Loading...
HomeMy WebLinkAboutContract 48420-FP2 Department of TP &W Const. Services CP"I# Do Date Project Manager A. Risk Management Canady t o rl 1 l WO R T Ha D.O.E. Brotherton 10^1to-41 1 CITY SECRETA Y GFA Morales/Scanned t0--M-k-1 CONTRACT NO. Y GutzlerlScanned l0—tto,--11, The Proceeding people have been Contacted Iro concerning the request for final payment& have 'ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION v '1& 7 Developer Projects) 1 Clearance Conducted By P/e"u&get# City Project Ns: 100447 Regarding contract 100447 for PARKVIEW HILLS PHASE 5C as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Directo ublic Works Department has accepted the project as complete. ULE [� SOV 0 3 2017 Original Contract Price: $564,820.00 Amount of Approved Change Orders: 54,650.00 Ne 1,4 Revised Contract Amount: $569,470.00 Total Cost Work Completed: $569,470.00 L7 Recomme ded for Acceptance Date Asst. Dire t r PW - I 09 Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date NOV 7 011 OFRECORD CITY SECRETARY Wit$ FT.WORTH,TSG Rev.9/22/16 D NOV17� Z 4 5%01-- 1 60 ,qq7 City Project Numbers 100447 DOE Number 0447 Contract Name PARKVIEW HILLS PHASE 5C Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 10/18/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / ROGERS Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 100 CD 5327 WICHITA ST Days Charged to Date 313 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $569,470.00 Less %Retained $0.00 Net Earned $569,470.00 Earned This Period $569,470.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $569,470.00 Wednesday,October 18,2017 Page 4 of 4 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PARKVIEW HILLS PHASE 5C Contract Limits Project Type WATER&SEWER City Project Numbers 100447 DOE Number 0447 Estimate Number 1 Payment Number 1 For Period Ending 10/18/2017 CD City Secretary Contract Number Contract Time 10(FD Contract Date Days Charged to Date 313 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / ROGERS Wednesday,October 18,2017 Pase 1 of 4 City Project Numbers 100447 DOE Number 0447 Contract Name PARKVIEW HILLS PHASE 5C Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 10/18/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC WATER PIPE 4215 LF $34.00 $143,310.00 4215 $143,310.00 2 8"GATE VALVE CO#4 13 EA $1,250.00 $16,250.00 13 $16,250.00 3 FIRE HYDRANT 5 EA $3,950.00 $19,750.00 5 $19,750.00 4 1"WATER SERVICE CO#1 95 EA $900.00 $85,500.00 95 $85,500.00 5 DUCTILE IRON WATER FITTINGS 1.3 TN $4,500.00 $5,850.00 1.3 $5,850.00 W/RESTRAINT 6 CONNECTION TO EXISTING 4"-12"WATER 3 EA $1,000.00 $3,000.00 3 $3,000.00 MAIN 7 TRENCH SAFETY 30 LF $1.00 $30.00 30 $30.00 Sub-Total of Previous Unit $273,690.00 $273,690.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONC PVMT 7 SY $25.00 $17 .00 7 $175.00 2 8"PVC SEWER PIPE 3776 LF $38.00 5143,488.00 3776 $143,488.00 3 8"SEWER CARRIER PIPE 34 LF $38.00 $1,292.00 34 $1,292.00 4 4'MANHOLE 20 EA $3,200.00 $64,000.00 20 $64,000.00 5 4'EXTRA DEPTH MANHOLE 44 VF $175.00 $7,700.00 44 $7,700.00 6 4"SEWER SERVICE 94 EA $600.00 $56,400.00 94 $56,400.00 7 MANHOLE VACUUM TESTING 20 EA $150.00 $3,000.00 20 $3,000.00 8 TRENCH SAFETY 3810 LF $1.00 $3,810.00 3810 $3,810.00 9 POST CCTV INSPECTION 3810 LF $2.00 $7,620.00 3810 $7,620.00 10 