Loading...
HomeMy WebLinkAboutContract 46252-FP1 Department of TPW ConstAServices CPN#O Vo-5O`*4' Date ' Project Manage �' - RT WO RT�I® Risk Management S. Gatewood CITY SECRETARY D.O.E. Brotherton L CONTRACT NO. 4z Water V. Gutzier CFA Janie Morales/Scanned ❑ ki rATION AND PUBLIC WORKS 6 - C 6:21<0 The�din*people have been Contacted concerning the request )F PROJECT COMPLETION5 oZ S oL for final payment&have released this project for such payment Ci Project Ne: 02144 Clearance Conducted B Etta Bac _ 6Q I -I C)g a Regarding contract 46252 for BELLAIRE WATER& SEWER IMPROVEMENTS-WATER DEPARTMENT as required by the WATER DEPARTMENT as approved by City Council on 12/09/14 through M&C C-27132 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation& Public Works Department has accepted the project as complete. Original Contract Prices: $4,172,626.00 Amount of Approved Change Orders: $469,865.75 Ns 1 Revised Contract Amount: $4,642,491.75 Total Cost Work Completed: $4,0755533.25 LessF Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Tot4t Cost Work Completed: $4,075,533.25 I Les,Previous Payments: $3,898,425.47 Final Payment Due $177,107.78 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction dE Accepted Date Asst. Director, WATER DEPARTMENT .cam Asst. City Manager Date Comments: w \a'D ,9Q�� OFFICIAL RECORD CITY SECRETARY °"c� FT. WORTH,TX .L L FEB 0 7 2019 .i ,. - 59 Cis r. Co City Project Numbers 02144 ?j_ -• DOE Number 709 �J Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Estimate Number 54 Contract Limits Payment Number 54 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding Project Manager Sauceda City Secretary Contract Number 46252 Inspectors RODGERS / CROWLEY Contract Date 12/9/2014 Contractor CONATSER CONSTRUCTION TxLP Contract Time 845 CD 5327 WICHITA ST Days Charged to Date 1025 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH PQ # �� SUMMARY OF CHARGES INVOICE 52" -- 59 Line Fund Account Center Amount Gross Retainage Net Funded 1 1(�c,I Cy21 U�I 75 GYM Zo (�S,cI�SZ•u + !S J. s l _ y/ SJ�'1e0�—C!ff7[QLI3L Tl�S�—uo 1Z,C31-1. 75 -1- Z_O M' Total Cost of Work Completed $4,075,533.25 Less %Retained $0.00 WATER D Net Earned $4,075,533.25 ENGINEERING ANDARTA9ENT FISC AL SERVICES Earned This Period $177,107.78 Contact Person- li.ather Oakes- _, D a t ApP at tgnarure for:E�t 5252 Retainage This Period $0.00 DEPARTMENTCHECK PICKUP Less Liquidated Damages YES 0 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $3,898,425.47 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $177,107.78 Tuesday,January 29,2019 Page 8 of 8 FORTORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Contract Limits Project Type WATER&SEWER City Project Numbers 02144 DOE Number 7092 Estimate Number 54 Payment Number 54 For Period Ending 11/30/2018 CD City Secretary Contract Number 46252 Contract Time 84ED Contract Date 12/9/2014 Days Charged to Date 1025 Project Manager Sauceda Contract is 88.000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / CROWLEY Tuesday,January 29,2019 Page 1 of 8 City Project Numbers 02144 DOE Number 7092 Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Estimate Number 54 Contract Limits Payment Number 54 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding Unit IA-Water Improv-P253-541200-609170214483 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total IA 3311.064124"Water Pipe-Steel 2774 LF 1B 3311.064124"Water Pipe-Ductile I 2774 LF 1C 3311.064124"Water Pipe-PVC 2774 LF $150.00 $416,100.00 2768 $415,200.00 2 3311.065124"DIP Water 113 LF $155.00 $17,515.00 40 $6,200.00 3 3311.0561 16"PVC C905 Water Pipe CO#5 2020 LF $97.50 $196,950.00 1935 $188,662.50 4 3311.0461 12"PVC Water Pipe 1260 LF $65.00 $81,900.00 1410 $91,650.00 5 3311.0451 12"DIP Water 167 LF $95.00 $15,865.00 100 $9,500.00 6 3311.0452 12"DIP Water,CSS Bacicfil 201 LF $120.00 $24,120.00 135 $16,200.00 7 3311.0261 8"PVC Water Pipe 162 LF $60.00 $9,720.00 112 $6,720.00 8 3311.0161 6"PVC Water Pipe CO#5 230 LF $50.00 $11,500.00 117 $5,850.00 9 3305.1104 24"Casing by Other than O 60 LF $500.00 $30,000.00 10 3305.1103 20"Casing by Other than 0 59 LF $450.00 $26,550.00 59 $26,550.00 11 3305.2004 12"Water Carrier Pipe 60 LF $90.00 $5,400.00 60 $5,400.00 12 3305.2002 8"Water Carrier Pipe 59 LF $65.00 $3,835.00 161 $10,465.00 13 0241.1353 Salvage 20"Water Valve 2 EA $3,000.00 $6,000.00 1 $3,000.00 14 0241.1510 Salvage Fire Hydrant 2 EA $500.00 $1,000.00 2 $1,000.00 15 0241.1511 Salvage 3/4"Water Meter 9 EA $200.00 $1,800.00 9 $1,800.00 16 0241.1512 Salvage 1"Water Meter 18 EA $100.00 $1,800.00 16 $1,600.00 17 0241.1513 Salvage 1 1/2"Water Mete 2 EA $300.00 $600.00 2 $600.00 18 0241.1514 Salvage 2"Water Meter 3 EA $350.00 $1,050.00 2 $700.00 19 0241.1209 10"-20"Water Abandonme 10 EA $1,500.00 $15,000.00 20 0241.1203 8"Water Abandonment Plug 9 EA $1,000.00 $9,000.00 1 $1,000.00 21 3312.3008 24"Gate Valve w/Vault 3 EA $26,000.00 $78,000.00 4 $104,000.00 22 3312.3006 16"Gate Valve w/Vault CO#5 3 EA $18,000.00 $54,000.00 4 $72,000.00 23 3312.3005 12"Gate Valve 4 EA $2,000.00 $8,000.00 4 $8,000.00 24 3312.3003 8"Gate Valve 3 EA $1,100.00 $3,300.00 3 $3,300.00 25 3312.3002 6"Gate Valve CO#5 8 EA $1,000.00 $8,000.00 8 $8,000.00 26 3312.6002 6"Blow Off Valve 2 EA $6,500.00 $13,000.00 2 $13,000.00 27 3312.1002 2"Combination Air Valve A 2 EA $8,000.00 $16,000.00 2 $16,000.00 28A 3304.0002 Cathodic Protection for 24 1 LS 28B 3304.0002 Cathodic Protection for 24 1 LS $2,000.00 $2,000.00 Tuesday,January 29,2019 Page 2 of 8 City Project Numbers 02144 DOE Number 7092 Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Estimate Number 54 Contract Limits Payment Number 54 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding 29 3312.0001 Fire Hydrant CO#5 6 EA $3,000.00 $18,000.00 6 $18,000.00 30A 3311.0001 Ductile Iron Water Fitting CO#5 29.7 TO $4,000.00 $118,800.00 24.2 $96,800.00 30B 3311.0011 Steel Fittings 1 LS 31 3312.0108 Connection to Existing 16"CO#5 3 EA $4,000.00 $12,000.00 3 $12,000.00 32 3312.0117 Connection to Existing 4"-CO#5 19 EA $2,000.00 $38,000.00 12 $24,000.00 33 3304.0101 Temporary Water Services 1 LS $40,000.00 $40,000.00 1 $40,000.00 34 3312.2002 1"Bored Water Service 1 EA $4,000.00 $4,000.00 1 $4,000.00 35 3312.2003 1"Water Service CO#5 27 EA $1,500.00 $40,500.00 19 $28,500.00 36 3312.2103 1 1/2"Water Service 2 EA $2,500.00 $5,000.00 2 $5,000.00 37 3312.2203 2"Water Service 3 EA $3,500.00 $10,500.00 3 $10,500.00 38 3312.2001 1"Water Service,Meter R CO#5 28 EA $600.00 $16,800.00 28 $16,800.00 39 3312.2101 1 1/2"Water Service,Met 2 EA $700.00 $1,400.00 2 $1,400.00 40 3312.2201 2"Water Service,Meter 3 EA $800.00 $2,400.00 2 $1,600.00 41 3216.0102 7"Cone Curb and Gutter 200 LF $30.00 $6,000.00 165 $4,950.00 42 3213.0301 4"Cone Sidewalk 40 SF $5.00 $200.00 266 $1,330.00 43 3213.0401 6"Concrete Driveway 480 SF $8.00 $3,840.00 44 3216.0301 9"Cone Valley Gutter,Res 5 SY $80.00 $400.00 4 $320.00 45 3213.0104 9"Cone Pvmt 1329 SY $75.00 $99,675.00 2146 $160,950.00 46 3211.0502 8"Lime Treatment 1476 SY $4.00 $5,904.00 2679 $10,716.00 47 3211.0400 Hydrated Lime 25.1 TN $200.00 $5,020.00 25 $5,000.00 48 3201.0616 Cone Pvmt Repair,Arterial CO#5(CO 2914 SY $60.00 $174,840.00 106 $6,360.00 49 3201.0112 5'Wide Asphalt Pvmt Repai 2080 LF $50.00 $104,000.00 2087 $104,350.00 50 3201.0123 6'Wide Asphalt Pvmt Repai 178 LF $60.00 $10,680.00 169 $10,140.00 51 3201.0202 Asphalt Pvmt Repair Beyond 106 SY $20.00 $2,120.00 21 $420.00 52 3201.0400 Temporary Asphalt Paving R 78 LF $30.00 $2,340.00 327 $9,810.00 53 3305.0109 Trench Safety 6577 LF $4.00 $26,308.00 6527 $26,108.00 54 3292.0100 Block Sod Placement 144 SY $10.00 $1,440.00 600 $6,000.00 55 3305.0202 Imported EmbedmentBackfil 25 CY $95.00 $2,375.00 56 3305.0204 Imported EmbedmentBackfil 25 CY $65.00 $1,625.00 57 0241.2001 Grouting for Water Lines t 29 CY $200.00 $5,800.00 58 0330.0001 Concrete Encase Pipe 5 CY $250.00 $1,250.00 59 3305.0103 Exploratory Excavation of 10 EA $600.00 $6,000.00 10 $6,000.00 60 3471.0001 Traffic Control 5 MO $4,000.00 $20,000.00 5 $20,000.00 61 3125.0101 SWPPP >1 acre 1 LS $5,000.00 $5,000.00 1 $5,000.00 Tuesday,January 29,2019 Page 3 of 8 City Project Numbers 02144 DOE Number 7092 Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Estimate Number 54 Contract Limits Payment Number 54 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding 62 24"VALVE INTO VAULT CO#2 1 EA $53,500.00 $53,500.00 1 $53,500.00 63 16"VALVE WITHOUT VAULT CO#2 1 EA $15,800.00 $15,800.00 1 $15,800.00 64 INSERT 24"X 24"TEE CO#2 1 LS $12,800.00 $12,800.00 1 $12,800.00 65 REMOVE SUBGRADE FOR 11"PAVEMENT 1 LS $5,200.00 $5,200.00 1 $5,200.00 CO#2 66 11"CONCRETE REPLACEMENT CO#2 120 SY $94.00 $11,280.00 120 $11,280.00 67 11"CONCRETE REPLACEMENT CO#2 1050 SY $94.00 $98,700.00 1050 $98,700.00 68 CUT IN 20 INCH GATE VALVE(CO#6) 1 LS $42,152.00 $42,152.00 1 $42,152.00 69 INSTALL WHIP-DOWN ON 20 INCH WATER 1 LS $18,000.00 $18,000.00 1 $18,000.00 LINE(CO#6) 0 1-INCH BLOW OFF WITH MH(C#6) 1 LS $5,500.00 $5,500.00 1 $5,500.00 Sub-Total of Previous Unit $2,113,154.00 $1,915,383.50 Unit 113-SS Improv-P258-541200-709170214483 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 3331.440130"Sewer Pipe 2282 LF $245.00 $559,090.00 2282 $559,090.00 2 3305.3012 30"Sewer Carrier Pipe 897 LF $145.00 $130,065.00 