HomeMy WebLinkAboutContract 48055-FP1 FORT WO RT Hc ny SECRETARY
CONTRACT NO.
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
n Q (Developer Projects) J J
�� ` / 4// / City Project Ns: 100061
cs�y�a5.5'
Regarding contract 100061 for CREEKSIDE ESTATES ADDITION as required by the
TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director
of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the
Transportation&Public Works Department has accepted the project as complete.
Original Contract Price: $1,204,591.25
Amount of Approved Change Orders: ($155,198.75) NQ 1
Revised Contract Amount: $1,049,392.50
Total Cost Work Completed: $1,049,392.50
C ,y
Recommen for Acceptance Date
Asst. irector, TPW - Infrastructure Design and Construction
Accepted Date
Director, TRANSPORTATION PUBLIC WORKS
�q.
Asst. City Manager Date
Department of TP &W Const.Services
CPN# - Dae
Project Manager '
Risk Management Canad
Comments: D.O.E. Brotherton
CFA Morales/Scanned - OFFICIAL RECORD
EMA1J JEo utzler/Scanned `6' CITY SECRETARY
The Proceeding people have been Contacted
SEP 9 2017 concerning the request for final payment& have FT.WORTH,TX
released this project for such payment.
initial:
Rev.9/22/16 Clearance Conducted By R/taMla
FORT VSO RT H
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name CREEKSIDE ESTATES ADDITION
Contract Limits
Project Type STORM DRAIN&PAVING
City Project Numbers 100061
DOE Number 0061
Estimate Number 1 Payment Number I For Period Ending 9/11/2017
CD
City Secretary Contract Number Contract Time 18(ID
Contract Date Days Charged to Date 340
Project Manager NA Contract is 100.00 Complete
Contractor CONATSER CONSTRUCTION TxLP
5327 WICHITA ST
FORT WORTH, TX 76119
Inspectors DICKINSON / WALKER
i
Monday,September 11,2017 Page I of 5
City Project Numbers 100061 DOE Number 0061
Contract Name CREEKSIDE ESTATES ADDITION Estimate Number I
Contract Limits Payment Number 1
Project Type STORM DRAIN&PAVING For Period Ending 9/11/2017
Project Funding
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 6"LIME TREATMENT 10550 SY $2.75 $29,012.50 10550 $29,012.50
2 7"CONC PVMT CO#1 8833 SY $36.00 $317,988.00 8833 $317,988.00
3 11"CONC PVMT CO#1 1568 SY $52.00 $81,536.00 1568 $81,536.00
4 8"LIME TREATMENT 2406 SY $3.00 $7,218.00 2406 $7,218.00
5 7"CONC CURB&GUTTER 6461 LF $4.00 $25,844.00 6461 $25,844.00
6 HYDRATED LIME CO#1 200 TN $175.00 $35,000.00 200 $35,000.00
7 4"CONC SIDEWALK CO#1 4948 SF $4.25 $21,029.00 4948 $21,029.00
8 REMOVE ASPHALT DRIVE 7492 SF $2.00 $14,984.00 7492 $14,984.00
9 3"ASPHALT PVMT TYPE D CO#1 456 SY UAW $13,680.00 456 $13,680.00
10 4"ASPHALT BASE TYPE B 11 SY $30.00 $330.00 11 $330.00
11 BARRIER FREE RAMP CO#1 7 EA $1,200.00 $8,400.00 7 $8,400.00
12 BARRIER FREE RAMP CO#1 7 EA $1,200.00 $8,400.00 7 $8,400.00
13 INSTALL ALUM SIGN GROUND MOUNT 13 EA $850.00 $11,050.00 13 $11,050.00
Sub-Total of Previous Unit $574,471.50 $574,471.50
STORM DRAIN
ItemEstimated Estimated Completed Completed
Descriptimr of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 10'CURB INLET 3 EA $2,500.00 $7,500.00 3 $7,500.00
