Loading...
HomeMy WebLinkAboutContract 45508-FP1 (2)Dc�pa m� f TP W Const. Services DOE#���� p Pro�ect Manager —�'(� Risk Management J. Paae D.O.E. Brothert n CFA Westerman/Scanned The Proceeding people have been Co c ed ncem ng the request for payment & have released this project for such payment Clearance Conducted By Shameka Kennedy 1 � ❑o- TION AND PUBLIC WORgS PROJECT COMPLETION 5�9 � 61 -- �I��� C .S 1�SS 6� D.O.E. N�: 6616 Regarding contract 45508 for WATER&SEWER REPLACE CONT 2009 WSM-I as required by the WATER DEPARTMENT as approved by Citp Council on 1/7/2014 through M&C G26626 die director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public �orks Department has accepted the project as c {�1 2 Il n ll 2 f 1 Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Fival Payment Due �2,031,545.50 �157,730.04 N� 1 $2,189,275.54 $2,022,961.52 Days @ �210.00/ Day $2,022,961.52 $1,921,813.44 $101,148.08 —�l% ` 7 �/ .S� Date Recommended for Acceptance Asst. Director, TPW - Infrastructure Design and Construction Accepted Asst. Director, . 1p 9 �S' Date � � -�-CS Date Asst. �ity Manager Comments: P253-541200-604170147283, P258-541200-704170147283 �, , . ..• ; " �: "` t' WATER DEPARTMENT � <� .... . � , .- e •. � F,.� � - t� ��.._���� Li���- _ �� I�`f�` i�� � FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name �✓ater and Sanitary Sewer Replacement Contract 2009, WSM-I Contract Liroits Project Type WATER & SEWER City Project Numbers 01472 DOE Namber 6616 Estimate Number 26 Payment Number Z6 City Secretary Contract Number 45508 ContractDate 1/7/2014 For Period Ending 8/15/2015 CD Project Manager Chaubey Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH , TX 76119 Inspectors DICKIIJSON / JONES Contract Time 25�D Days Charged to Date 383 Contract is 92.000 Complete Thursday, August 20, 2015 Page 1 of 6 2 3 4 5 6 7 8 9 [Li 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Contract Limits Project Type WATER & SEWER City Project Numbers 01472 Contract Name Water arid Sanitary Se�ver Replacement Contract 2009, WSM-I Project Funding Unit I - Water Improvements DOE NumUer 6616 Esiimate Number 26 Payment Number 2b For Period Ending 8l15/2015 Item Description of Items Esfimated Unit Unit Cost Estimated Completed Compieted No. Quanity 'I'otal Quanity Total 1 0241.1302 Remove 6" Water Valve 12 EA $100.00 $1,200.00 12 $1,200.00 0241.1303 Remove 8" Water Valve 2 EA $110.00 $220.00 2 $220.00 0241.1510 SalvageFireHydrant 6 EA $200_00 $1,200.00 6 $1,200.00 024I.1511 SaIvage 3/4" Water Mete 1I4 EA $25.00 $2,850.00 114 $2,850.00 0241.1800 Remove Speed Cushion 43 SY $1�.00 $430.00 3201.0111 4' Wide Asphalt Pvmt Re 2139 LF $38.00 $81,282.00 2130 $80,940.00 3201.0112 5' Wide Asphalt Pvmt Re 6839 LF $4Q.00 $273,560.00 6839 $273,560.00 3201.02�2 AsphaltPvmtRepairBey 20Q SY $10.00 $2,000.00 194 $1,940.00 3201.0400 Temporary Asphalt Pavem 1000 LF $9.00 $9,000.00 1000 $9,000.00 3201.0612 T` Conc Pvmt Repair 342 SY $45.00 $15,390.00 165 $7,425.06 3212.060I EIMAC Speed Cushion 1 EA $500.00 $500.00 3216.0102 7" Conc Curb and Gutter 700 LF $20.00 $14,000.00 118 $2,360.00 3216.0301 6" Conc Valley Gutter 45 SY $50.00 $2,250.00 6 $300.00 3291.0100 Topsoi! 