Loading...
HomeMy WebLinkAboutContract 48434-FP1 City Secretary 48434 -FPl Contract No. RECEIVED FORTWORTH. Date Received Oct 7,2019 XT-7 2019 C1TY0FF0RTWOR78 CRY ECRELgRY NOTICE OF PROJECT COMPLETION x (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: VPA/STEM ACADEMY FOR FORT WORTH ISD City Project No.: 100226 Improvement Type(s): ® Paving ® Drainage ® Street Lights ❑ Traffic Signals Original Contract Price: $438,533.37 Amount of Approved Change Order(s): $62,782.21 Revised Contract Amount: $501,315.58 Total Cost of Work Complete: $501,315.58 John Berg(Sep 2 Se, 019) p 25,2019 Contractor Date Project Engineer Title Con-Real I Turner Construction Company Name 44a *k4l s`'4 � Se 25 2019 Martina Salinas(Sep 25,2019) p Pr 'act I ctor Date Khal Jaafari(See,201% Sep 30,2019 Project Manager Date �7�lIB SGA12�2tL`/�D`�f Janie Scarlett Morales(Oct 5,2019) Oct 5,2019 .S , ,,� CCyFAAManager Date Dana Burghdoff�20 Oct 7,2019 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT.WORTH,TX Notice of Project Completion Project Name:VPA/STEM ACADEMY FOR FORT WORTH ISD City Project No.: 100226 City's Attachments Final Pay Estimate x❑ Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 836 CD Days Charged: 836 Work Start Date: 11/28/2016 Work Complete Date: 3/13/19 Page 2 of 2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VPA/STEM ACADEMY FOR FORT WORTH ISD Contract Limits Project Type STORM DRAIN,PAVING&ST LIGHT City Project Numbers 100226 DOE Number 0226 Estimate Number I Payment Number I For Period Ending 9/23/2019 CD City Secretary Contract Number Contract Time 366D Contract Date Days Charged to Date 836 Project Manager NA Contract is 100.00 Complete Contractor NORTH TEXAS CONTRACTING,INC. P.O.BOX 468 KELLER, TX 76244 Inspectors DICKINSON / SALINAS I I Monday,September 23,2019 Page I of 5 City Project Numbers 100226 DOE Number 0226 Contract Name VPA/STEM ACADEMY FOR FORT WORTH ISD Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 9/23/2019 Project Funding STORM DRAIN&PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I SITE CLEARING 1 LS $17,200.00 $17,200.00 1 $17,200.00 2 TRAFFIC CONTROL 3 MO $3,666.67 $11,000.01 3 $11,000.01 3 REMOVE ASPHALT PVMT 2000 SY $5.07 $10,140.00 2000 $10,140.00 4 UNCLASSIFIED EXCAVATION BY PLAN 310 CY $65.80 $20,398.00 310 $20,398.00 5 SWPPP 1 LS $10,093.29 $10,093.29 1 $10,093.29 6 2"ASPHALT PVMT 2002 SY $8.07 $16,156.14 2002 $16,156.14 7 4"ASPHALT PVMT 2002 SY $16.15 $32,332.30 2002 $32,332.30 8 8"FLEXIBLE BASE CO#2 2822 SY $12.38 $34,936.36 2822 $34,936.36 9 HYDRATED LIME CO#2 0.901885 LS $9,104.00 $8,210.76 0.901885 $8,210.76 10 8"LIME TREATMENT CO#2 2548 SY $5.86 $14,931.28 2548 $14,931.28 11 6"CONC CURB&GUTTER 1427 LF $35.18 $50,201.86 1427 $50,201.86 12 6"CONCRETE DRIVEWAY 2035 SF $10.30 $20,960.50 2035 $20,960.50 13 4"CONC SIDEWALK CO#I CO#2 4542 SF $8.18 $37,153.56 4542 $37,153.56 14 BARRIER FREE RAMP CO#I 5 EA $1,578.36 $7,891.80 5 $7,891.80 15 TOPSOIL 250 CY $22.86 $5,715.00 250 $5,715.00 16 BLOCK SOD PLACEMENT 1500 SY $3.04 $4,560.00 1500 $4,560.00 17 FUENISH/INSTALL ALUM SIGN GROUND 33 EA $310.04 $10,231.32 33 $10,231.32 MOUNT CITY CO#1 CO#2 18 REFL RAISED MARKER 18 EA $7.89 $142.02 18 $142.02 19 4"BRK