2 21"RCP 88 LF $48.00 $4,224.00 88 $4,224.00
3 24"RCP 104 LF $50.00 $5,200.00 104 $5,200.00
4 30"RCP 320 LF $62.00 $19,840.00 320 $19,840.00
5 Y STORM JUNCTION BOX 2 EA $5,000.00 $10,000.00 2 $10,000.00
6 4'STORM JUNCTION BOX I EA $4,000.00 $4,000.00 1 $4,000.00
7 45"X 29"ELIPTICAL PIPE 236 LF $220.00 $51,920.00 236 $51,920.00
8 38"X 24"ELIPTICAL PIPE 142 LF $175.00 $24,850.00 142 $24,850.00
9 3'X2'RCB PLUG I EA $1,000.00 $1,000.00 1 $1,000.00
10 Y X 2' BOX CULVERT 112 LF $120.00 $13,440.00 112 $13,440.00
11 CONCRETE COLLAR 3 EA $500.00 $1,500.00 3 $1,500.00
12 30"STORM ABANDOMENT PLUG 3 EA $500.00 $1,500.00 3 $1,500.00
13 TRENCH SAFETY 1002 LF $1.00 $1,002.00 1002 $1,002.00
Monday,September 11,2017 Page 2 of 5
City Project Numbers 100061 DOE Number 0061
Contract Name CREEKSIDE ESTATES ADDITION Estimate Number I
Contract Limits Payment Number 1
Project Type STORM DRAIN&PAVING For Period Ending 9/11/2017
Project Funding
Sub-Total of Previous Unit $145,976.00 $145,976.00
GRADING,EROSION,SIGNAGE PAVEMENT MARKING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
- -
_--- - -- -- _
I BORROW BY DELIVERY 25000 CY $5.00 $125,000.00 25000 $125,000.00
2 EMBANKMENT BY PLAN 25000 CY $1.00 $25,000.00 25000 $25,000.00
3 MOBILIZATION(4%) 1 LS $2,500.00 $2,500.00 1 $2,500.00
4 SITE CLEARING I LS $42,500.00 $42,500.00 1 $42,500.00
I SWPPP I LS $3,500.00 $3,500.00 1 $3,500.00
2 SILT FENCE 6530 LF $1.50 $9,795.00 6530 $9,795.00
3 STONE OVERFLOW STRUCTURE 35 CY $100.00 $3,500.00 35 $3,500.00
4 CONSTRUCTION ENTRANCE 2 EA $2,000.00 $4,000.00 2 $4,000.00
5 INLET PROTECTION 8 EA $150.00 $1,200.00 8 $1,200.00
1 REFL RAISED MARKER 75 EA $4.00 $300.00 75 $300.00
2 4"SLD PVMT MARKING HAS 204 LF $4.00 $816.00 204 $816.00
3 TRAFFIC CONTROL 3 MO $1,000.00 $3,000.00 3 $3,000.00
4 FURNISH/INSTALL ALUM SIGN GROUND 16 EA $600.00 $9,600.00 16 $9,600.00
MOUNT CITY STD
Sub-Total of Previous Unit $230,711.00 $230,711.00
STREET LIGHT
ItemEstimated Estimated Completed Completed
Descriptimi of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 RDWY ILLUM ASSMBLY 15 EA $2,800.00 $42,000.00 15 $42,000.00
2 LED LIGHTING FIXTURE 15 EA $400.00 $6,000.00 15 $6,000.00
3 RDWY ILLUM FOUNDATION 15 EA $1,200.00 $18,000.00 15 $18,000.00
4 GROUND BOX TYPE B 7 EA $500.00 $3,500.00 7 $3,500.00
5 2"CONDT PVC SCH 80 CO#1 1390 LF $12.00 $16,680.00 1390 $16,680.00
6 3"CONDT PVC SCH 80(T)C09 861 LF $14.00 $12,054.00 861 $12,054.00
Sub-Total of Previous Unit $98,234.00 $98,234.00
Monday,September 11,2017 Page 3 of 5
City Project Numbers 100061 DOE Number 0061
Contract Name CREEKSIDE ESTATES ADDITION Estimate Number 1
Contract Limits Payment Number 1
Project Type STORM DRAIN&PAVING For Period Ending 9/11/2017
Project Funding
Contract Information Summary
Original Contract Amount $1,204,591.25
Chane Orders
Change Order Number 1 ($155,198.75)
Total Contract Price $1,049,392.50
Date Total Cost of Work Completed $1,049,392.50
ConCra r Less %Retained $0.00
D
Net Earned $1,049,392.50
Inspection Supervisor Earned This Period $1,049,392.50
Retainage This Period $0.00
�haL- aJ .n Date 1$�l7 .