30 CY $I5.00 $450.00 30 $450.00 3292.0100 Block Sod P(acement 200 SY $4.00 $800.00 222 $888.00 3292.0400 Seeding, Hydromulch 114 SY $2.00 $228.00 114 $228.00 3304.0101 Temporary Water Service 1 LS $2Q000.00 $20,000.00 1 $20,0�0.00 3305.0109 Trench Safety 6400 LF $025 $1,600.00 6400 $1,600.00 3311.0001 Ductile Iron Water Fitt 10 TO $3,000.00 $30,000.00 t � $30,000.00 3311.0161 6"PVCWaterPipe 80 LF $30.00 $2,400.00 56 $1,680.00 3311.0251 8" DIP Water 60 LF $45.00 $2,700.00 60 $2,700.00 3311.0261 8" PVC WaterPipe 7392 LF $32.00 C236,544.00 7392 $236,544.00 3311.0461 12" PVC Water Pipe 10 LF $60.00 $600.00 6 $360.00 3312.0001 FireHydrant 7 EA $2,500.00 $17,500.00 7 $17,500.00 3312.0102 Connection to Existing 4 EA $SOQ.00 $2,000.00 4 $2,000.00 3312.0103 Connection to Existing 8 EA $600.00 $4,800.00 8 $4,800.00 3312.0104 Connection to Existing 4 EA $500.00 $3,200.00 4 $3,200.00 3312.0105 Connection to Eatisting 10 EA $1,000.00 $10,000.00 IO $10,000.00 3312.2001 I" Water Service, Meter 114 EA $150.00 $27,100.00 89 $13,350.00 3312.2003 1" WaterService 114 EA $1,000.00 £114,000.00 109 $109,000.00 3312.3002 6" Gate Valve 7 FA $950.00 $6,650.00 7 $6,650.00 Thursday, August 20, 2015 Page 2 of 6 Contract Limits ProjeCt Type WATER & SEWER City Project Nambers 01472 ContracE Name Water and Sanitary Sewer Replacement Contract 2009, WSM-I Project Funding DOE Number 6616 Estimate Number 26 Paymenf Number 26 For Period Ending 8!I S/2015 32 33123003 8" Gate Valve IS EA $I,O50.00 $15,750.00 15 $I5,750.00 33 3312.4107 12" x 8" Tapping Sleeve I EA $4,000.00 $4,000.00 1 $4,000.0� 34 3471.0001 Traffic Control 3 MO $1,000.00 $3,OOQ.00 8 $5,000.00 Sub-Total of Previous Unit $897,204.00 $869,695.00 Unit II- Snitary Sewer Improvements Item DescripHon of Ifems Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 35 0241.0500 Remove Fence 35 LF $5.00 $175.00 35 $175.00 36 0241.2102 6" Sewer Abandonment PI 2 EA $300.00 $600.00 2 $600.00 37 0241.2201 Remove 4' Sewer Manhole (CO #1) 22 EA $250.00 $S,SOO.QO 22 $5,500.00 38 0330_0001 Concrete Encase Sewer P 80 CY $60.00 $4,800.00 76 $4,560.00 39 3110.0102 6"-12" Tree Removal 9 EA $500.00 $4,500.00 7 $3,500.00 40 311d.0103 12"-18" Tree Removal 3 EA $800.00 $2,400.00 1 $800.00 41 3110.0104 18-24" Tree Removal 2 EA $1,000.00 $2,000.00 2 $2,OOD.00 42 3125.0101 SWPPP > 1 acre 1 LS $500.00 $500.00 1 $SOQ00 43 3201.0111 4' �TTide Asphalt Pvmt Re (CO #I) 2495 LF $38_00 $94,810.00 2422 $92,036.00 44 3201.O1 I2 5' Wide Asphalt Pvmt Re 6194 LF $40.U0 £247,760.00 5936 $237,440.00 45 3201.0202 Asphatt Pvmt Repair Bey 200 SY $t0.00 $2,000.00 200 $2,000.00 46 3201.0400 Temporary Asphalt Pavem (CO #1) 1928 LF $9.00 $17,352.00 860 $7,740.00 47 3213.0301 4" Conc Sidewalk (CO # 1) 1618 SF �4.00 $6,472.00 480 $1,920.00 48 3216.0102 7" Conc Curb and Gutter (CO #1) I415 LF $20.00 $28,300.D0 212 $4,240.00 49 3216.0301 6" Conc Valley Gutter 43 SY $50.00 $2,150.00 43 $2,150.00 SO 3231.0112 5' Chain Link, Steel 35 LF $30.00 $1,050.00 51 3291.0100 Topsoil 30 CY $15.00 $450.00 31 $465.00 52 3292.0100 Block Sod Pacement 200 SY $4.Q0 $800.00 299.12 $1,I96.48 53 3292.0400 Seeding,Hydromulch(CO#I) 573 SY $2.00 $1,146.00 582 $1,164.00 54 3301.0001 Pre-CCT'V Inspection (CO #1) 7221 LF $2.50 $18,052.50 55 3301.0002 