Loading...
HomeMy WebLinkAboutContract 37078-FP1 Depart TPe �W DOE# Const. Services i Date Project manager Date f'— �- Risk Mana ement J. g � , ��. �I�URT�® D.O.E. Brotherton CFA Westerman/Scanne CITY SECIMAW The Proceeding people have been Contacted concemi the CONTRACT NO.Dayment8 have releaeedthfe Pro Jegforawhpaymentg request rATION AND PUBLIC WORKS :learance Conducted By Shameka Kennedy F PROJECT COMPLETION D.O.E.Ns: 7153 Iff-W 99C. Regarding contract 217153 for NORTH RIVERSIDE DRIVE as requited 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 Prices: $756,815.75 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: S756,815.75 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $756,815.75 Less Previous Payments: $0.00 Final Payment Due $756,815.75 Recommended for Acceptance Date Asst. Dir or, TPW - Infrastructure Design and Construction e Accepted Date Director, TRA PORTATION &PUBLIC VVRKS City Manager Date Comments: C205-541200-207760220483,C205-541200-207320220483,C205-207320220883 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTH RIVERSIDE DRIVE Contract Limits Project Type PAVING,STORM DRAIN&STREET LUGHT City Project Numbers 02204 DOE Number 7153 Estimate Number 1 Pnyment Number 1 For Period Ending IV16/2014 CD City Secretary Contract Number 217153 Contract Time 121ED Contract Date Days Charged to Date 300 Project Manager Buckley Contract is .000000 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / OWEN Monday,December 15,2014 Page 1 of 6 City Project Numbers 02204 DOE Number 7153 Contract Name NORTH RIVERSIDE DRIVE Estimate Number I Contract Limits Payment Number I Project Type PAVING,STORM DRAIN&STREET LUGHT For Period Ending 12/16/2014 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 INSTALL 48"RCP 796 LF $110.00 $87,560.00 796 $87,560.00 2 INSTALL 42"RCP 159 LF $100.00 $15,900.00 159 $15,900.00 3 INSTALL 33"RCP 27 LF $75.00 $2,025.00 27 $2,025.00 4 INSTALL 30"RCP 617 LF $65.00 $40,105.00 617 $40,105.00 5 INSTALL 27"RCP 88 LF $55.00 $4,840.00 88 $4,840.00 6 INSTALL 24"RCP 198 LF $45.00 $8,910.00 198 $8,910.00 7 INSTALL 21"RCP 120 LF $42.00 $5,040.00 120 $5,040.00 8 INSTALL 18"RCP 58 LF $40.00 $2,320.00 58 $2,320.00 9 INSTALL 15"RCP I I LF $38.00 $418.00 11 $418.00 10 INSTALL 12"RCP 29 LF $35.00 $1,015.00 29 $1,015.00 11 10'RECESSED INLET 2 EA $2,800.00 $5,600.00 2 $5,600.00 12 INSTALL 48"SLOPED HEADWALL I EA $3,500.00 $3,500.00 1 $3,500.00 13 INSTALL 33"SLOPED HEADWALL I EA $3,000.00 $3,000.00 1 $3,000.00 14 INSTALL 21"SLOPED HEADWALL I EA $2,000.00 $2,000.00 1 $2,000.00 15 INSTALL Y MANHOLE RISER 3 EA $1,500.00 $4,500.00 3 $4,500.00 16 INSTALL STORM]UNCTION STRUCTURE 3 EA $3,000.00 $9,000.00 3 $9,000.00 17 INSTALL 5'DROP CONNECTION MANHOLE 2 EA $7,500.00 $15,000.00 2 $15,000.00 18 INSTALL 4'X4'"Y"INLET 3 EA $3,000.00 $9,000.00 3 $9,000.00 19 INSTALL 5'X5'"Y"INLET I EA $4,000.00 $4,000.00 1 $4,000.00 20 INSTALL 12"ROCK RIP RAP 387 SY $95.00 $36,765.00 387 $36,765.00 21 INSTALL 12"ROCK RIP RAP 46 SY $85.00 $3,910.00 46 $3,910.00 Sub-Total of Previous Unit $264,408.00 $264,408.