PVMT MARKING PAINT 705 LF $1.80 $1,269.00 705 $1,269.00 20 24"SLD PVMT MARKING PAINT CO#2 155 LF $14.09 $2,183.95 155 $2,183.95 21 5'WIDE ASPHALT PVMT REPAIR,RESIDENTIAL 32 LF $67.18 $2,149.76 32 $2,149.76 CO#3 22 24"SLD PVMT MARKING(W)CO#2 61 LF $2.25 $137.25 61 $137.25 23 BARRIER FREE RAMP TYPE M-1 CO#2 I EA $3,000.00 $3,000.00 1 $3,000.00 24 FIRE LANE MARKING CO#2 200 LF $2.25 $450.00 200 $450.00 25 BARRIER FREE RAMP TYPE M-3 CO#2 1 EA $3,000.00 $3,000.00 1 $3,000.00 26 ROADSIDE FLSHING BEAON ASSEMBLY CO#2 4 EA $17,000.00 $68,000.00 4 $68,000.00 27 REMOVE ROADSIDE FLASHINF BEACON CO#2 1 EA $4,300.00 $4,300.00 1 $4,300.00 28 TRAFFIC CONTROL CO#2 1 MO $2,182.80 $2,182.80 1 $2,182.80 --------------------------------------- Sub-Total of Previous Unit $398,926.96 $398,926.96 -------------------------------------- Monday,September 23,2019 Page 2 of 5 City Project Numbers 100226 DOE Number 0226 Contract Name VPA/STEM ACADEMY FOR FORT WORTH ISD Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 9/23/2019 Project Funding ST LIGHT Item Description of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 2"CONDT PVC SCH 80 1086 LF $2.81 $3,051.66 1086 $3,051.66 2 NO 10 INSULATED ELEC CONDR 1086 LF $4.13 $4,485.18 1086 $4,485.18 3 NO 6 INSULATED ELEC CONDR 2172 LF $5.91 $12,836.52 2172 $12,836.52 4 ELEC SERV PED 1 EA $1,071.03 $1,071.03 1 $1,071.03 5 RDWY ILLUM ASSEMBLY 3 EA $14,092.00 $42,276.00 3 $42,276.00 6 LED LIGHTING FIXTURE 3 EA $1,634.73 $4,904.19 3 $4,904.19 7 ELECTRICAL FACILITIES I LS $22,548.00 $22,548.00 1 $22,548.00 8 FURNISH/INSTALL ELEC SERV PEDESTAL 1 EA $1,691.00 $1,691.00 1 $1,691.00 9 INSTALL ELEC SERV POLE MNT I EA $2,480.00 $2,480.00 1 $2,480.00 10 CONDUIT BOX 2 EA $2,987.00 $5,974.00 2 $5,974.00 11 SALVAGE ELECTRICAL EQUIPMENT 2 LS $535.52 $1,071.04 2 $1,071.04 -------------------------------------- Sub-Total of Previous Unit $102,388.62 $102,388.62 -------------------------------------- Monday,September 23,2019 Page 3 of 5 City Project Numbers 100226 DOE Number 0226 Contract Name VPA/STEM ACADEMY FOR FORT WORTH ISD Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 9/23/2019 Project Funding Contract Information Summary Original Contract Amount $438,533.37 Change Orders Change Order Number 1 ($14,412.70) Change Order Number 2 $75,045.15 Change Order Number 3 $2,149.76 Total Contract Price $501,315.58 Total Cost of Work Completed $501,315.58 Less %Retained $0.00 Net Earned $501,315.58 Earned This Period $501,315.58 Retainage This Period $0.00 Less Liquidated Damages Days @ /Day $0.00 LessPavement Deficiency KOO Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $501,315.58 Monday,September 23,2019 Page 4 of 5 City Project Numbers 100226 DOE Number 0226 Contract Name VPA/STEM ACADEMY FOR FORT WORTH ISD Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 9/23/2019 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / SALINAS Contract Date Contractor NORTH TEXAS CONTRACTING,INC. Contract Time 365 CD P.O.BOX 468 Days Charged to Date 836 CD KELLER, TX 76244 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 $501,315.58 Less %Retained $0.00 Net Earned $501,315.58 Earned This Period $501,315.58 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 $501,315.58 Monday,September 23,2019 Page 5 of 5 DocuSign Envelope ID:20340EOA-7CDOA52A-BDOE-DC4A9CiDBOCE DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: VPA/STEM ACADEMY CHANGE CONTRACT: B-PAVING ORDER No: CFA# 2016-035 CITY PARTICIPATION: NO CITY PROJECT# 100226 DOE# N/A 81 WATER PROJECT# 59601-0600430-100225-001580 SEWER PROJECT# 59607-0700430-100226-001380 FILE# K-2462 INSPECTOR: MARTINA SALINAS Phone No: 817-392-8306 PROJECT MANAGER: KHAL JAAFARI Phone No: 817-392-7872 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost cityCost Cost City Cost Cost City Cost ORIGINAL CONTRACT $223,436.63 $0.00 $11,048.62 $0.00 $336,144.75 $0.00 $0.00 $0.00 $102,388.62 $0.00 EXTRAS TO DATE $16.209.36 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0,00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 40.00 $0.00 $0.00 CONTRACT TO DATE $230,646.99 $0.00 $11.048.62 $0.00 $336,144.76 $0.00 $0.00 $0.00 $102,308.62 $(.00 0 AMOUNT OF PROP.CHANGE ORDER $1,00 $0.00 $0.00 30.00 G14,412.70) $0.00 $0.00 $0.00 $0.00 $0.00 REVISED CONTRACT AMOUNT 5239,846.99 $0.00 511,018.62 E0.00 $3T1,7JT.08 50.00 $0.00 1 $0.00 $102,388.62 $0.00 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $239.645.99 $11,040.62 $321,732.05 $0.00 $102,388.62 REVISED COST SHARE Dev.Coat: $674,816A8 City Cost: $0.00 TOTAL REVISED CONTRACT $674.816.18 Revised:10-12.2011 Page 1 DocuSign Envelope ID:20340EOA-7CDOA52A-BDOE-OC4A9C1DBOCE You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 12 3213.0301 -2296 SF 4"Conc Sidewalk 6.18 -18781.26 16 3441.4003 2 EA Fumishllnstall Alum Sign Ground Mount City310.04 620.08 19 3217.0503 42 LF 24"SLID Pvmt Markin Paint 14.09 591.78 20 3213.0504 2 EA Barrier Free Ram Type M-2 1578,36 3156.72 TOTAL -14412.7 REASONS FOR CHANGE ORDER Removal of 5'wide sidewalk along the south side of E.191h Street and a portion of Chambers Street until the south driveway entrance of the proposed parking lot to serve the new Visual and Performing Arts Hall.Additional crosswalk with ramps,striping and signage added mid-block across Chambers Street as requested by T/PW. NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: s aey: FMSD — NortP�: 6IRF'dctli5rs 11-44M `t Jo's 'Ho Sdon Name: Jace Motheral,P.E. Name: \I\ Namo: Title:Senior Project Manager Title: Title: Project Manager Revised:10-12-2011 Page 2 a u U N F- Q o 0 z o O U N O O O O O O O to z:, o 0 0 0 0 0 ~ EOH 609 }OA W ON W N = U o M 00 J N w o N p, w O O O O 00 M M M C M ` N G N 0 Q U tR Vi fA GO C w O Vd z Z N 0 o 0 0 0 0 0 0 0 0 0 0 0 = p m w w w O Z o O p o 0 0 0 0 o w w w w o d) ut w w w w w o O cn N o U Z O t` Cl) w 0 0 0 0 0 0 0 o ile C� C� L: U o 0 0 Z 0 0 o� O O Y w w w con o U M MD m 00 U w z N U C. J 00 00 C) 9 N M Z O Z Oa. O O p { T O [O O O ~ U �`. ~ co MW ti 2 U O o, 04 v N o a rn U U y M N N 00 M U Q U ) w H 3 ~ O w o 0 d Z Z 0 o 0 0 0 0 0 0 0 0 0 0 0 aJ C C + En Q OW N to w J U CL L- W U w l00 w w 00 N u N ti j O O O O O O w a a v a Q 0 02 o w on o o o w LpA M Q U w a Q 0 0 Z D Q Q � O Q LL. J } N CO U) o 0 0 0 0 0 0 N N U w LLIQ 0 0 Z_ J U w eon eon ow eon en 0 w U M Q e6 w a, 2 H rn � o o CQC Y tMo '^ ui co � .. w z M O O G d M O O M p M N ap N � N 0 a ,'� o CltW w at O Q d' d