Loading...
HomeMy WebLinkAboutContract 46430-FP1 E- -nNGINEERING FORT WORTH CITY SECRET CONTRAT 0 I WATER DEPARTMENT BY AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION CS '4 L q3 d DOE.Ns: 7099 Regarding contract P265-609140024788 for Medical District Water Distribution System Improvements Part 9 as required by the Water Department as approved by City Council on 9/23/14 through M&C C-27016 the Assistant Director of the Water Department,upon the recommendation of the Engineering Manager,Water Engineering and Fiscal Services Division,has accepted the project as complete. Original Contract Prices: $5,349,515.00 Amount of Approved Change Orders: $29,999.89 Ns 1 Revised Contract Amount: $5,379,514.89 Total Cost Work Completed: $5,312,813.97 Less Deductions: Liquidated Damages: Days @$210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $5,312,813.97 Less Previous Payments: $5,259,685.83 Final Payment Due $53,128.14 On Suvlit �� Recommen ed for Acceptance Date Engineering Manager, Water Engineering and Fiscal Services Division at 47/ / 1 C, Accepted Date Assistant D' or, Water Department City Manager Date EMAZZ..ElD OFFICIAL RECORD SEP 2 0 2017 CITY SECRETARY FT.WORTH, TX Initial: Project Name: DOE. Ns: 7099 Medical District Water Distribution System Improvements Part 9 Comments: SEP 1'8 2017 -J-qr&0) - G06-.-?q..7 ByC-5 (y 143 0 City Project Numbers 00247 DOE Number 7099 Contract Name MEDICAL DISTRICT WATER DISTRIBUTION SYS IMP PT 9 Estimate Number 25 Contract Limits W OLEANDER ST,STH AVE,JEFFERSON AVE Payment Number 25 Project Type WATER For Period Ending 9/5/2017 Project Funding Project Manager Conlon City Secretary Contract Number 46430 Inspectors JOHNSON / GIEGER Contract Date 9/23/2014 Contractor CONATSER CONSTRUCTION TxLP Contract Time 390 CD 5327 WICHITA ST Days Charged to Date 350 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH PO SUMMARY OF CHARGES INVOICE #_ Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $5,312,813.97 Less 0 %Retained $0.00 Net Earned $5,312,813.97 Earned This Period $53,128.14 WATER DEPARTMENT Retainage This Period $0.00 ENGINEERING AND FISCAL SERVICES Contact Person.:_Heather Oakes-Ext.8252 Less Liquidated Damages S Depart nt pproval i nature for: 0 Da y @ $0.00 /Day $0.00 1 LessPavement Deficiency $0.00 DEPARTMENT CHECK PICK-UP YES Q ; Less Penalty $0.00 Less Previous Payment $5,259,685.83 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $53,128.14 Wednesday,September 06,2017 Page 6 of 6 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MEDICAL DISTRICT WATER DISTRIBUTION SYS IMI'PT 9 Contract Limits W OLEANDER ST,8TH AVE,JEFFERSON AVE Project Type WATER City Project Numbers 00247 DOE Number 7099 Estimate Number 25 Payment Number 25 For Period Ending 9/5/2017 CD City Secretary Contract Number 46430 Contract Time 39(rD Contract Date 9/23/2014 Days Charged to Date 350 Project Manager Conlon Contract is 99.000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors JOHNSON / GIEGER Wednesday,September 06,2017 Pale 1 of 6 City Project Numbers 00247 DOE Number 7099 Contract Name MEDICAL DISTRICT WATER DISTRIBUTION SYS IMP PT 9 Estimate Number 25 Contract Limits W OLEANDER ST,8TH AVE,JEFFERSON AVE Payment Number 25 Project Type WATER For Period Ending 9/5/2017 Project Funding MEDICAL DISTRICT WATER