CONNECT TO EXISTING SEWER MANHOLE I EA $1,500.00 $1,500.00 1 $1,500.00 11 20"CASING BY OPEN CUT 34 LF $180.00 $6,120.00 34 $6,120.00 12 IMPORTED EMBEDMENT/BACKFILL CSS 4.5 CY $150.00 $675.00 4.5 $675.00 Sub-Total of Previous Unit $295,780.00 $295,780.00 Wednesday,October 18,2017 Page 2 of 4 City Project Numbers 100447 DOE Number 0447 Contract Name PARKVIEW HILLS PHASE 5C Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 10/18/2017 Project Funding Contract Information Summary Original Contract Amount $564,820.00 Change Orders Change Order Number 1 $900.00 Change Order Number 4 $3,750.00 Total Contract Price $569,470.00 Date -Ao-l 7 Total Cost of Work Completed $569,470.00 Contractor Less %Retained $0.00 Date Net Earned $569,470.00 t�� �Z7-/-7 Inspection Supervisor Earned This Period $569,470.00 ' Retainage This Period $0.00 ��t/r/'1 Date 1� � ` Less Liquidated Damages Proje t anager aDays @ /Day $0.00 Date "t t� �� LessPavement Deficiency $0.00 Asst.Di to u .� ns c n Less Penalty $0.00 �� tv i c es D ate 1 I 3 Less Previous Payment $0.00 Director -- /Contracting Department Plus Material on Hand Less 15% $0.00 tom'G' Balance Due This Payment $569,470.00 Wednesday,October 18,2017 Page 3 of 4 a) U Cn a N o 0 0 0 0 o a Z p O U N O O O O O O O = U o O o J O H O w O O O w O O O O H CL o to p p U Qi N O LoO O O W > O U V p O W O e� U, Z a Z V o 0 0 0 0 0 W = 0 w IA- C-) U O Q U o r cs Z � o O O d n o o n o n rn 0 0 0 0 6 0 O o o C o o ` '� '1� "r a>i oOf iri u3 v> 00 O U O � w N CO N I� o M N I- U o 0 0 0 0 0 N 6) zo 0 0 0 0 o U o O N M 11) 19 � � o Wp o z U clj Z O ap Q > v n Z Z a oN 0 0 m iO 2 O z N O O O o O U3 U ~ O O O O O 4R L U y N N N U U d o O U I us W) F— Of < 0 0 � Q z z 0 0 0 0 0 0 0 W N O U o 0 o O o 0 W d 0O 0O 2_ osr w � 0 0 LU LULu 0N Z U r- cno Lo Of O O O O N Q Zui n n n 0 0 m rn d' m m N dLo co (n do N N N W O O (J af In 00 fH tR fA CL W " Vz n V Q U W v v O o 0 0 o 0 o 0 V V U o 0 0 0 0 0 W O O z o 0 0 0 0 0 O p cR J Of oM oM W a W U v 2 U) Q a c = o o O 0 0 0 W < rn o o `m Y = a 2g a aai U CO V O O o 2 m N co Q Q O O ¢ O ❑ U � O d m N Z Lo z � z w 0 On U O r C w w LLjZ U' Q 2 Z xtk W Z O t U1 O ~ ~ O H = Q Z Z ~ U bi it U U Q U w O r 0 S o w F- W W U Q U Q of w F ¢ a ¢ Up W o > Z F W O O z H ¢ D cr � w a w w -3 Z Q 0 O Z U to K U Q W OF U 0 O p w w ¢ o U - ¢ = W H W W *k W z_ z H U 0 U O > (n LL z o w U OU ¢ ~ CD EL (k\61 , }(\/k� \ z § \M (A \ . S E� k § ) 2 \ , CC) ® ) w k R S LUC . & & ƒ / / k ) 2 z § I E® z C | 0 \ ) } (/) 0 UJ ) ( \ I-- 7 `�) \ / m §\ �ƒ�G) � / # BAG §� 5 c Ef�e0 \ k 2 � j LU «\ &z @ �g - »§ m § § k Ir k 2 i \ ( 0:w CLf k - © IL £ f XO { ( co $ §2 ' E \ ( @ \ �= o / Ro i . E & \ \ /§ & & z / = zg $ k E§ \5555-iU /( - \ \ / § a o \ a a z / o§ R E 2 \ \ j)\(\\ �� co 2 f f 4 \[ (l:Yl- \ \\ �§ ) § } \ f 2 / § ) . 0 . f o /Y - 44 4° } 2 - &&»$ e \ a.