Loading...
HomeMy WebLinkAboutContract 48721-FP1 Department of TP&W Const.Services CNN9 1 Date Project Manager Risk Management Canad� jL z ('Qi-�'1 TWORTH, l g'l7 D.O.E. Brotherton CFA Morales/Scanned 1'ir 13-1-1 CITY Sc^"mT. RY r { Gutzler/Scanned fZ-(S� CONTRAC i NC• 1 The Proceeding people have been Contacted concerning the request for final payment&have TION AND PUBLIC WORKS released this project for such payment. PROJECT COMPLETION to Q 44 weloper Projects) Clearance Conducted By 0&n0(4111 City Project Ns: 10044 Regarding contract 100443 for RIDGEVIEW FARMS PH 5 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 Assis tion&Public Works Department has accepted the project as complete. !Fi JAN 112018 Original Contract Price: $723,546.20 Amount of Approved Change Me Revised Contract Amount: $723,546.20 Total Cost Work Completed: $723,546.20 to J< � Recom for Acceptance Date Asst. Di r, TPW - rstinn Accepted Date OF-at. Dire or, ATER DEPARTMENT ] -A -�D Asst. City Manager Date Comments: - RECORD JAN 1 Rev_9/22/16 j>�t ; �U0j JAN 11 2018 City Project Numbers 100443 �i DOE Number 0443 Contract Name RIDGEVIEW FARMS PH 5 Estimate Number 1 Contract Limits WATER,SEWER,STORM DRAIN Payment Number 1 Project Type WATER&SEWER For Period Ending 12/26/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / SALINAS Contract Date Contractor BURNSCO CONSTRUCTION,INC. Contract Time 180 CD 6331 SOUTHWEST BLVD Days Charged to Date 263 CD FORT WORTH, TX 76132 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 $723,546.20 Less %Retained $0.00 Net Earned $723,546.20 Earned This Period $723,546.20 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 $723,546.20 Tuesday,December 26,2017 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name RIDGEVIEW FARMS PH 5 Contract Limits WATER,SEWER,STORM DRAIN Project Type WATER&SEWER City Project Numbers 100443 DOE Number 0443 Estimate Number 1 Payment Number 1 For Period Ending 12/26/2017 CD City Secretary Contract Number Contract Time 18aD Contract Date Days Charged to Date 263 Project Manager NA Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION,INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors LAYER / SALINAS Tuesday,December 26,2017 Page 1 of 4 City Project Numbers 100443 DOE Number 0443 Contract Name RIDGEVIEW FARMS PH 5 Estimate Number 1 Contract Limits WATER,SEWER,STORM DRAIN Payment Number 1 Project Type WATER&SEWER For Period Ending 12/26/2017 Project Funding WATER Item Description of Items Estimated Estimated Com leted Com leted No. p Unit Unit Cost P P Quanity Total Quanity Total ------ __ __________ __ _ 6420 LF $0.20 $1,284.00 6420 $1,284.00 1 TRENCH SAFETY — 2 DUCTILE IRON WATER FITTINGS 3.2 TN $6,500.00 $20,800.00 3.2 $20,800.00 W/RESTRAINT 3 8"WATER PIPE 6420 LF $21.50 $138,030.00 6420 $138,030.00 4 FIRE HYDRANT 10 EA $3,300.00 $33,000.00 10 $33,000.00 5 1"WATER SERVICE 169 EA $730.00 $123,370.00 169 $123,370.00 6 8"GATE VALVE 18 EA $1,300.00 $23,400.00 18 $23,400.00 7 CONNECTION TO EXISTING 4"-12"WATER 3 EA $800.00 $2,400.00 3 $2,400.00 MAIN Sub-Total of Previous Unit $342,284.00 $342,284.00 SEWER Item Description of Items Estimated Estimated Completed Completed No. Unit Unit Cost P p Quanity Total Quanity Total -------------------------------- ----- -- ----------------- __ __ 1 POST CCTV INSPECTION 5133 LF $1.40 $7,186.20 5133 $7,186.20 2 MANHOLE VACUUM TESTING 23 EA $110.00 $2,530.00 23 $2,530.00 3 MANHOLE ADJUSTMENT MINOR 4 EA $400.00 $1,600.00 4 $1,600.00 4 TRENCH SAFETY 5133 LF $1.00 $5,133.00 5133 $5,133.00 5 TRENCH WATER STOPS 13 EA $250.00 $3,250.00 13 $3,250.00 6 20"CASING BY OPEN CUT 140 LF $86.00 $12,040.00 140 $12,040.00 7 4"SEWER SERVICE 169 EA $600.00 $101,400.00 169 $101,400.00 8 8"SEWER PIPE 4948 LF $36.00 $178,128.00 4948 $178,128.00 9 8"SEWER PIPE CSS BACKFILL 185 LF $47.00 $8,695.00 185 $8,695.00 10 EPDXY MANHOLE LINER 9.4 VF $200.00 $1,880.00 9.4 $1,880.00 11 4'MANHOLE 22 EA $2,210.00 $48,620.00 22 $48,620.00 12 4'DROP MANHOLE 1 EA $3,700.00 $3,700.00 1 $3,700.00 13 4'EXTRA DEPTH MANHOLE 45 VF $140.00 $6,300.00 45 $6,300.00 14 REMOVE STUB OUT&CONNECT TO 1 EA $800.00 $800.00 1 $800.00 EXISTING MANHOLE Sub-Total of