DISTRIBUTION SYS IMP Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 3305.1203 48"Casing/Tunnel Liner P 90 LF $750.00 $67,500.00 87 $65,250.00 2 3305.1106 36"Casing By Other Than 150 LF $600.00 $90,000.00 288 $172,800.00 3 3305.1104 24"Casing By Other Than 66 LF $600.00 $39,600.00 90 $54,000.00 4 3305.2008 30"Water Carrier Pipe 90 LF $350.00 $31,500.00 87 $30,450.00 5 3305.2007 24"Water Carrier Pipe 150 LF $250.00 $37,500.00 150 $37,500.00 6 3305.2004 12"Water Carrier Pipe 66 LF $100.00 $6,600.00 90 $9,000.00 7A 3311.0855 36"DIP Water,CSS Backfi 535 LF $575.00 $307,625.00 531 $305,325.00 713 3311.0865 36"Steel AWWA C200 Water 535 LF $0.00 $0.00 7C 3311.0875 36"Concrete AWWA C303 Wa 535 LF $0.00 $0.00 8A 3311.0752 30"DIP Water,CSS Backfi 740 LF $430.00 $318,200.00 740 $318,200.00 8B 3311.0762 30"Steel AWWA C200 Water 740 LF $0.00 $0.00 8C 3311.0772 30"Concrete AWWA C303 Wa 740 LF $0.00 $0.00 9A 3311.0755 30"DIP Water,CSS Backfi 860 LF $490.00 $421,400.00 854.3 $418,607.00 9B 3311.0765 30"Steel AWWA C200 Water 860 LF $0.00 $0.00 9C 3311.0775 30"Concrete AWWA C303 Wa 860 LF $0.00 $0.00 10A 3311.0652 24"DIP Water,CSS Backfi 2150 LF $360.00 $774,000.00 2150 $774,000.00 lOB 3311.0662 24"Steel AWWA C200 Wate 2150 LF $0.00 $0.00 IOC 3311.0672 24"Concrete AWWA C303 Wa 2150 LF $0.00 $0.00 11A 3311.0655 24"DIP Water,CSS Backfi 1480 LF $390.00 $577,200.00 1515.3 $590,967.00 11B 3311.0665 24"Steel AWWA C200 Water 1480 LF $0.00 $0.00 11C 3311.0675 24"Concrete AWWA C303 Wa 1480 LF $0.00 $0.00 12 3311.0552 16"DIP Water,CSS Backfi 50 LF $250.00 $12,500.00 40 $10,000.00 13 3311.0442 12"Water Pipe,CSS Backf 2500 LF $190.00 $475,000.00 2496.5 $474,335.00 14 3311.0452 12"DIP Water,CSS Backfi 50 LF $210.00 $10,500.00 120 $25,200.00 15 3311.0242 8"Water Pipe,CSS Backfi 800 LF $110.00 $88,000.00 808 $88,880.00 16 3311.0142 6"Water Pipe,CSS Backfi 100 LF $90.00 $9,000.00 97 $8,730.00 17A 3311.0001 Ductile Iron Water Fittin 27 TO $8,000.00 5216,000.00 26.5 $212,000.00 17B 3311.0011 Steel Fittings I LS $0.00 $0.00 17C 3311.0021 C303 Fittings 1 LS $0.00 $0.00 18 3311.0001 Ductile Iron Water Fittin 2 TO $5,000.00 $10,000.00 2 $10,000.00 19 3311.0001 Ductile Iron Water Fittin 6 TO $3,000.00 $18,000.00 5.9 $17,700.00 Wednesday,September 06,2017 Page 2 of 6 City Project Numbers 00247 DOE Number 7099 Contract Name MEDICAL DISTRICT WATER DISTRIBUTION SYS IMP PT 9 Estimate Number 25 Contract Limits W OLEANDER ST,8TH AVE,JEFFERSON AVE Payment Number 25 Project Type WATER For Period Ending 9/5/2017 Project Funding 20 3312.3009 30"Gate Valve w/Bypass 3 EA $52,000.00 $156,000.00 3 $156,000.00 21 3312.3008 24"Gate Valve w/Vault 6 EA $26,000.00 $156,000.00 6 $156,000.00 22 3312.3006 16"Gate Valve w/Vault 2 EA $18,000.00 $36,000.00 2 $36,000.00 23 3312.3005 12"Gate Valve 16 EA $2,000.00 $32,000.00 16 $32,000.00 24 3312.3003 8"Gate Valve 1 EA $1,100.00 $1,100.00 3 $3,300.00 25 3312.6003 8"Blow Off Valve 1 EA $6,500.00 $6,500.00 1 $6,500.00 26 3312.3002 6"Gate Valve 8 EA $900.00 $7,200.00 8 $7,200.00 27 3312.1004 4"Combination Air Valve 3 EA $11,000.00 $33,000.00 3 $33,000.00 28 3312.0001 Fire Hydrant 7 EA $2,600.00 $18,200.00 7 $18,200.00 29 3312.2201 2"Water Service,Meter 5 EA $700.00 $3,500.00 4 $2,800.00 30 3312.2203 2"Water Service 5 EA $3,600.00 $18,000.00 5 $18,000.00 31 3312.2101 1 1/2"Water