N N w to U d d O O Q N m O w w N u> en Y a U F K z w M U m U K Q w w U U 2 z k k W z ° y U LLl U U Q U w U F- Z0 M o w F- w w Z LLJ w Q a 0 1, 0: U rn o Z f- -wi Of � 0 z o 0 0 a- z uwi a D ww v a� ov O ° � � LU Fa- p z Q w w O F o F- D w a a > w z O > D) Qom. O D U > (n IL Z a O w U °U ¢ Lu O N N 0 V a) u a OV N M N (O O O(D 'D (j a 3 x Q 'C' N M CO N 0 0 6 0 0 O W O in m H O m N O 1- (D O O O m O M Ir) C0 � 0 )O O E co U D F- --(O M C)�C> V(V ti Y EA (i3 EA 69 w 69 d-T Efl M N co OD CD (O C9 (O -;I- LOO N0000 m N U-a W M O CO M C) N O N O O O 0cli0 is V) 0) O)O 06 006 C; N CD 0 0 0 � C Q) > N a- N M O C O M .. H 6i C) Cl) 1:V N U~ LL Q U N z = w ULL z D 6.6q(»(»e»en(»(»e»e»(»Vi(» o c a) U Q �' r F O - m O n G Z, ° o L U @ o U c aC w o '_' p, L m wU) DNte co L O YT @ W nrLE WU O w co (L c E o- _ W U 0) co z c C) E EL gH i N 11 4 E u Y COON"n O z 6 C a) N C C O p C O C 70 CL C No 7 N a) m F- O E N 3 F F- U ~ c m m m m 0 @ oc w w OLL G� W m 0 Ud' U) �EW NW mL L) U > 0 p ? W m J U E a ` m@ 0. o @ o-0 J W �2 _ _ � QdLL � LLL- I— o Oc -02 d N � i ii 0 a) O a)Vi c@ (.") z W u `m IL c P o E 6 o(� O O N m cam m ;D N @ O O "C °T >' N W c0 N N O _0 0 0 a) @ @ W , 11 a5 a)0,> O w _ G Il G' O co -C `) j It a) a) LLJ -° E LL F- a �- p W 0) p c r c O m m _ - > ~ 1 c Z a) p p o W = U, a Cl a) U o O f N�0 6 m F O „b LU EE o E N y U p m tEp � v~' U N -0 zOJ� U m 0 m Hr U) >- LLQ U- QO a- m Nr � U) -j co ) -i w J W W W g N p 0) o a) C) 2 m o p LL a c F U C 'D -00 N a) a3 L Z W L 2 ^ U OOOW o p Oz 0) ~ l� U 1� N a) 3i 7 :E)-.0 0) > V- @ C? p o r ` to (n ? F- C1 - - O N 0 Z p O T O)LL a) W a3 0 m W L W M M M M r l0 I- N �-- C E U J N (h W O L F .� Np 0 0 0 0 0 0 0 0 N O 3 N N T O O O LL y Z O m p � � 000voovo°° a° o yY p'UF W Y �^ a) m _ Ci m t� C2 t- Ci m 0 -p -p -o C 00 2 o .�.. C r N M N N N V N N N N 'ct 'ct V X N 3 '00 'O 0 U O O co F- M M M M M M M M M M M M 0 -p O � �o -p -0 O W U L c LL rnyaQQQ zw LU a o W m E a) o z m O r W z E p N N N N N N U '0 Q 0. N a) d O LL N O -0 z E O a co N W a) } w [if DocuSign Envolopo ID:CAE5GB23-ADA5-4D7F-BC6E-3730FODD7960 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: VPA/STEM ACADEMY CHANGE CONTRACT: A-WATER ORDER No: CFA# 2016-035 CITY PARTICIPATION: NO CITY PROJECT# 100226 DOE# WA A3 WATER PROJECT# 59001-0600430-100225-001580 SEWER PROJECT# 59607-0700430-100226-001380 FILE# K-2462 INSPECTOR: MARTINA SALINAS Phone No: 817-392-8306 PROJECT MANAGER: KHAL JAAFARI Phone No: 817-392-7872 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer - Developer Developer Developer Developer DAYS Cost city C06t Cost city Cost Cost city Cost Cost City Cost Cost city Cost ORIGINAL CONTRACT $223,436.63 $0,00 S71,048.02 50.00 $336,144.76 $0.00 $0.00 $0.00 $102,388.62 S0.00 EXTRAS TO DATE $16,209.36 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $239,645.99 $0.00 $11,048.62 - $0.00 $336,144.76 KOS $0.00 $0.00 111102,388,62 $0.00 0 AMOUNT OF PROP.CHANGE ORDER 511,007.24 60.00 $0.00 S0,00 52,149.78 50.00 $0.00 $0.00 $0.00 30.00 REVISED CONTRACT AMOUNT $260,653.2 50.00 511,048.62 50.00 SJJ0,294.61 30.00 50,00 50,00 5102,368.62 $0.00 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $260653.23 511048.61 SJ39,294.61 50.00 $102.388.62 