Previous Unit $381,262.20 $381,262.20 Tuesday,December 26,2017 Page 2 of 4 City Project Numbers 100443 DOE Number 0443 Contract Name RIDGEVIEW FARMS PH 5 Estimate Number 1 Contract Limits WATER,SEWER,STORM DRAIN Payment Number 1 Project Type WATER&SEWER For Period Ending 12/26/2017 Project Funding Contract Information Summary Original Contract Amount $723,546.20 Change Orders Total Contract Price $723,546.20 Date / O Total Cost of Work Completed $723,546.20 Cont r or Less %Retained $0.00 Date Net Earned $723,546.20 Inspection Superv' r , -1//_ Earned This Period $723,546.20 Retainage This Period $0.00 Date Less Liquidated Damages Project ager G� I Days @ /Day $0.00 Date ` ���` LessPavement Deficiency $0.00 Asst.I)&tfT] 1/(!V� Less Penalty $0.00 dlu Date ®" 1� C� �� Less Previous Payment $0.00 Director ' g Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $723,546.20 Tuesday,December 26,2017 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Ridgeview Fan-ns Phase 5 PROJECT NO.: CPN 100443 CONTRACTOR: Gi1Co/BumsCo/C&S Utility DOE NO.: n/a PERIOD FROM;12/16/17 TO: 12/21/17 FINAL INSPECTION DATE: 21-Dec-17 WORK ORDER EFFECTIVE:4/3/2017 CONTRACT TIME: 263 O WB* 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 DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 263 263 PERIOD PREVIOUS 0 0 PERIOD TOTALS 263 263 TO DATE *REMARKS: c. CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT �` The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TN 76012-6311 (817) 392-7941 •Fat: (817) 392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Ridgeview Farms Phase 5 PROJECT NUMBER: DOE NUMBER: CPN 100443 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8" PVC 6420 LF FIRE HYDRANTS: 10 EA VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF none DENSITIES: Passed NEW SERVICES: V Copper 169 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF SEWER 8" PVC 4948 LF PIPE ABANDONED SIZE TYPE OF PIPE LF none DENSITIES: Passed NEW SERVICES: 4" PVC 169 EA TRANSPORTATION AND PUBLIC WORKS . ;= The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TY 76012-6311 (817) 392-7941 •Fat: (817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Burnsco Construction Rid eview Farms Ph 5 Inspector City Project Number Martina Salinas #100443 Constn1cdion Components Project Manager Q Water[Z Waste water Storm Drainage0 Pavement Fred Ahia Initial Contract Amount ProjectDiffzculty $723,546.20 O Simple rQ Routine Q Complex Final Contract Amount Date $723,546.20 1/4/2018 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 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 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 020 60 9 Daily Clean Up 5 Y 3 15 10 Citizen's Complaint Resolution 5 Y 4 20 11 Property Restoration 5 Y 4 20 12 After Hours Response 5 Y 4 20 13 Project Completion 5 Y 4 1 20 TOTAL ELEMENT SCORE(A) 426 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 426 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 426 / 448 = 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 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,TK 76116• (817)392-8306 FORTWORTHREV:02'22'07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION :Date: 1/4/2018 Name of Contractor Project Name Burnsco Contracting Ridgeview Farms Ph 5 DOE Inspector Project Manager Martina Salinas Fred Ahia DOE Number Project D' uh)) Type of Contract CPN 100443 O Simple Q Routine Q Complex [] Water7 Waste Water[] Storm Drainage Pavement Initial Contract Amount Final Contract Amount $723,546.20 $723,546.20 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 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 l] PROJECT MANAGER EVALUATION 6 Performance-Setting u Valve Crews,Labs I Knowledge And/Or Problem Resolution 1-4 ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication L 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS � � The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document 6707 Bond No 022056816 PROJECT: Ridgeview Farms Phase 5-Water, Sanitary Sewer&Drainage Improvements (name, address) Fort Worth, TX TO (Owner) 287/156 PARTNERS,L.P.AND THE CITY OF FORT -I ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 8750 N.Central Expwy#1735 Ridgeview Farms Phase 5-Water,Sanitary Sewer&Drainage Improvements Dallas TX 75231 CONTRACT DATE: CONTRACTOR: BURNSCO CONSTRUCTION, INC. 