Post-CCI'V Inspection (CO #1) 8149 LF $2.00 $16,298.00 7600 $15,200.00 56 3301.0101 Manhole Vacuum Testing(CO #1) 59 EA $I50.00 $8,850.00 48 $7,200.00 57 3305.0103 ExploratoryExcavation 5 EA $500.00 $2,500.00 5 $2,500.00 58 3305.OI09 Trench Safety (CO #1) 7683 LF $2.00 $15,366.00 7619 $15,238_00 S9 3305.0112 Concrete Cotlaz (CO #1) 61 EA $500.00 $30,500.00 9 $4,500.00 60 3305.0113 Clay Dams (CO #1) 24 EA $200.00 $4,800.00 24 $4,800.00 Thursday, August 20, 2015 Page 3 of 6 City Project Numbers 01472 Contract Name Water and Sanitary Sewer Repiacement Contract 2009, WSM-I Contract Limits Froject Type WATER & SEWER Project Funding DOE Nt�mber 6616 Estimate Number 26 Payment Number 26 For Period Ending 8/15/2015 61 3305.0204 Imported EmbedmentBack 10 CY $SQ.00 $500.00 62 3331.1102 8" Yipe Enlazgement (CO tkl) 318 LF $I00.00 $31,800.00 130 $13,000.00 63 33312102 8" CIPP 567 !F $85.00 $45,195.00 760 $64,600.00 64 333I_3101 4"SewerService(CO#1) 146 EA $850.00 $124,100.00 143 $121,550.00 65 33313IO2 4"Serverservice,2-Way(CO#i) 158 EA $125.00 $19,750.00 I43 $17,875.00 66 3331.4115 8" Se�ver Pipe (CO # 1) 7280 LF $36.00 $262,080.00 7280 $262,080.00 67 3331.4120 8" DIP Sewer Pipe, CSS 84 LF $60.00 $5,040.00 20 $1,200.00 68 3339.0001 Epmcy Manhole Liner 298 VF $175.00 $52,150.00 276 $48,300.00 69 3339.1001 4' Manhole (CO #1) 54 EA $2,650.00 $143,100.00 46 $121,900.00 70 3339.1002 4' Drop Manhole 3 EA $3,OQ0.00 $9,000.00 2 $6,000.00 71 3339.1003 4' Extra Depth Manhole (CO #i) 72.3 VF $160.00 $11,568.00 72 $11,520.00 72 3339.1004 4' Shallow Manhole 2 EA $3,000.00 $6,000.00 I $3,000.00 73 3471.0001 Tr�c Control (CO #1) 5 MO $1,000_00 $5,000.00 8 $8,OOD.00 74 6" Concrete Drive�vay (CO #1) 40 SF $12.00 $480.00 220 $2,640.00 75 4" Sewer Srevice SDR-26 w! CSS (CO #�l) 12 EA $1,450.00 $17,400.00 12 $I7,400.00 76 8" DR 16 PVC Pipe (CO #I) 319 EA $58.00 $]8,502.00 319 $18,502.00 77 1_5"WATERSERVICECO#2 8 EA $2,284.38 $18,275.04 8 $18,275.04 Sub-Tofal of Previous Unit $1,292,071.54 $1,153,266.52 Thursday, August 20, 2015 Page 4 of 6 City Project Numbers 01472 Contract Name Water and Sanitary Sewer Replacement Contract 2009, WSM-I Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Origioal Contract Amount Chan�e Orders Change Order Number 1 Change Order Num6er 2 �n�������� Date Contract�r � ���C���;�i%��3a—t� y- .� %Sf Inspection Supervisor �- Thursday, August 20, 2015 Total Contract Price DOE Number 6616 Estimate Number 26 Payment Number 26 For Period Ending 8/15/2015 $2,031,545.50 $139,455.00 $18,275.04 $2,189,275.54 Total Cost of Work Completed Less % Retained Net Earned Earned This Period $]01,148.08 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Aand Less 15°/a Balance Due This Payment $2,022,961.52 $0.00 $2,022,961.52 $0.00 $0.00 $0.00 $1,921,813.44 $0.00 $101,148.08 Page 5 of 6 City Project Numbers 01472 �By , Contract Name Water and Sanitary Sewer Replacement Contract 2009, WSM-I Contract Limits Project Type WATER & SEWER Project Funding Project Manager Chaubey Inspectors DICKINSON � JONES Contractor CONATSER CONSTRUCTION T�cLP 5327 WICHITA ST FORT WORTH, TX 76119 �y�pl� ��lobl — 61U�� GS �5.