REVISED COST SHARE Dov.Cost: $702,304.88 :City Cost: $0.00 TOTAL REVISED CONTRACT $702,384.88 Revised:10.12.2011 Pago 1 DocuSign Envelope ID:CAE56B23-ADA5AD7F-BC6E-3730FODD7960 You are directed to make the followingthan es in the contract documents: CITY BID ITEM PAY ITEM 4 4 QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 0241.1012 32 LF Remove 6"Water Line 15.88 508.16 5 3305.0109 32 LF Trench Safety 5.84 180.48 17 0241.1510 1 EA Salvage Fire Hydrant 1031640 10318.60 r i .18= <. 11 3201.0112 1 32 1 LF I 5'Wide Asphalt Pvml Repair,Residential 67.18 2149.76 TOTAL 13157 REASONS FOR CHANGE ORDER Removal of hm hydrant that was not shown In previous construction plans.Change corresponds to Revision No.3 as shown on sheets BA and 15 of the construction plans. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: e—SIU.0 by: SI nwl achoco Koch FWISD Notch'�'ex'aos°T'otr1$ra PXa I YM�rror�f�el. By. By: y: IP Name: JaceMotheral,P.E.f Name: VI Name: josh Hodsdon Title:Senior Project Manager Title: CHIl ,, (��� Title: Project Manager Revised:10-12.2011 Page 2 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 Jerry Crawford, Vice President& General Manager Of Con-Real I Turner Construction Company, 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; That there are no claims pending for personal injury and/or property damages; On Contract described as; CPN 100226 - FORT WORTH INDEPENDENT SCHOOL DISTRICT- IM TERRELL ACADEMY -VPA/S BY t4) Jerry Crawford, Vi e P id t& Aral Manager Subscribed and sworn before me on this d to 21 sr of A GUST, 2019. ary P lic tr�Z•�'% KRI3TY BUSTANIANTE MY COMMISSION EXPIRES •� MAY 29,2023 W `� NOTARY ID:124676067 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 Jerry Crawford, Vice President & General Manager Of Con-Real I Turner Construction Company, 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; That there are no claims pending for personal injury and/or property damages; On Contract described as; CPN 100226 - FORT WORTH INDEPENDENT SCHOOL DISTRICT - IM TERRELL ACADEMY -VPA/ST BY Jerry Crawford, V' e PIsdent Ge e al anager Subscribed and sworn before me on this date 21` of AUG T, 2019. ar c =;Ol Apuj�i KRIS TY BUSTAIIANTE = .s'Vir+c MY COMMISSION EXPIRES " MAY 29,2023 NOTARY ID: 24876067 liberty Bond No.: 015050428 ® Traveka Bond No.: 106403573 F&D/Zurich Bond No.: 9194342 1 9 n- Federal Bond No.: 8239-4365Turner) e t G TM 9 8244-06-06(CoReel) An n r�i l m n 4 Continental Bond No.: 929626856 -A— -i�—�— �' �"' XL Surety Bond No.: US00073094SU16A Consent Of Surety to Final Payment PROJECT:(Name and address) ARCHITECT'S PROJECT NUMBER: OWNER: FWISD-I.M.Terrell Academy for S ARCHITECT; STEM&VPA ❑ 1900 I.M.Terrell Way Fort Worth, CONTRACTOR:❑ Texas 76102 SURETY: Project Number: 15105.0000;TCCO ❑ 160228 OTHER: ❑ CONTRACT FOR:General Construction TO OWNER:(Name and address) CONTRACT DATED:9/15/15;GMP Dated 2/18/16 Fort Worth Independent School District 100 N.University Drive Fort Worth TX 76107 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Liberty Mutual Insurance Company,175 Berkeley Street,Boston,MA 02116 Travelers Casualty and Surety Company,Construction Services,One Tower Square,3PB,Hartford, CT 06183 