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) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (here insert name and address of Contractor) BURNSCO CONSTRUCTION, INC. 6331 Southwest Boulevard Benbrook TX 76132 , 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) 287/156 PARTNERS, L.P. AND THE CITY OF FORT WORTH 8750 N. Central Expwy#1735 Dallas TX 75231 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 27th day of November, 2017 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest:Robbi Moraies (Seal))- / Sign tore of Authorized Representative SoDhinie Hunter 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 ;dIS POWER_OF ATTORNEY`IS NOT VALID UNLESS IT IS PRINTED-ON.RED BACKGROUND. This Power of Attorney limits the acts of those-named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7877063 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY -KNOWN ALL PERSONS_BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized-under-the laws,of the State of Indiana(herein collectively called the Companies"),pursuant to and by authority herein,set forth,does hereby name,constitute and appoint, Don-E_Cornell;Kelly A.Westbrook,,.Ricardo J.Retina Robbi:Morales•Saphinie Hunter Tina McEwan -WJ5.eLene--Marshall all of the city of Dallas state of TX leach rrd+vtdually if there be more fhan one named,its true and-lawful attorney In#actrfo make,execute,seal,acknowledge and deliver,for and on its behalf as surety andas its act ah, eed anyand all undertakings,bonds recognizances and othersurety obligations rtn:pursuance of these presents and shall be as binding upon the Companies as if they,'..,have beenduiysigned by the:president and attested by the secretary of theCampanies in their own proper persons: 1N WITNESS WHEREOF,this Power of Attorneyhas been subscnbed-fly an authorized offtcer.or otfcial of the 0ompantes and the corporate seals of the Companies have been affixed thereto this 25th day of Augusi 2017 >, ��r°rte ''^ The Ohio Casualty Insurance Company r Liberty Mutual m Insurance Company a{ ne 912 1991 WestAmerican Insurance Company = ti �. JFi�•w,- \a r 9 %f���c fit S: .: li•r:P �� / •� Y. �= STATE OF PENNSYLVANIA- ss David M.Carey,Assistant Secretary C M_ R - COUNTY OF MONTGOMERY a — o aj_On this 28th dayof August 2017 before me personally appeared David M.Carey,who acknowledged himself"to be the Assistant Secretary of Liberty Mutual Insurance v E- v O Company The Ohio Casualty Company, and West American-Insurance Company, and that he, as such;being authorized so to do, execute the foregoing instrument for the purposes y p'3 therein contained-bysigning on behalf of the corporations by himself as a duly authorized officer. d W L ? -IN WrTNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. p CL G? ,N PAST COMMONWEALTH OF PENNSYLVANIA /44 ''o PW ter• Notarial Seal y.. t'`O ' Teresa Pastella,Notary Public By: O 01-1- c of Upper Merion Twp.,Montgomery County Teresa Pastella,Notary Public My Commission Expires March 28,2021 PV�y Member.Pennsylvania Association of Notaries -. O E CZ C at This Power of Attorney is made and executed-pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual cN c a). Insurance Company,and West American Insurance Company which resolutions are now in full force and.effect reading as follows: t o .d ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or otherofficial of the Corporation authorized for that purpose in writing by the Chairman orthe President,and subject 40- to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to actin behalf of the Corporation to make,execute,seal, W>� .