�"0 �' DOE Number 6616 Estimate Number 26 Payment Number 26 ForPeriod�nding 8/1$/2pj5 City Secretary Contract Number Contract Date Contract Time Days Charged to Date Contract is .000000 CITY OF FORT WORTH SUMMARY OF CHARGES 45508 1/7/2014 250 CD 383 CD Complete PO #���a �� ; INV�ICE #� �5���-_� i Lioe Fund Account Ceuter Amount Gross Retainage Net ____________ Funded , I���ol-oi�f7� a �. c� ��.� --.�� .��� —��—�y - 3---- � ��i(�b�- DI�I�I�T��� -8- ��'�7• ID�� 33 Total Cost of Work Completed $2�022,961.52 Less % Retained $0.00 Net Earned $2,p22,961.52 Earned This Period $]01,148.08 Retaivage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balauce Due This Payment $0.00 $0.00 $0.00 $1,921,813.44 $0.00 $101,148.08 Thursday, August 20, 2015 Page 6 of 6 FORT �VORTH �--��� _��� �-�--� �.._� TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME «ti o3iosio� FINAL STATENIEIYT NO.:?6 tiAME OF PROJECT: W;'S Replacement WSM-I 09 PROJECT NO.: 1472 CONTRACTOR: Conatser PEI210D FROM 08'01 1� TO: 08/IS/15 WORK ORDGR EFFECTIVE:6/23/201�1 DAYS DOE NO.: 6616 FINAL INSPECTION DATE: June 25 2015 CONTRACT TIME: 250 � W� CD DAY OF REASON FOR DAYS DAY OF DAYS RGASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DUI2ING DURWG I. S 0 2. SU 0 3. M 0 -1. T 0 5. ��' 0 6. TH 0 7. 8. 9. F S Sll M � � � ' 1 II. 11. 12. 13. I -I. l 5. �l 0 W 0 TH 0 F 0 S 0 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. SAT, SUN, RAIN, TOO WET, UTILITIES DAYS TOTAL & HOL[DAYS & TOO COLD R�LOCATIONS OTHERS " CHARGED DAYS THIS YGRIOD PRE�'IOUS PERI011 TOTALS ;83 383 TO DATE 'REMARKS; • ;j!\�I`: T7ic Cin DATE '[-NSPEC.r��UR E�;GII�EERI\G DEP.-1RT.lI�NT ��'orth • 1000 Throckmorton Street • Fort �\'orth, T1 iGU13-G31 (817) 392 - ?9-F1 • Fa�: (817) 392 - 7845 TE 1 ;�Cr��� i '::rY u Ei �[:-:`5�:�i�TARY � ; �T. WORT�i, �X ; FORT WORTH TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR & PROJECT DATA re ofConlraclor DOE Inspector Ouincv Jones �OE Inspector Q Water ❑� Waste Water❑ Storm Drainag� Pavement Irtitia! Contracf Amouitt £2,031,545.50 �inal Contract Amount $2,022,961.52 � II) PERFORMANCE EVALUATION Project Name Water&Sewer DOE Number 6616 Project Manager Project D�culty Q Simple 8/ 19/2015 09 WSM-I � Roubne ��: oz,zo,o� � Complex 0- Inadequate 1- Deficient 2- Standard 3- Good 4- Excellent ELEMENT WEIGHT ( X) APPLICABLE (Y / N) RATING (0 - 4) MAX SCORE SCORE 1 Submission ofDocuments 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 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean U 5 Y 2 20 10 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Res onse 5 Y 20 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE (A) BONUS POINTS (25 Maximum) (B) TOTAL SCORE (TS) IIn CONTRACTOR'S RATING Ma�cimum Score (MS) = 448 or sum of applicable element score masimums which = 448 Rating ([TS / MS] * 100%) 346 / 448 = 77% Performance Category Good <20% = Inadeguate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >80% = F�ce/lent Inspector's Comments (INCLUDING �XPLANATION OF BONUS POINTS AWARDED) � 346 � �� ' �/�7�4.,/� � Signature DOE Inspector � l'y�,t� Signature Contractor ,L,_; � Signature DOE Inspector's Supervisor � CONTRACTOR'S COMMENTS TI2r�NSPORT�iTION r1ND PUBLIC WORK.S The Ciry of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: PROJECT NUMBER: DOE NUMSER: PIPE LA1D 56 7392 6 60 FIRE HYDRANTS: PIPE ABANDONED DENSITIES: N�W SERVICES: PIPE LAID 760 PIPE ABANDONED D�NSITIES: NEW SERVICES: _%\. _/ n• /: � �= Water & Sewer Replacement Cont 2009 WSM-I 1472 661G SIZE 6" 8�� 12 g�� WATER TYPE OF PIPE PVC PVC PVC DIP LF 56 7392 6 60 SIZE SIZE 8 8 8 8 6 SIZE VALVES (16" OR LARGER) TYPE OF PIPE SEWER TYPE OF PIPE CIPP PVC DIP PIPE ENLARGEMENT PVC TYPE OF PIPE TIt�NSPORT�3TION 13ND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (81� 392 - 7941 • Fax: (817) 392 - 7845 LF LF LF 760 7280 20 130 G n PROJECT INFORMATION Date: 8/19/2015 FORTWORTH TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CIT'Y Name ofConlrac(or Conatser DOE Inspeclor Quinc Jones ' DOE Nunrber Projec! Diffrcu/ty 6616 � Simple QQ Routine Q Complex Inrtia! Contract Amo:rrrt � $2,031,545.50 In PERFORMANCE �VALUATION 0- Inadequate 1- Deficient 2- Standard INSPECTION EVALUATION 1 Availability of Inspector 2 Knowledge of Inspector 3 Accuracy of Measured Quantiti 4 Display Of Professionalism 5 Citizen Complaint Resolution 6 Performance - Settina un Valve Project Name Water&Sewer Repla� Project Manager Rakesh Chambe� Type ofConh•act Q WaterO Waste Final Contrnct Amount $2.022.961.52 09 WSM-I REV: 02/22/07 Storm Drainag� Pavement 3 - Good 4 - Excellent RATING ELEMENT rn _ a� 4 N 4 N 4 H 4 W 4 N Labs 4 N 1 Change Order Processing Time 2 Timliness of Conh�actor Payments 3 Bid Opening to Pre-Con Meeting Timeframe IIn COMMENTS & SIGNATURES COMMENTS � H y � PLANS & SPECIF'ICATIONS 1 Accurac of Plans to Existing Conditions 2 Claritv & Sufficiencv of Details 3 Applicability of Specifications 4 Accuracy of Plan Quantiries PROJECT MANAGER EVALUATION 1 Knowledge And/Or Problem Resolution 2 Availability of Project Manager 3 Communication 4 Resolution of Utilitv Conflicts RATING �� - 4) 4 N 4 'i 4 y 4 �{ 4 H Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS \ ti► :'�: � I TR�INSPORT�TION �ND PUBLIC WORKS The Ciry of Fort Woxth • 1000 Throckmoxton Street • Fort Worth, TX 76012-6311 (81� 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, Vice-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: REPLACEMENT CONTRACT 2009 — WSM-1 WATER AND SANITARY SEWER IMPROVEMENTS DOE#: 6G16 CITY OF FORT WORTH STATE OF TEXAS CON R CONSTRUC ON TX, LP ��� � Brock Huggins Subscribed and sworn to before me this l Oth day of July, . _ Notary Public in Tarrant County, Texas Bertha Gianulis Notary Public for State of Texas My commission expires: 09/18I2015 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ARCHITECT CONTRACTOR SURETY OTHER 0 ❑ ❑ ❑ Bond No 0174436 PROJECT: (name, address)Replacement Contract 2009, WSM-I TO (Owner) � CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. Fort Worth TX � ARCHITECT'S PROJECT NO: CONTRACT FOR: Water & Sanitary Sewer Replacement Contiact 2009, WSM-I City Project Number 01472 � CONTRACT DATE: 1/7/2014 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert nama end eddress of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 on bond of Ihera Insert name end addrass of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Forest Hill TX 76119-6035 , SURETY COMPANY , 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 neme and address