Fidelity and Deposit Company of Maryland/Zurich American Insurance Company, 1299 Zurich Way,5th Floor,Schaumburg,IL 60196 Federal Insurance Company,202B Hall's Mill Road,Whitehouse Station,NJ 08889 The Continental Insurance Company, 151 N Franklin Street,Chicago,IL 60606 XL Specialty Insurance Company,Seaview House 70 Seaview Avenue Stamford,CT 06902 .SURETY, on bond of (Insert name and address of Contractor) Con-Real Turner 10100 N.Central Expressway, Suite 600 Dallas,TX 75231 .CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) Fort Worth Independent School District 100 N.University Drive Fort Worth TX 76107 OWNER, as set forth in said Surety's bond. AIA Document G707TM—1994.Copyright®1982 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This AIA°Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAo Document,or any portion of It, may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 13:07:49 ET on 08/15/2019 under Order No 4555402789 which expires on 07/07/2020,and is not for resale. User Notes: (3B9ADA77) IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date:August 15,2019 (Insert in writing the month followed by the numeric date and year) Liberty Mutual Insurance Company;Travelers Casualty and Surety Company;Fidelity and Deposit Company of Maryland;Zurich American Insurance Company;Federal Insurance Company; The Continental Insurance Company,XL Specialty Insurance Company (Surety) SEE ATTACHMENT A (Signature of authorized representative) eyS: SEE ATTACHMENT A SEE ATTACHMENT A (Printed name and title) AIA Document G707TM—1994.Copyright®1982 and 1994 by The American Institute of Architects.All rights reserved.WARNING:This AIAO Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA® Document,or any portion of It, 2 may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 13:07:49 ET on 08/15/2019 under Order No.4556402789 which expires on 07107/2020,and is not for resale. User Notes: (3B9ADA77) ATTACHMENT A Liberty Mutual Insurance Company, a Massachusetts corporation Travelers Casualty and Surety Company, a Connecticut corporation Fidelity and Deposit Company of Maryland, an Illinois corporation Zurich American Insurance Company, a New York corporation Federal Insurance Company, an Indiana corporation The Continental Insurance Company, a Pennsylvania corporation XL Specialty Insurance Company, a Delaware corporation Liberty Mutual Insurance Company 175 Berkeley Street, Boston, MA 02116 Bond No. 015050428 Travelers Casualty and Surety Company Construction Services, One Tower Square, Hartford, CT 06183 Bond No. 106403573 Fidelity and Deposit Company of Maryland/ Zurich American Insurance Company 1299 Zurich Way, 5th Floor, Schaumburg, IL 60196 Bond No. 9194342 Federal Insurance Company 202B Hall's Mill Road, Whitehouse Station, NJ 08889 Bond No. 8239-43-65 (Turner) 8244-06-06 (Con-Real) The Continental Insurance Company 151 N. Franklin St., Chicago, IL 60606 Bond No. 929626856 By#Sher�ryifnne ) nitt ' :�' Witness: M. DePirro, Attorney in Fact M R.McKee XL Specialty Insurance Company Seaview House, 70 Seaview Avenue, Stamford, CT 06902 Fax (410) 385-8010 Bond No. US00073094SU16A Witness: race F ed-Brown,Attorney-In-Fact David Lung_;s4t