Less Liquidated Damages
Project Manager
q r� Days @ /Day $0.00
Date I � LessPavement Deficiency $0.00
A s. ector/TPW-Infrastructure Design and Const on Less Penalty $0.00
W 01- Date 0 l Less Previous Payment $0.00
Director ontracting Depart 9di
t Plus Material on Hand Less 15% $0.00
Balance Due This Payment $1,049,392.50
' I
Monday,September 11,2017 Page 4 of 5
City Project Numbers 100061 DOE Number 0061
Contract Name CREEKSIDE ESTATES ADDITION Estimate Number I
Contract Limits Payment Number I
Project Type STORM DRAIN&PAVING For Period Ending 9/11/2017
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors DICKINSON / WALKER Contract Date
Contractor CONATSER CONSTRUCTION TxLP Contract Time 180 CD
5327 WICHITA ST Days Charged to Date 340 CD
FORT WORTH, TX 76119 Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed $1,049,392.50
Less %Retained $0.00
Net Earned $1,049,392.50
Earned This Period $1,049,392.50
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 $1,049,392.50
Monday,September 11,2017 Page 5 of 5
FORTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Creekside Estates Addition
PROJECT NO.: 100061 CONTRACTOR: Conatser Construction
DOE NO.:
PERIOD FROM:10/03/16 TO: 09/05/17 FINAL INSPECTION DATE: 5-Sep-17
WORK ORDER EFFECTIVE:10/3/2017 CONTRACT TIME: 180 O Wg* 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 340
PERIOD
PREVIOUS 0
PERIOD
TOTALS 340
TO DATE
*REMARKS:
KzM z If 10/
C NT ,CTOR DATE INSPECTOR 4111, DATE
ENGINEERING DEPARTXIENT
The City of Fort Worth*
1000 Throckmorton Street•Fort Worth,TX 76012-6311
s (817)392-7941 •Fax: (817)392-7845
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 9/12/2017
Name of Contractor _ Project Naure
CONATSER CONSTRUCTION TX,L.P. CREEKSIDE ESTATES ADDITION
DOE Inspector Project Manager
EDDIE DEE WALKER II Khal Jaafari
DOE NumberProject Difficulty Type of Contract
100061 Simple o Routine o Complex ❑ Water ❑ Waste Water o Storm Drainage o Pavement
Initial Contract Amount Final Contract Amount
$1,204,591.25 1$1,049,392.50
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent
ELEMENT _ RATING ELEMENT RATING
(0-4)
INSPECTION EVALUATION PLANS& SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions Lf
2 Knowledge of Inspector LJ 2 Clarity&Sufficiency of Details q
3 Accuracy of Measured Quantities 3 Applicability of Specifications
4 Display Of Professionalism 4 Accuracy of Plan Quantities +}
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance- Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager
1 Change Order Processing Time 3 Communication
2 Timliness of Contractor Payments 14 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,Thi 76012-6311
(817) 392-7941 •Fax: (817)392-7845
FORTWORTHREV:02/20/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
CONATSER CONSTRUCTION TX,L.P. CREEKSIDE ESTATES ADDITION
DOE Inspector DOE Number
EDDIE DEE WALKER II 100061
DOE Inspector Project Manager
❑ Water ❑ Waste Water o Storm Drainage o Pavement Khat Jaafari
Initial Contract Amount Project Difficulty
$1,204,591.25 D Simple o Routine o Complex
Final Contract Amount Date
$1,049,392.50 9/12/2017
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE
1 Submission of Documents 2 Y 4 8 8
2 Public Notifications 5 N
3 Plans on Site 5 Y 3 20 15
4 Field Supervision 15 Y 3 60 45
5 Work Performed 15 Y 4 60 60
6 Finished Product 15 Y 4 60 60
7 Job Site Safety 15 Y 4 60 60
8 Traffic Control Maintenance 15 Y 4 60 60
9 Daily Clean Up 5 Y 3 20 15
10 Citizen's Complaint Resolution 5 Y 3 20 15
11 Property Restoration 5 Y 3 20 15
12 After Hours Response 5 N
13 Project Completion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 373
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 373
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 408
Rating([TS/MSI * 100%) 373 / 408 = 91%
Performance Category Excellent
<20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspector
Signature P f nature Contractor
p
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
�' The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817) 392-7941 •Fax: (817) 392-7845
X x D O o m O -p Z -n Cn 0 0 0 0
<o O o o m 70 � cn F m D O m O �a
cn C o m G� O m —I m D Z 0
W
r o y �/ y m m k m m �$ D k m
p D m m � O0 (r-) 0 � x
o O
� �
y n
< < O m � o o O -° u O n -i
m oa � 0 70 Dm x OO m
v m to
A o m D C Dy
V) n z 0 h � m
D z m m --i
m O C 0 � n m 0 > fr
v cn z z v =
z = p z �#
M s Z m
n
m 3
-� O m
c m
z A
p 0 v x (n cn ZN D (7
Nui N , wO O O
N < O O O
W " 0 Nro m o o Z 0)
mAm � W0 Q-- cn
T.