� d O c= acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective ji 3>. E 4: powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so a) Oexecuted;such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative orattomey-in-fact under > Q the provisions of this article maybe revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. N ARTICLE XIII-Execution of Contracts—SECTION 5:Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe;shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M 0 U seal,acknowledge and deliver as-surety any and all undertakings;'bonds,recognizances and other obligations. Such attorneys-in-fact subject to the limitations set forth in their ao respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O o v executed such instruments shall be as binding as if signed by the president.and attested oy the,secretary. - -. o O . Certificate of Designation.—The President.of the Company,acting pursuantto the Bylaws of&Company authorizes David.M Carey Asslstanf-Secretary to appoint such attorneys-in- fact-as may be necessary to act on behalf-of the Company.to olake execute;seal,acknowledge and deliver as surety any aad all undertaktttgs bonds,recognizances and other surety obligations. -Authorization—By unanimous consent of the t✓ompany s Board ofDlrectors,the Company consents that facsimile or mechanically reproduced sigma#ure of any assistant secretary of the Company,wherever appearing upon a-certfed copy of any;power 0f attorFey issued by the Company.in connection-with sutefy bonds,shall be valid and binding upon the Company with the-same force and effect as though manually affixed.: P;,Renee C. Llewellyn, the undersigned, Assistant:,Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original Dower of attorney or whcb`the foregoing is=a tint tnie=and correct.Wpy of the Power_ of Attorney.ekecuted by said:Companies, is in full force and effect and has not been revoked. ?:: IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day Of AJ'® 20 1912 ? 1991 r By: Renee C.I lewe Assistant Secretary 198 of 400 LMS 12873 022017 Liberty Mutual., SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una quej a: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede de Texas Consuibir mer ProteDepartaiction (dl 1 S A)os Consumer Protection (111-1 A) P. 0. Box 149091 P. 0. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX # (512) 490-1007 Web: http://www.tdi.texas-gov Web: b - ://www tdi texas.gov E-mail: Cons urnerProtection tdi.texas.gov E-mail: ConsurnerProtectionna tdi texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your nutreclarno, debedisputa comunicarrsetconselprima agente o premium or about a claim you should first rimero. Si no se resuelve la disputa, puede contact the agent or call 1-800-843-6446. p If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion no se convierte en parte o condicion del become a part or condition of the attached documento adjunto. document. NP 70 68 09 01 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 Ab Grantges, Contract Mgr, Of Burnsco construction, Inc.,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 famishing 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; That there are no claims pending for personal injury and/or property damages; On Contract described as; Ridgeview Farms Ph. 5 -Water, Sanitary Sewer and Storm Drain BY A G antges, Contract Manager Subscribed and sworn before me on this date 4th of December, 2017. Notary Public < iA Mc�u�r N �!lllllf}}} Tarrant County, Texas B=a; WOW FUk�ll�.gt�te��f T2kE S N�: .'e Cef}rflt1l Expir®A��• ,2018 ��hgTF OF tE`�� Notary 10 128446481 Ridgeview Farms Ph. 5 January 5, 2018 The City of Fort Worth c/o: Ron Cordova 1000 Throckmorton St. Fort Worth, TX 76102 RE:Ridgeview Farms Ph. 5—Water and Sewer Contract—City Project No. 100443 Water Project No. 59601-0600430-100443-001480 and Sanitary Sewer Project No. 59607-0700430- 100443-001480 Dear Mr. Ron Cordova: The purpose of this letter is to substantiate the fact that 287/156 Partners, L.P. does not intend at this point to act on the liquidated damages that are an option of the developer within the Project Manual for the Construction of the above mentioned project. Please let me know if there are further questions with regards to this contract or the completion of this project. Raa4 Xc6%ut&a, P.E. The Cambridge Companies, Inc. Vice President of Construction 972-762-2627 cell randy@cambridgecos.com 14755 Preston Road/Suite 710/Dallas,TX 75254/T 972.702.8699/F 972.702.8372 1 www.fbrestargroup.com