< 2 & » / 6 En ƒ E I � r U � Q <n m � Q 0 0 0 0 0 0 a Z p O U 0 0 0 0 0 0 0 0 ~ _ 2 0 C7 U o J � H m W o O O O cr Ul O� oo 0 C o m N Vl M > N it d O tR til eH O U O 0 W Z Z a fl of U o 0 0 0 0 0 Q W N o 0 0 0 0 0 2 w O U O Q ri Z � Q a m o 0 rn 0 m u� m C) V 00 D U w C14 Co cli � U O o O o O o N O W z a0 Q > U rn Q 0 F- a o 0 0 = z m o o vi n ril v_ U Q OU a v o o v_ o to is L > N 10 N VT M N N M U U o ci W O < o z Q Z Z � � o 0 0 0 0 0 0 O O U o 0 0 0 0 0 a } p c i' uol <Oil o J O O W w U a s w Q Z Q LL O N O O O O Zy O O O O O Hl W CLCD 0 m2 C O O n fA Q co co y N M to T ON m a co U) > O !A fR fR W Z I U W 'T O _j 0 0 0 0 0 0 0 W - p v V U o 0 0 0 0 0 > J (� O O = Q �' (OA toil VOT O W — a U o _ o) C) W w v Q V V U Q o 2 o C) O o 0 0 O C)LU 0 0 0 0 Qp a o 0 0 o O p O Y 2 CO V Ci C) o ai U a a > . N N N > d m oN o z , °; 3: U tir ul m z Z W O � U O Q w W 2! W z O rn O LLI U U U F- LLJ = Q Z Z y p U -) � Z ¢ w Q a < w O) Z1- W O O w ¢ o = � w wa w wcli ❑ O a cn to T UU O a_ a_ O F- z o z W � w a s U U O o v 0 0 LU w o I— Z# a W W *k W W Q u7 Q ❑ O O z Q > W F- , W a 0p X o m a O 11 H O >Q W J (n a F w z O > O > a U U U O > (n LL Z a o w U OU Q w ~ > /) U-) � 2/ / jLO a 2 Z � k w % - ( ~ � o k } z § \ < § � . § e £ F a % \ ) « \ § ■ $ 7 \ \ @ � Zw raca � j \ §] / E \ \ �§ \ m f ) LU E _j CD ) k � o f ( \ ¥ A( § « \ . § B F-: \ E K « 2 £ / e � Sk LLJ \ & uj ) § 7 � \§ � N C3 £w j e t 3 a < \ ,% \ �w ( / ) - @ 2 } (/ § ) 6 < \ ( § E 0- o $ § } a & § 2 ) 3 \ J E / / § £ Z 2 lu 0 \7. } 3 \� u 2 ƒ § 2 k 1 ƒ ui . , U 0� m U d Qo 0 0 0 0 0 Z p O U a 0 0 0 0 0 0 0 U U o 0 0 0 0 0 LUU U o J pOj H O W o O o o CX m fA Oa b oo m > O V V > N 59 r r d O o eH e9 O U O O W 0 U` Z o 0 0 0 0 0 0 Z U o 0 0 0 0 0 = W p W � o O O 4 U m Z � o ❑, m 0 0 rn 0 m `O o o ° o tO e v v > w o o » n s o v � oU W N OJ Cl) N F- 0 0 0 0 0 0 o N U o 0 0 0 0 0 0 N 67 Z o 0 0 0 0 o U o O N ch n a R o W Z U o w h U Q Q P�j (fl Q 0 a o o o m Z o o o v> _ O CL `Ov o o f.- o n U Q L) O d U U Q U m uCOs to a m W O 0 0 Q Z Z y U U U o 0 0 0 0 0 W w U W 0 w 0 Z r uS Of O U) o 0 0 °�' v z N Z 0 O O O O O (q LU h h h Q O O y rn m � co CL C/) Cq W 0 0 0 x " o U LU o o W Z 0 > 00 v v O W U W o o J V o 0 0 0 0 0 Ln D > U) co o o = ZO �_ , 0 0 J CC OCl) O LU LU < U o = LU Q V 'tco (n Q ~ o Q Q 2 O O 0 0 0 0 O O o o O o N W NCO r- (3) - Y 2 � V O O O O 0 0 0 0 o U (o V O O '7 m e9 to mem N Q Q O O Q Om p 0 68, 4.0� O d CO N Z r L,) LO F W 0 0 U O H ¢ w < LLI Z O U` = G S Z k *k W z O F rn O F- F- (D = ¢ Z z r U LLI U U Q U W (� O w Q U � LLI Q = W W ¢ 0 Q U W U (n o p O p 0 > N Z F- zLU ¢ 0 0 a z N a y x N F- Q O F- F- 0 0 W O > > o U f of W' U U F U O U w = r � F- k 0- * W W *k W z nLU � � Z OW � O a O Z Q >- W Q J IL U � o z o j ~ °w Of O W O w Z x Of O � W 0 U U U 0 co LL W 0 W U U ¢ K �§§ / pa# k x_17 - 5 k k � # § § § # o_ w a . ` § k J & ) k §� k 7 k} 7lu % k � UM, ® k k Q m \ ({ £ k \ k § 20 § £ 2 § P: pji� { A £ § �< { 0]§ . . o ([ / � \ Z � ( d2 t R� § � §I m { » §z B © $ g R # ) W2- }§ % / 2 ƒ ' § J . f © � k w § k ) \ \ § m A 2 2 £ & o § . e § / & o § . m \ � « « . Ir U 0 0 0 0 0 0 n- Z p O U 0 O O O O O O O y U O O O O O O O U o J C; H W COO O O O (n OC h w > N m o o D U p W Z 409,Q W U o 0 0 0 0 0 0 0 0 0 0 0 _ W 2, h ON !pi? VOi Ow W' p U 0 (9 U o Q r 2 � 0 0 0 ao 0 0 0 0 o o n o C N M 0 0 rn o rn o w o w w w O 11, W O U W N ao a 0 0 0 0 0 0 0 N � zC> U o 0 0 0 0 0 N M .