897 $130,065.00 3 3305.1304 54"Tunnel Liner Plate by 897 LF $800.00 $717,600.00 903 $722,400.00 4 3331.4115 8"Sewer Pipe 134 LF $60.00 $8,040.00 20 $1,200.00 5 3331.4116 8"Sewer Pipe,CSS Backfil 20 LF $100.00 $2,000.00 20 $2,000.00 6 3331.4119 8"DIP Sewer Pipe 68 LF $95.00 $6,460.00 7 9999.0001 8"DIP By Other Than Open 62 LF $200.00 $12,400.00 8 3331.4201 10"Sewer Pipe 175 LF $65.00 $11,375.00 9 3331.4205 10"DIP Sewer 517 LF $100.00 $51,700.00 10 3331.4206 10"DIP Sewer,CSS Back-fil 20 LF $120.00 $2,400.00 11 3331.4212 12"DIP Sewer Pipe 20 LF $130.00 $2,600.00 58 $7,540.00 12 3341.0409 48"RCP,Class III 6 LF $200.00 $1,200.00 13 3331.1104 12"Pipe Enlargement 204 LF $85.00 $17,340.00 204 $17,340.00 14 3331.1103 10"Pipe Enlargement 346 LF $75.00 $25,950.00 840 $63,000.00 15 3331.1102 8"Pipe Enlargement 576 LF $60.00 $34,560.00 1075 $64,500.00 16 3331.11016"Pipe Enlargement 568 LF $55.00 $31,240.00 17 0241.2201 Remove 4'Sewer Manhole 9 EA $500.00 $4,500.00 9 $4,500.00 18 0241.2202 Remove 5'Sewer Manhole 6 EA $600.00 $3,600.00 4 $2,400.00 19 3331.31014"Sewer Service 25 EA $1,750.00 $43,750.00 15 $26,250.00 Tuesday,January 29,2019 Page 4 of 8 City Project Numbers 02144 DOE Number 7092 Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Estimate Number 54 Contract Limits Payment Number 54 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding 20 3331.3103 4"Bored Sewer Service CO#5 18 EA $3,000.00 $54,000.00 21 9999.0002 4"Sewer Service by Hand T 68 LF $80.00 $5,440.00 22 3331.3102 4"Sewer Service,2-Way Cl CO#5 66 EA $200.00 $13,200.00 21 $4,200.00 23 3331.1201 Service Reinstatement,Pip 14 EA $500.00 $7,000.00 15 $7,500.00 24 3339.1001 4'Manhole 9 EA $3,000.00 $27,000.00 10 $30,000.00 25 3339.1002 4'Drop Manhole 1 EA $4,000.00 $4,000.00 1 $4,000.00 26 3339.1003 4'Extra Depth Manhole 13 VF $200.00 $2,600.00 7 $1,400.00 27 3339.1004 4'Shallow Manhole 2 EA $3,500.00 $7,000.00 28 3339.1101 5'Manhole 21 EA $5,000.00 3105,000.00 22 $110,000.00 29 3339.1103 5'Extra Depth Manhole 132 VF $225.00 $29,700.00 119 $26,775.00 30 3305.0114 Manhole Adjustment,Major 5 EA $600.00 $3,000.00 4 $2,400.00 31 3339.0003 Wastewater Access Chamber CO#5 7 EA $2,500.00 $17,500.00 2 $5,000.00 33 3305.0112 Concrete Collar 29 EA $350.00 $10,150.00 24 $8,400.00 34 0330.0001 Concrete Encase Sewer Pipe 10 CY $200.00 $2,000.00 35 3305.0113 Clay Dams 6 EA $500.00 $3,000.00 6 $3,000.00 36 3305.0204 Imported Embedment/Backfil 25 CY $70.00 $1,750.00 37 3201.0616 Cone Pvmt Repair,Arterial 259 SY $60.00 $15,540.00 38 3201.0112 5'Wide Asphalt Pvmt Repai CO#5(CO 1533.3 LF $50.00 $76,665.00 955 $47,750.00 #6) 39 3201.0113 6'Wide Asphalt Pvmt Repai 2356 LF $60.00 $141,360.00 2356 $141,360.00 40 3201.0201 Asphalt Pvmt Repair Beyond 113 SY $20.00 $2,260.00 49 $980.00 41 3212.0601 HMAC Speed Cushion 1 EA $500.00 $500.00 1 $500.00 42 3216.0102 7"Cone Curb and Gutter 149 LF $30.00 $4,470.00 146 $4,380.00 43 3213.0401 6"Concrete Driveway 420 SF $8.00 $3,360.00 932 $7,456.00 44 3213.0301 4"Cone Sidewalk 40 SF $5.00 $200.00 45 3301.0001 Pre-CCTV Inspection 5114 LF $3.00 $15,342.00 46 3301.0002 Post-CCTV