlet A-1(Upa@ed toren 10'Curb Intal to 15'Curb Inlet).A 4'Drop Inlet and 51 LF of 21"RCP pipe(SD-12)was added.SD-G was revised from STA 0+76.79 to STA 1+24.37(Upsized from 21"RCP t024" RCP.Changes correspond to Revision No.1 as shown as shoots 026.035 and sheets 053.054,057.058,060. NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Peloam Land Sdullons, m. PB Venlana11,,,UC conalser r Name: Ben Rae* Name: A � t4 (-J) -I C-Q Nam-: M4f Title:Project Engineer Title: Yv\GLHIAC.,,Erv� Title: 5e �- Revised:10-12.2011 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Ventana Phase 1 CHANGE CONTRACT: A-Paving,Water Sanila Sower&Storm Drain ORDER No: CFA# 2016.030 CITY PARTICIPATION: NO CITY PROJECT# 100272 DOE# WA A2 WATER PROJECT# 59601-5310350.0600430-100272.001480 SEWER PROJECT# 59607.5310350-0700430.100272.001380 FILE# W2395 INSPECTOR: Russell Rogers Phone No, 214-980-2068 PROJECT MANAGER: Aaron Long Phone No: 817-392-7818 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT OovolOper p0volopar Developer Developer DAYS Com City COV CoM ..City Coel Develo er Coet' CI Cost Cost CI Cosh Cott CI Coal ORIGINAL CONTRACT S667,730.25 $614,983.00 $1146601.25 $358,056.09 EXTRAS TO DATE $0.00 $O,OD $0,00 5101919.00 50.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 _ CONTRACT TO DATE $667,136.25 $0.00 $614,983.00 $0,00: $1146,607.25 $0.00 $360,976.90 .-50,00. 10.00 0 AMOUNT OF PROP.CHANGE ORDER $0.0050,00 $6467.60 S0,00 $0,00 REVISED CONTRACTAMOUNT $667,736.25 $0,00 $614,983.00 $0,00 51161,074,76 $0.00 $368,976.00 $0.00 f0.0tl 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT 5667,736,76 $614983.00 $1161074.78 $368,976.00 REVISED COST SHARE Dev.Cost: $2,802,769.00 CI(y Ce6t: - .$0100' TOTAL REVISED CONTRACT $2,802,769.00 Revised:10.12.2011 PaOr.l You are directed to make the folloyAng changes in the contract documents: CITY OIU ITEM PAY REM N A QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 48 3213.0301 2430 1 SF 1 4'Conc.Sidewalk 1 52.29 35.487.90 - TOTALl S5A87.50 REASONS FOR CHANGE ORDER City requested T sidewalk along the R.O.W..Instead of the previously planned 4'sldewelk. NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Pel on Land Sol ons c PS Venlana 1,LLC Conatser Con I dim,Inc. Name: Ben Root,P.E. / Name:�� (A0Nome: Title:Protect Enalneer Ti0e: / =�L���., Title: Revised:10.12.2011 Page 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: VENTANA PHASE 1-Conatsor Contract CHANGE CONTRACT; 1A-Pavin ,Water.Sanity Sawor R Storm Drain ORDER No: CFA# 2018.030 CITY PARTICIPATION: NO CITY PROJECT# CP1OD272 DOE# N/A A3 WATER PROJECT# 59001.5310350-0000430.100272-001400 SEWER PROJECT# 59807-5310350.0700430.100272-001330 FILE# W-2395 INSPECTOR Russell Rogers Phone No: 214-980.2088 PROJECT MANAGER: Aaron Long Phone No: 017-392-7018 CONTRACT UNIT WATER SEWER PAVING DRAINAGE amETL10NTs CONTRACT Dlrveloper Oivilop7r Diveioair ivs opor umic ar DAYS Coat GII Cmt Coat CI Coit Cost CI Cmt Coil CI Cost Coot CII [nil ORIGINALCONTRACT 607.730.26 1614,063.00 1 to.00 51,1 607.25 50.00 5366,050.00 10.00 10.00 EXTRAS TO DATE s467.60 f0 B1B.00 CREDITS TO DATE CONTRACT TO DATE 5667,738.28 70.00 661 983.00 SO DO 61161074.76 7P.On 5386,975.00 $0.09 ;SAO 50.00 0 AMOUNT OF PROP.CHANGE ORDER $14,616.60 REVISED CONTRACT AMAUNT 3007,73BR5 t0.0D 6614,903.00 to- .o0 3118 891.26 to.ao (388076.00 70.00 60.00 ta.0o 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT 6687,738.28 614863,00 1166691.76 6368,975.00 $0.00 REVISED COSTSRAR6 OSv.Coots $$B17,308.50 CRYCORP 50.00 TOTAL REVISED CONTRACT 52,817,385,60 Ravisad;10.12-2011 Pagel You are direded to make the followln chan on In the contrect documents; CfTY BID fTDN PAYITEET- MR R OVANi1TY 11N ITEMDESCRIPTION UNIT PRICE TOTAL 6S' 32320100 713 9F Conc Rat Wall with SldowalkFace 0.50 $14,616.50 TOTAL 14 16,50 'Rolxesenla new Poyllom REASONS FOR CHANGE ORDER Missing quanb'tles W eldewalk reloWng wadwhkh wea lneludedln doalgnfor Change OMor A2,twt