Service,Met 2 EA $600.00 $1,200.00 3 $1,800.00 32 3312.2103 1 1/2"Water Service 2 EA $3,000.00 $6,000.00 2 $6,000.00 33 3312.2001 1"Water Service,Meter R 40 EA $400.00 $16,000.00 37 $14,800.00 34 3312.2003 1"Water Service 35 EA $2,000.00 $70,000.00 37 $74,000.00 35 3304.0101 Temporary Water Services 1 LS $15,000.00 $15,000.00 1 $15,000.00 36 3305.0103 Exploratory Excavation of 6 EA $500.00 $3,000.00 6 $3,000.00 37 3305.0109 Trench Safety 9345 LF $4.00 $37,380.00 9352.1 $37,408.40 38 3305.0110 Utility Markers 1 LS $500.00 $500.00 39 3304.0002 Cathodic Protection 1 LS $1,000.00 $1,000.00 1 $1,000.00 40 3312.0110 Connection to Existing 36 1 EA $6,000.00 $6,000.00 1 $6,000.00 41 3312.0109 Connection to Existing 30 3 EA $5,000.00 $15,000.00 3 $15,000.00 42 3312.0106 Connection to Existing 16 1 EA $3,500.00 $3,500.00 1 $3,500.00 43 3312.0117 Connection to Existing 4" 9 EA $2,000.00 $18,000.00 9 $18,000.00 44 3331.4209 12"Sewer Pipe,CSS Backf 20 LF $100.00 $2,000.00 45 3331.4116 8"Sewer Pipe,CSS Backfi 60 LF $90.00 $5,400.00 20 $1,800.00 46 0241.1001 Water Line Grouting 800 CY $165.00 $132,000.00 275 $45,375.00 47 0241.1110 30"Pressure Plug 1 EA $3,000.00 $3,000.00 1 $3,000.00 48 0241.1106 16"Pressure Plug 1 EA $2,500.00 $2,500.00 49 0241.1210 30"Water Abandonment Plu 4 EA $4,000.00 $16,000.00 4 $16,000.00 50 0241.1208 20"Water Abandonment Plu 4 EA $3,000.00 $12,000.00 4 $12,000.00 51 0241.1206 16"Water Abandonment Plu 3 EA $2,500.00 $7,500.00 52 0241.1218 4"-12"Water Abandonment 10 EA $1,200.00 $12,000.00 10 $12,000.00 53 0241.1355 Salvage 30"Water Valve 1 EA $4,000.00 $4,000.00 1 $4,000.00 Wednesday,September 06,2017 Page 3 of 6 City Project Numbers 00247 DOE Number 7099 Contract Name MEDICAL DISTRICT WATER DISTRIBUTION SYS IMP PT 9 Estimate Number 25 Contract Limits W OLEANDER ST,8TH AVE,JEFFERSON AVE Payment Number 25 Project Type WATER For Period Ending 9/5/2017 Project Funding 54 0241.1354 Salvage 24"Water Valve I EA $3,000.00 $3,000.00 1 $3,000.00 55 0241.1353 Salvage 20"Water Valve 2 EA $2,500.00 $5,000.00 2 $5,000.00 56 0241.1351 Salvage 16"Water Valve 1 EA $2,000.00 $2,000.00 57 9999.0000 Remove 2"-12"Water Valve 11 EA $800.00 $8,800.00 11 $8,800.00 58 0241.1510 Salvage Fire Hydrant 3 EA $600.00 $1,800.00 3 $1,800.00 59 0241.1602 Remove Concrete Water Vau 2 EA $3,500.00 $7,000.00 2 $7,000.00 60 9999.0001 HES Cone Pvmt Repair w/A 1900 SY $60.00 $114,000.00 1900 $114,000.00 61 9999.0002 HES Cone Pvmt Repair w/A 10000 SY $65.00 $650,000.00 9631.48 $626,046.20 62 3201.0113 6'Wide Asphalt Pvmt Repa 450 LF $50.00 $22,500.00 450 $22,500.00 63 3201.0117 10'Wide Asphalt Pvmt Rep 150 LF $90.00 $13,500.00 150 $13,500.00 64 3201.0151 Asphalt Pvmt Repair,Wate 30 LF $40.00 $1,200.00 10 $400.00 65 3292.0101 Utility Service Surface R 100 SY $6.00 $600.00 66 3201.0400 Temporary Asphalt Paving 500 LF $15.00 $7,500.00 67 3213.0301 4"Cone Sidewalk 1000 SF $4.00 $4,000.00 1081.12 $4,324.48 68 3216.0101 6"Cone Curb and Gutter 1100 LF $30.00 $33,000.00 1245.8 $37,374.00 69 3217.0301 12"SLD Pvmt Marking HAE 720 LF $5.00 $3,600.00 70 3217.0401 18"SLD Pvmt Marking HAE 480 LF $7.00 $3,360.00 71 3217.2001 Raised Marker TY W 930 EA $4.50 $4,185.00 692 $3,114.00 72 3217.2002 Raised Marker TY Y 1370 EA $4.50 $6,165.00 1184 $5,328.00 73 3441.1301 Loop Detector Cable Sawcu 2350 LF $2.00 $4,700.00 74 3441.1302 14 AWG Loop Detect Cable 7000 LF $2.00 $14,000.00 75 3125.0101 SWPPP >1 acre 1 LS $1,000.00 $1,000.00 1 $1,000.00 76 3471.0001 Traffic Control 12 MO $6,000.00 $72,000.00 8 $48,000.00 77 Additional Flow Fill(CO#1) 72 CY $98.00 $7,056.00 72 $7,056.00 78 Additional Dirt Haul-off(CO#1) 61.74 CY $16.00 $987.84 61.74 $987.84 79 Additional excavation in rock(CO#1) 235 LF $3.00 $705.00 235 $705.00 80 Altered Excavation in front of Quarles Lumber 235 LF $90.43 $21,251.05 235 $21,251.05 Company(CO#1) Sub-Total of Previous Unit $5,379,514.89 $5,312,813.97 -------------------------------------- Wednesday,September 06,2017 Page 4 of 6 City Project Numbers 00247 DOE Number 7099 Contract Name MEDICAL DISTRICT WATER DISTRIBUTION SYS IMP PT 9 Estimate Number 25 Contract Limits W OLEANDER ST,8TH AVE,JEFFERSON AVE Payment Number 25 Project Type WATER For Period Ending 9/5/2017 Project Funding Contract Information Summary Original Contract Amount $5,349,515.00 Change Orders Change Order Number 1 $29,999.89 Total Contract Price $5,379,514.89 Date �� Total Cost of Work Completed $5,312,813.97 Co trac r Less 0 %Retained $0.00 Date -7 Net Earned $5,312,813.97 Ins c' Superv' Earned This Period $53,128.14 ,y C Ids Retainage This Period $0.00 Date I Less Liquidated Damages Project Manager 9 g Days @ /Day $0.00 Date /� LessPavement Deficiency $0.00 As t. irector/TPWKPW Design and Construction Less Penalty $0.00 Date t Less Previous Payment $5,259,685.83 ' Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $53,128.14 Wednesday,September 06,2017 Page 5 of 6 FORTWORTH rev 03 '05 '07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:25 NAME OF PROJECT: Medical District Part 9 PROJECT NO.: Water: P265-609140024788 CONTRACTOR: Conatser Construction L.P. CITY PROJECT 247 PERIOD FROM 09/01/17 TO: 09/15/17 FINAL INSPECTION DATE: 5/13/2016 WORK ORDER EFFECTIVE:5/18/2015 CONTRACT TIME: 360 0 WD* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS * DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 0 0 PREVIOUS PERIOD 350 350 TOTALS TO DATE 350 350 "REMARKS: 11 ONTRACTOR 4n DATE INSPECTOR DATE WATER ENGINEERING&FISCAL SER`'IC S The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817) 392-4477 • Fax: (817) 392-8460 FORTWORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Medical District Part 9 PROJECT NUMBER: Water: P265-609140024788 DOE NUMBER: 7099 WATER PIPE LAID SIZE TYPE OF PIPE LF DIP 36 " DIP 531 " DIP 30 " DIP 1681 ' DIP 24 " DIP 3,815 ' DIP 16 " DIP 40' C-900 12 " C-900 2,615 ' C-900 81, C-900 808, C-900 6 " C-900 97' FIRE HYDRANTS: 7 VALVES(16" OR LARGER) 11 PIPE ABANDONED SIZE TYPE OF PIPE LF Cast Iron 30 " Cast Iron 2450' Cast Iron 24 " Cast Iron 2,045 ' Cast Iron 20 " Cast Iron 1,485 ' DIP 16 " DIP 40' DENSITIES: 0 NEW SERVICES: 0 SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8 " SDR-26 20' PIPE ABANDONED SIZE TYPE OF PIPE LF SDR-35 8 " SDR-35 20' DENSITIES: 0 NEW SERVICES: 0 WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817) 392-4477 •Fat: (817) 392-8460 FORT WORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Medical district Part 9 PROJECT NUMBER: Water:P265-609140024788 DOE NUMBER: 7099 **' * Page 2 Of Abandoned Pipe***** WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF Cast Iron 1211 Cast Iron 30' Cast