Inspection CO#5 6547 LF $2.00 $13,094.00 47 330 1.0 101 Manhole Vacuum Testing 38 EA $500.00 $19,000.00 48 3305.0103 Exploratory Excavation of 10 EA $600.00 $6,000.00 9 $5,400.00 49 0241.2001 Sanitary Line Grouting 373 CY $175.00 $65,275.00 72 $12,600.00 50 0241.211124"Sewer Abandonment Plug 8 EA $1,000.00 $8,000.00 4 $4,000.00 51 0241.2103 6"-8"Sewer Abandonment P 10 EA $500.00 $5,000.00 52 3305.0109 Trench Safety CO#5 3919 LF $4.00 $15,676.00 3919 $15,676.00 53 3292.0100 Block Sod Placement 459 SY $6.00 $2,754.00 75 $450.00 54 3471.0001 Traffic Control 5 MO $4,000.00 $20,000.00 11 $44,000.00 Tuesday,January 29,2019 Page 5 of 8 City Project Numbers 02144 DOE Number 7092 Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Estimate Number 54 Contract Limits Payment Number 54 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding 55 3125.0101 SWPPP >_1 acre 1 LS $500.00 $500.00 1 $500.00 56 C-905 WATER PIPE FOR SEWER LINE CO#5 677 LF $78.00 $52,806.00 57 PRE CONSTRUCTION DE-HOLE CO#5 7 EA $600.00 $4,200.00 58 CORE EXISTING MH CO#5 4 EA $1,500.00 $6,000.00 59 SEWER LINE TAP CO#5 15 EA $1,400.00 $21,000.00 60 ROCK BOULDERS AT SS CROSSING FOR 1 LS $62,410.00 $62,410.00 1 $62,410.00 EROSION CONTROL(CO#6) 61 EXPOSED AGGREGATE AT 900 BELLAIRE DR. 46.5 SF $13.50 $627.75 46.5 $627.75 S.(CO#6) 62 BRICK SIDEWALK AT 4004 BELLAIRE DR& 2 EA $650.00 $1,300.00 2 $1,300.00 3117 E OVERTON PARK(CO#6) 63 POND CLEANING(CO#6) 1 LS $7,800.00 $7,800.00 1 $7,800.00 Sub-Total of Previous Unit $2,529,349.75 $2,160,149.75 -------------------------------------- Tuesday,January 29,2019 Page 6 of 8 City Project Numbers 02144 DOE Number 7092 Contract Name BELLAIRE WATER&SEWER IMPROVEMENTS Estimate Number 54 Contract Limits Payment Number 54 Project Type WATER&SEWER For Period Ending 11/30/2018 Project Funding Contract Information Summary Original Contract Amount $4,172,626.00 ChanjZe Orders Change Order Number 5 $262,858.00 Change Order Number 2 $98,580.00 Change Order Number 3 $98,700.00 Change Order Number 6 $9,727.75 Total Contract Price $4,642,503.75 i- Date I 3 y Total Cost of Work Completed $4,075,533.25 or A Less %Retained $0.00 Date -!X31 Y/ Net Earned $4,075,533.25 yyy►YYfttfff�((( L� 7 Inspection Supervis r l L� Earned This Period $177,107.78 �y�� Date Z /1� / I 1 Retainage This Period $0.00 Less Liquidated Damages Project Manager Days @ /Day $0.00 N I A Date LessPavement Deficiency $0.00 Asst.Direccttoo�r/TPW Less Penalty $0.00 /lam dc— Date Less Previous Payment $3,898,425.47 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $177,107.78 Tuesday,January 29,2019 Page 7 of 8 0 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: BELLAIRE DRIVE NORTH WATER& PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2015-073 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUC ION TX, LP Brock Huggins Subscribed and sworn to before me this 9" day of Febru 7. BERTHA GIANULIS Notary Public in Tarrant County, Texas Notary Public,State of Texas My Commission Expires I .,i:�.