notircfudedla the CO form NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Palo n Land Soly ons PB Vogfena 1,LLC Con Isar ConMairdlon TX,LP ^ BY / By. V. IJ B. 7 Name: Den Roof Name: Taylor Baird Nome; l�ilr ot,lL V 11 Tith:Ptolect Engineer Tide: Manaaer Two: IrL51(�CinT Revised:10.12.2011 Papel 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, 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: VENTANA, PHASE 1 WATER, STORM DRAIN, SANITARY SEWER &PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: 2016-030 CITY PROJCT#: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 22°a day of I,! 2017. Notary Public in Tarrant County, Texas CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT SURETY CONTRACTOR ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0201459 PROJECT: (name, address)ventana, Phase 1 Fort Worth,TX TO (Owner) PB VENTANA 1,LLC AND THE CITY OF FORT ARCHITECT'S PROJECT NO: CFA No.2016-030 WORTH CONTRACT FOR: 4145 Travis St.,Suite 202 Water,Sewer,Paving&Drainage Improvements to serve Ventana, Phase 1 Dallas TX 75204 —J CONTRACT DATE: CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (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. 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) PB VENTANA 1, LLC AND THE CITY OF FORT WORTH 4145 Travis St., Suite 202 Dallas TX 75204 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 20th day of February,2017 BERKLEY INSURANCE COMPANY Surety Company Y Attest: I-61"M (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT 6706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition 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 organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene r .~ Marshall;Sophinie Hunter,Robbi Morales; or Kelly A. Westbrook of Aon Risk Services Southwest, Inc. of Dallas, TX its true y and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute,seal, acknowledge and deliver any c and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed r and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, U without giving effect to the principles of conflicts of laws thereof, This Power of Attorney is granted pursuant to the following u > 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 c Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the Jcorporate 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, u or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any a.-E power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or r 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 Company has cause these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 'lay of e.4lll9-15.-- 0 -14 Attest: Berkley Insurance Company U (Seal) By ( By Ira S, e erman eVJafter Senior Vice President&Secretary e i Preside WARNING- THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) E ) ss: 1 COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this (7 da of '�'i'Z' 2015, by Ira S. Lederman and r Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre ry;an the Senior Vice Precedent, respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN y NOTARY PUBLIC '��1rG�L�O,/{ v MY COMMISSION EXPIRES otary Public, State of Connecticut 2 APRIL 30,2019 CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a J 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 20th day of February 2017 (Seal) A a 4 t r' y June 9,2017 Mr. Steve Hawkins GBR Realty,Ltd. 7201 Hawkins View Dr.,#101 Fort Worth, Texas 76132 Re: Whitestone Crest Phase I Developer Authority Agreement Agreement No. 2016-5120 Dear Mr. Hawkins: The water and sanitary sewer improvements constructed under the referenced Developer-Authority Agreement (signed by the Authority on 11/15/2016) have been confirmed by the Engineer (Civil Solutions,Inc.)to be in general conformance with the plans for this project. Additionally,tests conducted on sanitary sewer and water mains, including bacteriological testing, were satisfactory. Lastly, we have received