Iron 8 " Cast Iron 860' Cast Iron 6 " Cast Iron 863 ' Cast Iron 211 Cast Iron 240' DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: WATER ENGINEERING&FISCAL SERN'ICES The City of Fort Worth• 1000 Throcknorton Street•Fort Worth,TX 76012-6311 (817) 392-4477 •Fat: (817) 392-8460 FORTWORTH REQ "'°' WATER ENGINEERING AND FISCAL SERVICES CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: ;;2-Sep-17 Name of Contractor Project Name Conatser Construction L.P. Medical District Part 9 Water Engineering Inspector Project Manager Paul L. Gieger Liam Conlon DOE Number Project Difficulty Type of Contract 7099 O Simple Q Routine QQ Complex E✓ water ❑ waste water ❑ Storm Drainage 0 Pavement Initial Contract Amount Final Contract Amount $5,349,515.00 $5,312,813.97 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 Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution 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 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor 6 Signature Inspector ' Signature Inspector's Supervisor INSPECTOR'S COMMENTS Water Engneering and Fiscal Services The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477 •Fax: (817)392-8460 FORTWORTHREV:02/220/07 WATER ENGINEERING & FISCAL SERVICES PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR& PROJECT DATA Name of Contractor Project Name Conatser Construction L.P. Medical District Part 9 Water Engineering Inspector DOE Number Paul L.Gieger 7099 Water Engineering Inspector Project Manager 0 Water ❑ Waste Water ❑ Storm Drainage Pavement Liam Conlon Initial Contract Amount Project Difficulty $5,349,515.00 Q Simple O Routine QQ Complex Final Contract Amount Date $5,312,813.97 9/2/2017 In 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 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 3 60 45 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 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 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MSl x 100%) 341 / 448 = 76% Performance Category Good <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) Signature Inspector Signature Contractor f/ Signature Inspector's Supervisor w ,/ CONTRACTOR'S COMMENTS WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 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, President of Conatser Management Group, Inc., general partner of Conatser Construction T& 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: MEDICAL.DISTRICT D'ART 9 MATER, SANITARY SEW, ER AND STORM DRAINAGE IMPROVEMENTS DOE##: 7099 CITY PROJCT ##: 00247 CITY OF PONT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins, Subscribed and sworn to before me this 8" day of July, 20 BERTHA GIANULIS s n Notary Public, State of lexcs Notary Public In Tarrant Co My Commission Expires �? County, Texas Seplember 18, 2019 I5 CONSEV7 OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO RNAL FA tYMEN7 SURETY ❑ Ccrtfrorms with the American E nstitute of OTHER Architects,A9A Document 5707 Bond No 0187834 PROJECT: (name, eddress)Medical District Part 9 Water System Improvements TO (Owner) W.Oldeander St., 8th Ave. & Enderly St. Fort Worth TX 76102 F ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorton Street Medical District Part 9—Water System Improvements W.Oleander St, 8th Ave,&Enderly St., Fort