O C (p j j a m cn
o p o o DZ7 p
w m y v con ow Ul z m m
r o o h G
O o 0 0 0 0 0 v rn m D r
0 0 0 0 0 0 0 7 A A m
n v D m^ o o D ;C7
N N N .0 < � Vl O O O C D
N A p p O GO O O z
N O O O W (U rn 07 (ncn
D
N A O A O O A N O
CD
C) O O O m O O C O
V N C _
co C n A z Dr Z � w W -� D
A O O O O O O O O O Dr O O O O O U)
Z
Of O O O O O O O (, Z, T O
N /`�
Vi J EA b9 0 0 l
as allo NyY m n D
N o N O o N a O
�+ V O� A O O ? z O
V A N N O O 7.7 00 _ Z
CA e Z D (:Y)00 Z
a) n n O v
a N o 0 0 0 0 0 C W rn m
CD Ol
al
m o 0 0 0 0 o m ? y co 0
ti ti
co
4 O z m
$ o N O �l
NN fn M N
O O O O O O O
j V C v O O v
p,
O O O
0 Z
V y
n O O
p m
0 0 0 0 0 0 n o0
0 0 0 0 0 0 0 m
N 0
(A r'
O
c
00
O D 0 N <
co !O <q yi l0 ,r m
cn
D 1
C �
m 0 0 0 m
m
N -I
A
p n O
O O O O O O O
o c o 0 0 o f7 cnn
0 0 0 0 0 o O
N
n
O
O O > T
W DDDN
n
N
O
(D
((D m o
< D c
(ND W N
n O (o
o
z a
T n
v ;oD Q
o C) -<
= o� rn W W N N N N N m w N O
D W N --� O Co M Cn N -� A m 3
z
0 x m
m 3
O (D
� o
N 3 C3n
0
O nM z '1n s
o v o m m 0 2 o N N w w w w w w w W 0
O co O 3 n N N W W N W W W N N W y
S c � Z3 W W 0 0 0 0 ' 0 0 N o A p -
N O 7 N S4 N o o Cn (Jt W W O N N N 7
N Z m = C (D 0 0 w W A a) O W N m
m z
u Q Q m m y c (°n a
Sp z 3 :,3 o f7
C, CDCD CD c
T < Q O OOi o Cn A j W 0) 0 W O W N Z n
� O o O coo cn
wON 0-
0 r N O O
3m v I'D (121 j c
-i p 3 a 0 3
2 z p N'
m z co o
0 —1 0 Q :�, r r m m cn cn cn cn m m m r M Z N
S m Q0 TT DD � TiZ � � D DD ' D
n coo o a
� o
m
--I v co D Z a 101,
o
mCDW � S z o
0 mo
a° OO �
< (D ti
o cvi v E�, Dm D
A P Sm CD < m v >
\" � m �' m v r m 3 Ill r, m
3 < r c a r= O �1 O m ;u
� m v ° ® m (% p p ® p D m
2 m o 0 Q ® m m(a mpOp o paw
mvti o ° c NwDmr, � � wp �n>
m �' �^ N worm-mi1 � N Dw -m1A
mm m `'' (I'D �n � wNwwm o mNw -
� rcn Q To s o ' D � � �j A �N » m
-0 O m cn
AVZi ti a %' nN v CwnA � � m �� �rn m
O 0 - woo o < a w (n
W o � ZZ O mml, ornN m A
M m �' " p � (D3 C) � ; � Dm °° m o
-n p < -I (D Xao aC� n co W�J ��. O
O civ � m < ovo ° D D w � z
D � n n w E (D Qa0 0 pmt Con
-� Z W D `D w N � � � r < < O �Z< � N
(� o 0 < 3 3 Z a <
m
3 3 �D o = (D m 3 � �n m
m X -n o o (D X z z m po
n = y w
m0 m m m
0 x
2
D
Z
Z m
G ;u
v
-� m m zZv,cAtncfltn�»cfl zt» zcAv�� � c
m 2 z
::_ _ :° ::
0 o' 0 D --40 (D 7 N N S W 3 A N A U
O O W V Cn W N O d (n Cn W
A N 7 0 0 0 A (T N T O O 3 0 0 N O (7
Oa D m 00 O O O O N O O O O O O O m
Zo r o o (D Cc::)) n000 (oo m o00 0
v
en cn 60 en v+ v>vi v�vi v+v+ v>ts1 v+�t6 lu'
zg _ _ -^
O V N W O) W A N A T to
1.0 (ND 00 A 01 W jp O
O N N V OV O p (011 V A
IV
y
p) p N 11 O O CD ,�-� O O W O O N o r
N 0 0 0 N O O CD fJt O O O O O O 0 0 0
17
N
CD
N
N
0 0 0 0 202 rrnr*ai2�0 '
µT ma ��^y�
iq
I,
-
� y o� m
y�2.A �
Nkit s t I t. l o +ti cN_•'w$zy h �� �,':
: "zy�4''c
4ba�y�^�3i
a -' ,t it '{ 3 a f i I t { :-•� aq �^��`„InG T2s 8 A wxyN� � A
Jt I i[' �£ i f £ t' , [ ' is .-.—, 3 lit S -ai N8�ae .y t- t i
l �. d a I "'"'""a j� $ Azj�.aH�a
k
[[i i -� `7�{-�'-Y'.�^-r £-' N ^9�yy'e;.?=.pay•\+,. toa�s"u tv}'o = i
Jti
t £ ;. a� Q=
,LJ BAb' O j^ Qia al Y
� .v+
i ;€i ti r r [ i 13 t £ '..'i Jii f i`u----i-"`J-�-�L. •- v�"ow-- o
16
�( NN• i Na»�xyb A2\4
I
r., �I '��s�'� f'r'+(_.�i..-aj-.'s-•�r ,t��l�L' ..._.i.., -^r•T'�_i- � o � F.q � � 1t�t��,ao+S�`v€+'
h €L ia, :' �f-iii•'-i-F[ 7 _ i € f [ t y s€€ F ; i '§ a u
I
FF
4MC5T +7LFg7
'i .:£ £ s :-I £rt x TC HTf Z84•f�- I t ;:{ft.{T` �. iI y, { S t 8 A
HitE 3 IhL jilt. ,A__-______
N _3ait
it t-ia �a1 1 1 I
t; tt
�-^'2$\`I
., 1£ ' i I I a ' i [ T' �' i £s tl 111 j y°'.Sy �I � IAw ^iz•+p �
tl'11 L a t f H I I .{ ±t-7i'�'i"`r'-( 1, D`nr�`i�z•.° s ,s� � -nc�;•,���>
i V
�—
£ �. ti £ :. i a N ¢ 4 0
,�r. ��, - -1 .i.�:.:,.Ji-•a sJ la7 S D �II::` ! g
t I if k, ''£ € :tri + +€
1-1 FJ
4is It
3�. i t s€ 1,+L, � i i v •'3 � '�4 pl �q
t. r �j�i I i j { J€ �'lih•£ ; - € { X
st €I
; (L
a �m£'n l'��' •nagv� /�
m c�` ------------- •2''NI m8uU {;, r�
4
rM
; 31'.€ r ; I C ; ! r' t tC'1i•�--"I-t"{'--r —8 aRH�;'• [� .� �+
4 i { 31[ a € t a al £ s a `Tf"� t t �_.�E»-' P .—L g • � y 8
�-j7-•r� t.: __�c3 [{ $ I £ ^z `' +
it
�ijo. ii �1itl liini
t ''1"�-irf i i ! t E 1 t t 3 r'.. i�•'3's'" j 1 { '(1
���I s �3. r ; t i ", } [�� r'T..€-.(.-.: F '^I Q I Z•.e 1�N +!t
1''3�,ti'�"""r<`•f i' 3 t't as� [ ': { 1 i �' Q v�[�> M [
. a rs s it E1-p i �£i
y'�j
$ a ( g r
in I NOUN
IN 11.4i I a
IV�1,1;,1-J ._':_.� �1....1.=I. F €.£: �7i:t;!'ti'I 1.-..t�E;� � il (1 I I I [ � •� .