• :., September 18, 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 0195685 PROJECT: (name, address)Bellaire Drive North Fort Worth,TX TO (Owner) CFA No. TEXAS CHRISTIAN UNIVERSITY AND CITY OF FORT ARCHITECT'S PROJECT NO: 2015-073 WORTH CONTRACT FOR: 3589 Bellaire Drive North Bellaire Drive North-Water and Paving Improvements Fort Worth,TX 76109 L_ 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) TEXAS CHRISTIAN UNIVERSITY AND CITY OF FORT WORTH 3589 Bellaire Drive North Fort Worth,TX 76109 , OWNER, as set forth in the said Surety Company's bond, IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 8th day of February,2017 BERKLEY INSURANCE COMPANY Surety Company Attest: ` � (_ �� �7" -Z (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-7280f POWER OF ATTORNEY L 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 a Marshall;Sophinie Hunter,Robbi Morales; or Kelly A. Westbrook of Aon Risk Services Southwest, Inc. of Dallas, 7x 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 J 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 .6 and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. 1 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 y' resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: m' 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 L• ' RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, r 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 C, ; RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any L 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 C-L ceased to be such at the time when such instruments shall be issued. V °-a 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�70f�ay ofc -1-5:- Attest: Berkley Insurance Company �i (Seal) BY By AVrt/ ' Ira S. e erman Je after Senior Vice President&Secretary e r ' Preside tYi WARNING, THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPE.. " STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) ..m Sworn to before me, a Notary Public in the State of Connecticut, this :)(? da of '�-� 2015, by Ira S. Lederman and ' Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre ry�;�nthe Senior Vice Pre dent, respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN '. NOTARY PUBLIC MY COMMISSION EXPIRES otary Public, State of Connecticut " APRIL 30.2019 CERTIFICATE 4 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 a 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 8th day of February 2017 (Seal) 'A/ — A a FoRTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Bellaire Water,Sewer Improvements PROJECT NUMBERS 2144 DOE NUMBER: 7092 WATER PIPE LAID SIZE TYPE OF PIPE LF C-900 24" PVC 2768 iron 24" DIP 40 C-90or 16" Pvc 1935 C-900 12" PVC1410 iron 12" DIP 100 front 12" DIP(CSS Backfill) 135 C-900 8" PVC 112 0300 6" PVC 117 FIRE HYDRANTS: 6 VALVES(16"OR LARGER) 14 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Hobas 3011 Hobas(fiber glass) 2282 SDR 26 $" PVC 20 Iron 12" DIP 58 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 a (917)392-7941 -Fax:(817)392-7845 City of Fort Worth Departmental Request for Waiver Of MBE/SBE Subcontracting/Supplier Goal Water Department 97,088.00 2/1/16 DEPARTMENT NAME: ESTIMATED COST / PROPOSAL DATE Bellaire South Drive Water,Sanitary Sewer and Storm Drain Improvements DOE 7092 NAME OF PROJECT/BID; DOE/PROJECT NO, Roberto Sauceda 2387 6/8/16 925-83 SIGNATURE OF /PROJECT MANAGER EXTENSION DATE NIGP CODE Prior to advertisement, the contracting/managing department shall determine whether the bid/proposal is one which MBE/SBE requirements should not be applied. MBE/SBE requirements may be waived upon written approval of the MWBE Manager. If one of the conditions listed below exists,the contracting/managing department shall notify the Manager via this form, stating the specific reason(s)for requesting a waiver. If the contracting/managing department and the Manager are in conflict over the granting of a waiver, either may appeal to the City Manager, or designee, and his/her decision is final, Please Check Applicable Reason: A. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office, in accordance with the M/WBE or BDE Ordinance, because the public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or X B.• MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office, in accordance with the M/WBE or BDE Ordinance, because the purchase of goods or services from source(s) where subcontracting or supplier opportunities are negligible; or C. MWBE Office: A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office, in accordance with the M/WBE or BDE Ordinance, because the application of the provisions of this ordinance will impose an economic risk on the City or unduly delay acquisition of the goods or services; or D. MWBE Office; A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Department and approved by the MWBE Office, in accordance with the M/WBE or BDE Ordinance, because the MWBE Waiver is solicited based on the sole source information provided to the MWBE Office by the managing department's project manager. Justify Commodity or Service Waiver Request: Needed to install sheet pilling for pond drainage improvements and emergency concrete street repair. Please use additional sheets,if needed M/WBE OFFICE USE ONLY: -! Jb�- V----1 �t A-Z Approved Signature of M/WBE Authorized Personnel Date Not Approved Signature of M/WBE Authorized Personnel Date Rev.2-20.13 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# _Final DOE 7092 NAME OF PROJECT: Bellaire Water,Paving,Sewer&Storm DrainContractor Conatser YEAR: 2018 PROJECT NO.: FINAL INSPECTION DATE 2144&1081I WD CD CONTRACT TIME 1025 X PERIOD FROM: 1 71112018 TO: 1 7115/2018 1 BEG - Month I JDEVELOPME WORK ORDER EFFECTIVE: 1/20/2015 BEG fy 1 n` y MID /n n 100.0% DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Sun N/A 16 2 Mon N/A 17 3 Tue N/A -- -- - - 18 4 Wed NIA - - 19 - 5 Thu N/A 20 6 Fri N/A 21 7 Sat N/A 22 8 Sun NIA 23 9 Mon N/A 24 10 Tue NIA 25 11 Wed N/A 26 12 Thu_ _ N/A _ - 27 13 Fri NIA 28 14 Sat N/A 29 15 Sun NIA 30 31 NA 'Wkn &Hoi Wea iltl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 0 1025 1025 TOTAL TO DATE 0 0 0 0 1025 1025 REMARKS: Time was stopped previously Signature; Signature: (Print Name) y John Crowley CONTRACTOR DATE I INSPECTOR DATE 11127/2018