Worth-Water Project#P265- Fort Worth TX 76102 609140024788 Ct Prosect#00247&DOE#7099 -I CONTRACT DyATE 9/23/2014 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 , SURE7V COPARAFQAY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Forest Hill TX 76119-6035 hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shallt 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 D � E�vL as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 10th day of July, 2017 BERKLEY INSURANCE COMPANY Surety Company Attest: — �O (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 G706, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE POWER OF ATTORNEY No.BI-72809 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 -'Marshall; Sophinie Hunter; Robbi Morales, Kelly A. Westbrook; or Tina McEwan of Aon Risk Services Southwest, Inc. of w.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 had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own mi proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, 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 attorney-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 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 power of attorney 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 "R ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed thisday ofG,2016. Attest: Berkley Insurance Company (Seal) By ----'`_B Ira S.Lederman Whi.orV er Executive Vice President&Secretary sident WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE`BERKLEY"SECURITY PAPER STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD } Z Sworn to before me, a Notary Public in the State of Connecticut, this-:1 day o , 2016, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, aVd . Senior Vice President, respectively, of Berkley Insurance Company.MAR1A C.RUNDBAI<EN NOTARY PUBLIC ' MY COMMlSS1ON EXPIRES Notary Public, State of Connecticut APRIL 30,2019 ie CERTIFICATE I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a 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 10 th day of July (Seal) ------- Vincent P. orte FORT WORTH September 06,2017 Conatser Construction TX LP 5327 Wichita St. Fort Worth,TX 76119 Re:Acceptance Letter Project Name: Medical District Water Distribution System Improvements Part 9 Project Type: Water Project N2: P265-609140024788 D.O.E. Ns: 7099 Contract Ns: 46430 Dated: 9/23/2014 Gentleman: On May 13,2016 a final inspection was made on the subject project. There were no punch list items identified at the time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on May 13,2016,which is the date of final inspection 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, �d Ton 2lola, SP.E. , Englneering Manager MP / cc: Kara Shuror,Acting Director,Water Department Chris Harder,P.E.,Assistant Director,Water Department Captain Michael Skains,Fire Department Roger Hauser,Field Operations Superintendent,Water Department Bill Lundvall,Field Operations Superintendent,Waste Water Department Liam Conlon,Project Manager Jenifer Tatum,P.E.,Kimley Horn, Consultant Conatser Construction TX LP, Contractor David Johnson, Supervisor,Water Engineering and Fiscal Services Paul Gieger,Inspector,Water Engineering and Fiscal Services 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 Z, Printed on recycled paper