�_' w w w p U WI� F-- N :�' P` Z o Z DD 00r Q > r V � Q �o m Q a o o `'' W _ Z U Q c v_ M o o 44 41 > y tp N tD t0 W V_ O U w w w w p o o Z Z O O 0 o 0 0 0 0 0 Q' d F- p p w CD w w w o z U a dCl. U w Q' O W o o p Cl) o 0 o a' CD ZLLJ Q 0p O O 00 p 00 44 Q OO o a 00 O dCD Q' t!7 co (n ) O w W d OO O W � U W -D Z O > O J U W V O J o 0 0 0 0 0 0 W L p O O W U o 0 0 0 0 0 W J U) = O «os w w w w o IL Elf J O O LU W U o = Q v v U) o a = O o 0 o M W N (0 fl- o 0 o C O r > Q Cl) I� O, O m N H C O O O h �p O (O C o O rn w of vi U Q Q O Q M O IL N D U M, N Z LOLO O H � Z W O F o H Q w W D U Q ~ Xk �# W Z O F (=q O ~ ~ (D2 QLij 4t ~Z F U H W W z U H U U U C U (Wn Z F- W 0 0 :CC M Q ¢ 0 W a W W ON H VO p 0 p o o a Z m m d HLL W U V � o V 0 0 w � F o H �t a W W k W 3 z - F- Z W -J O a O Z Q W F- 3: W d Q -U < p =) (n ;Q �- CL OLL LLJ U)U U U > fn LL Z d X m O 2 w OF O W U U Q 2 P■# §§ 2 §� z 2 \ 8 E I @ / 7 � 2 \ § \ § IL k / � ■ a k « k § 2 b IL & § M f / to / §° §LLI { ) 210- / $ ML f E IOU� as p { ® § t « o§ ; FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Parkview Hills Phase 5C PROJECT NO.: CPN 100447 CONTRACTOR: Conatser Const TX,LP DOE NO.: PERIOD FROM;12/12/16 TO: 10/20/17 FINAL INSPECTION DATE: 20-Oct-17 WORK ORDER EFFECTIVE: CONTRACT TIME: 313 Q WE 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. IL. 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 PERIOD 313 PREVIOUS PERIOD TOTALS TO DATE 313 *REMARKS: CONTRACTOR DATE INSCTOR DA E ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 • Fac (817) 392-7845 FoRTWORTHREV.8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name CONATSER Construction TX,L.P. Parkview Hills Phase 5C Inspector City Project Number Edwin R.Rodriguez, Sr. 100447 Construcdjon Components Project Manager Q WaterE] Waste Water❑ Storm Drainage❑ Pavement Aaron Long,P.E. Initial Contract Amount ProjectDiculty $564,820.00 O Simple Routine O Complex Final Contract Amount Date $569,470.00 10/20/2017 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 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 3 60 45 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 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 368 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 368 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 388 Rating(ITS/MS] x 100%) 368 / 388 = 95% 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 4 4COnor Signature z .� VJ 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 FORTWORTHREV Q2/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 10/20/2017 Name of Contractor Project Name CONATSER Construction TX L.P. Parkview Hills Phase 5C DOE Inspector Project Manager Edwin Rodriguez Aaron Long,P.E. DOE Number ProjectDifficulry Tvpe of Contract 100447 io Simple 0 Routine Q Complex [2] waterE] wastewater[] Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $564,820.00 $569,470.00 II) PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENTj RATING ELEMENT RATING (0-4) J (0-4) INSPECTION EVALUATION PLANS& SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions ( « 12 Knowledge of Inspector 1�11 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 41 3 Applicability of Specifications `,e 4 Display Of Professionalism L/ 4 Accuracy of Plan Quantities y 5 Citizen Complaint Resolution Y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I/ 1 Knowledge And/Or Problem Resolution ADMINISTRATION 12 Availability of Project Manager 5� 1 Change Order Processing Time 1 51 13 Communication 1 �2 Timliness of Contractor Payments 1 4 Resolution of Utility Conflicts 13 Bid Opening to Pre-Con Meeting Timeframe y 1 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector ZZ Signature DOE Inspector's Supervisor w INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS 15 The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fat: (817) 392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Parkview Hills Phase 5C PROJECT NUMBER: CPN 100447 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 4215 FIRE HYDRANTS: 5 VALVES(16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: V Copper 95 ea SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 3810 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 4" PVC 94 ea TRANSPORTATION AND PUBLIC WORKS . s The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 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: PARKVIEW HILLS, PH 5C WATER, SANITARY SEWER, STORM DRAINAGE, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ #: N/A CITY PROJCT #: 100447 CITY OF FORT WORTH STATE OF TEXAS CONATS CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 10th day of Octob 7. BERTHA GIANULIS No'aryPuhliC, State of Texas P,iy Comrn.ssion Expires , Notary Public in Tarrant County, Texas Scpfc-mcer 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR El SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0204556 PROJECT: (dame, address)Parkview Hills-Phase 5C Fort Worth,TX TO (Owner) BARHAM& HARRIS LAND ONE,L.P.AND THE CITY—I ARCHITECT'S PROJECT NO: 100447 OF FORT WORTH CONTRACT FOR: c/o Baird, Hampton&Brown, Inc. Paving, Drainage,Street Lights,Water&Sanitary Sewer Loll Worth TX 76116Improvements for Parkview Hills-Phase 5C —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 or 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) BARHAM& HARRIS LAND ONE, L.P.AND THE CITY OF FORT WORTH c/o Baird, Hampton & Brown, Inc. Fort Worth TX 76116 OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 9th day of October, 2017 BERKLEY INSURANCE COMPANY Surety Company Attest: —17-� / (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 No.BI-7280g 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 T. Reyna; Don E. Cornell; Vena DeLene Marshall; Sophinie Hunter; Robbi Morales; Kelly A. Westbrook, or Tina McEwan 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 had been duly executed 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, 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 M 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 a 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 TT ceased to be such at the time when such instruments shall be issued. aw 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 this-7 day ofo_�,2016. a Attest:. Berkley Insurance Company (Seal) By i/ OJe' Ira S. Lederman .. afterExecutive Vice President&Secretary ioir V President WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD } Sworn to before me, a Notary Public in the State of Connecticut, this 2Z day oft4t46,Y,.f > 2016, by Ira S.Lederman and Jeffrey M. Haftwho are sworn to me to be the Executive Vice President and Secretary, and c Senior Vice President, respectively, of Berkley Insurance Company MARIAC.RUNDBAKEN r... NOTARY PUBLIC MY COMMISSION EXPIRES Notary Public, State of Connecticut APRIL 30,2019 K ' n: 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 Attomey-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 9th day of October (Seal) Vincent P. &rte