the required closeout documentation, including the Record Drawings and Conveyance Agreement. This letter serves as our notice of acceptance for the above-referenced project, effective June 2, 2017. The effective date of this acceptance shall be the commencement date for all warranties and the two-year maintenance period required by the Contract Documents. The fully executed Conveyance Agreement will be sent to you under separate cover. Please contact us if you have any questions. Sincerely, Benbrook Water Authority ravidMa.timnnith,P.E. Assistant General Manager/ Engineering Program Manager cc: David Wasson—B WA General Manager Bill Boomer,P.E.—Civil Solutions,Inc. Brock Huggins—Conatser Construction Heath Haseloff,P.E.—City of Benbrook Wendy Chi-Babulal,P.E.—Fort Worth Water Department File: BWA/DAA 2016-5120 Water Is Life 1121 Mercedes Street• P.O.Box 26929 9 Benbrook,Texas 76126• 817.249.1250•Fax: 817.249.6965 PB Ventana 1, LLC 4145 Travis Street, Suite 202 Dallas, Texas 75204 (972) 762-3900 June 9, 2017 VIA EMAIL City of Fort Worth CFW Inspector 8851 Camp Bowie West Fort Worth, Texas 76116 Re: Ventana Phase 1 —City Project 100272 Water, Sewer, Paving & Storm Drain Improvements To Whom This May Concern: This letter is to serve notice that PB Ventana 1, LLC will not charge any liquidated damages to Conatser Construction TX, LP in the above referenced project. Very truly yours, Taylor Baird Manager PB Ventana 1, LLC FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 6/9/2017 Name of Contractor Project Nance Conatser Construction Ventana Phase 1 DOE Inspector Project Manager Russell Rogers Aaron Long DOE Number Project Difficulty Tjpe of Contract -- Simple • Routine o Complex 13 Water c, Waste Water © Storm Drainage m Pavement Initial Contract Amount Final Contract Amount $1,503,663.25 $1,534,666.25 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 I Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector L 2 Clarity& Sufficiency of Details 3 Accuracy of Measured Quantities L 3 Applicability of Specifications 4 Display Of Professionalism - L 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Perfonnance- 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 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe IIID COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS a � The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Narne Conatser Construction Ventana Phase 1 Inspector City Project Number Russell Rogers 100272 Construction Components Project Manager 13 Water 13 Waste Water o Storm Drainage o Pavement Aaron Long Initial Contract Amount Project Difficulty $1,503,663.25 Simple 0 Routine o Complex Final Contract Amount Date $1,534,666.25 6/9/2017 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 I 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 N 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 N I I 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) 311 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 311 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating([TS/MS] * 100%) 311 / 368 = 85% 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 POINTS AWARDED) Inspector Signature / �✓ Contractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116 • (817)392-8306 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Ventana Phase I PROJECT NO.: 100272 CONTRACTOR: Conatser Construction DOE NO.: PERIOD FROM;07/05/16 TO: 06/09/17 FINAL INSPECTION DATE: 9-Jun-17 WORI{ORDER EFFECTIVE:7/5/2017 CONTRACT TIME: 145 0 WD o CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 1 16. 2. 1 17. 3. 1 18. 4. 19. 5. 1 20. 6. 1 21. 7. 1 22. 8. 1 23. 9. 1 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS 1 8 9 PERIOD PREVIOUS 52 279 331 PERIOD TOTALS 53 287 T340 TO DATE ,'-,REMARKS: C) CO RACTOR DATE INSPECTOR DA E ENGINEERING DEP 1RTl)ENT FThe City of Fort NX/orth• 1000 Throclunorton Street•Fort North,TZ 76012-6311 (817) 392-7941 •Fax: (817) 392-7845