p ( a
g0 o O O t
_H
IQs �A 11,41g'gi
9�Y Tm Qg
1 log
In !hf
11191
N � � i
8
i f f
N :
t I
t ,
:
' 1 _
'
1 ! ;
H E 5
y
��A
2111N
MC CART - RISINGER, LR Suite ite 3 Collins St
S 323
Arlington,TX 76011
T 817,461-2232
F 817-2753035
s
September, 12,2017
Mr. Brock Huggins
CONATSER CONSTRUCTION TX, LPP,
P O Box 15448'
Fort Worth,TX 76119
RE: Creekside Estates Phase II
Dear Mr. Huggins,
McCart- Risinger, LP, acknowledges that Conatser Construction TX, LP. has completed the
E Water, Sewer, Storm Drain and Paving portions of the above captioned project in a timely
manner. Although the contractual time was exceeded, McCart-Risinger, LP. will not assess
any penalties or liquidated damages due to time extensions.
If you have any questions, please feel free to contact our office.
I Si erely,
i
ni er
McCart-Risinger, LP.
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:
CREEKSIDE ESTATES ADDITION, PH 2
EXCAVATION,WATER, SANITARY SEWER,
STORM DRAINAGE,PAVING AND STREET LIGHT
IMPROVEMENTS
DOE#: N/A
CFA PRJ #: 216-034
CITY PROJCT #: 100061
CITY OF FORT WORTH
STATE OF TEXAS
�i
CONATSER CONSTRU TION TX, LP
' i qy C omn°ission Expues
Brock Huggins
18 2019
Subscribed and sworn to before me this 91h day of September, 2017.
c�
Notary Public in Tarrant County, Texas
I
CONSENT OF OWNER ❑
SURETV COMPANY ARCHITECT ❑
CONTRACTOR ❑
To rI NAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects, AIA Document 6707
Bond No 0201472
PROJECT:
(name, address)Creekside Estates Addition Phase 2,
Fort Worth,TX
TO (Owner)
ARCHITECT'S PROJECT NO:CFA 2016-034
CITY OF FORT WORTH&MCCART-RI SINGER,L.P. CONTRACT FOR:
2111 N. Collins#323 Water,Sewer, Paving Drainage,Grading Improvements,Erosion
Control,Signage and Pavement Marking and Street Lighting for
Arlington TX 76011 �NTRACT DATE:Estates n Phase 2,City Project 100061,CFA 2016-
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)
CITY OF FORT WORTH& MCCART-RISINGER, L.P.
2111 N. Collins#323
Arlington TX 76011 OWNER,
as set forth in the said Surety Company's bond,
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this 5th day of September, 2017
BERKLEY INSURANCE COMPANY
Surety
Company
Attest: - ��C
(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-72808
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON,DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
b 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
d Marshall; Sophinie Hunter, Robbi Morales; Kelly A. Westbrook, or Tina McEwan of Aon Risk Services Southwest, Inc. of
5 Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal,
acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no
single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds
had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own
proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
F, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010:
o
oc 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
o 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
o 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
RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances, or
L 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
c RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
0 further
CL.E RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
3 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
d ceased to be such at the time when such instruments shall be issued.
w r
o 0 IN WITNESS WHEREOF, the CompIny has caused these presents to be signed and attested by its appropriate officers and its
o corporate seal hereunto affixed this day of ji I.L
NA 2016.
Attest: Berkley Insurance Company
H
ti (Seal) By • G J IShloir,
o Ira S.Lederman i after
Executive Vice President&Secretary V- President j
a WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER
o STATE OF CONNECTICUT)
N o } ss:
COUNTY OF FAIRFIELDco
}
�� 2016, b Ira S.Lederman and
Sworn to before me, a Notary Public in the State of Connecticut,this day o Y
T� Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and a Senior Vice President,
respectively, of Berkley Insurance Company,MARIAG.RUNDI3AKEN
Q c NOTARY PUBLIC ?dmz,�— 1��
o MY COMMISSION EXPIRES Notary Public, State of Connecticut
APRIL 30,2019
CERTIFICATE
80 I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct
Yand complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the
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 5th day of September
(Seal)
Vincent P. orte