oi Owner► CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 as set forth in the said Surety Company's bond. IN VJITNESS, WHEREOF, the Surety Company has hereunto set its hand this , OWNER, 6th day of July, 2015 BERKLEY INSURANCE COMPANY Surety Company Attest; 1� � j�1►1c�-�1�J1�. (Seal): Signature of Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to ba used es a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. B1-7280e NOTICE: The warning found elsewhere in this Power of Attomey affects the validity thereof. Please review carefully. I<NOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly - organized and existing under tt�e laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted ti and appo;nred, ar.d dees b, these presen?s rrtake, co:�stttute and appoi,^.t: Ric::rdo J. R�yna; Do;: E. Corr,el ;• �rs� n1 Bai:IlOt; c Vena DeLeite Mars/ta[I; Sophiiiie Huirfer; Robbi Morales; or Kelly A. N�estbrook of Aon Risk Services Sord/trvest, Ir�c. 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 � h 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. � _ � � v � � � This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, �c � without giving effect to the principles of conflicts of laws thereof. This Power of Attomey is granted pursuant to the following >; resolutions which were duly and validly adopted at a meeting of the Board of Directors ofthe 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 �:i 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 3 � corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such Q� 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, F= or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the � J 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 - �f� further 0 Q, .- RESOLVED, that the signature of any authorized o�cer and the seal of the Company may be affixed by facsimile to any `� � power of attomey 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 � L �^' person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have �, _ ceased to be such at the rime when such instruments shall be issued. o� IN WITNESS WHEREOF, the Corppany has ca�� these presents to be signed and attested by its appropriate officers and its G°1j corporate seal hereunto affixed this ��`day of O./��%. , 2015. a � � .� Attest: � - Berkley Insurance Company � y r - � (Seal) By � By , �� Ira S. ederman Je Hafter �� � Senior Vice President & Secretary Se ' e President o�, WAI2NING: THIS POWER INVALID IF NOT PRINTED ON BLU� "BERKLEY" SECURITY PAPER. � � �� S i ATE OF CONNECTICUT ) � 3 N ) ss: � � COUNTY OF FAIRFTELD ) = � 1 %P�. r� Sworn to before me, a Notary Public in the State of Connecticut, this � day of ��?-�C�- , 2015, by Ira S. Lederman and J� Jeffrey M. Hafter who are swom to me to be the Senior Vice President and Secreta , and the Senior Vice P esident, respectively, of �� � Berkley Insurance Company. MARIA C. RUNDBAKEN ` � / �� NOTARY PUBLIC �/ ll/r�C.�-- L_ �� GC� � G �� MY COfcAMISSION EXPIRES Notary Public, State of Connecticut �, � APFiIL 30, 2019 CERTIFICATE � v 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 Attomey has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this 6th day of Julv � > 2015 (Seal)