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total - ----------------- ----------------------- 1 REMOVE ASPHALT PVMT 4086 SY $5.00 $20,430.00 4086 $20,430.00 2 SAWCUT 50 LF $20.00 $1,000.00 50 $1,000.00 3 INSTALL 10"CONCRETE PAVEMENT 4217 SY $42.00 P77,114.00 4217 $177,114.00 4 INSTALL 4"HMC 6068 SY $19.00 P 15,292.00 6068 $115,292.00 5 INSTALL 6"LIME TREATMENT 4529 SY $2.75 $12,454.75 4529 $12,454.75 Monday,December 15,2014 Page 2 of 6 City Project Numbers 02204 DOE Number 7153 Contract Name NORTH RIVERSIDE DRIVE Estimate Number I Contract Limits Payment Number I Project Type PAVING,STORM DRAIN&STREET LIGHT For Period Ending 12/16/2014 Project Funding 6 INSTALL 6"CONCRETE CURB&GUTTER 2163 LF $2.00 $4,326.00 2163 $4,326.00 7 INSTALL 6"TO 0"TRANSITION CONCRETE 100 LF $5.00 $500.00 100 $500.00 CURB 8 INSTALL CONCRETE STREET HEADER 74 LF $20.00 $1,480.00 74 $1,480.00 9 INSTALL ASPHALT PAVEMENT 1695 SY $28.00 $47,460.00 1695 $47,460.00 10 INSTALL 8"LIME TREATMENT 1831 SY $3.00 $5,493.00 1831 $5,493.00 11 INSTALL 4"CONCRETE SIDEWALK 1322 LF $12.00 $15,864.00 1322 $15,864.00 12 INSTALL 2"SCH80 PVC 1440 LF $8.00 $11,520.00 1440 $11,520.00 13 INSTALL INLET PROTECTION 6 EA $150.00 $900.00 6 $900.00 14 INSTALL CONSTRUCTION ENTRANCE 2 EA $2,000.00 $4,000.00 2 $4,000.00 15 INSTALL CHECK DAM 6 EA $500.00 $3,000.00 6 $3,000.00 16 INSTALL SILT FENCE 6789 LF $2.00 $13,578.00 6789 $13,578.00 17 TRENCH SAFETY 2103 LF $1.00 $2,103.00 2103 $2,103.00 18 ROAD CONSTRUCTION SIGN 2 FA $500.00 $1,000-00 2 $1,000.00 19 CHANNELIZING DEVICES PHASE 1 250 LF $2.00 $500.00 250 $500.00 20 CHANNELIZING DEVICES PHASE 2 1601 LF $2.00 $3,202.00 1601 $3,202.00 21 CHANNELIZING DEVICES PHASE 3 954 LF $2.00 $1,908.00 954 $1,908.00 22 4"CENTERLINE STRIPE YELLOW 300 LF $2.00 $600.00 300 $600.00 23 4"CENTERLINE STRIPE WHITE 234 LF $2.00 $468.00 234 $468.00 24 DOUBLE YELLOW LINE MARKINGS 275 LF $5.00 $1,375.00 275 $1,375.00 25 CENTERLINE MARKERS 1320 LF $2.00 $2,640-00 1320 $2,640.00 26 4"SLD PVMT MARKING PAINT 790 LF $2.00 $1,580.00 790 $1,580.00 27 CROSS HATCHING FOR MERGING/SHIFTING 185 SY $6.00 $1,110.00 185 $1,110.00 28 INSTALL LANE LEGEND ARROW 1 EA $250.00 $250.00 1 $2%00 29 INSTALL LANE LEGEND ONLY I EA $300.00 $300.00 1 $300.00 Sub-Total of Previous Unit $451,447.75 $451,447.75 STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I INSTALL LIGHT POLES TYPE D40-9T 8 EA $2,800.00 $22,400.00 8 $22,400.00 2 INSTALL 2-2-2-4 QUADPLEX ALUM ELEC 1440 LF $4.00 $5,760.00 1440 $5,760.00 CONDUCTOR 3 INSTALL 20OW HPS PC LIGHTING FIXTURE 8 EA $400.00 $3,200.00 8 $3,200.00 4 INSTALL TYPE 5 FOUNDATION 8 EA $1,200.00 $9,600.00 8 $9,600.00 Monday,December 15,2014 Page 3 of 6 City Project Numbers 02204 DOE Number 7153 Contract Name NORTH RIVERSIDE DRIVE Estimate Number I Contract Limits Payment Number 1 Project Type PAVING,STORM DRAIN&STREET LIGHT For Period Ending 12/16/2014 Project Funding Sub-Total of Previous Unit $40,960.00 $40,960.00 ----------------------------------- --- Monday,December 15,2014 Page 4 of 6 City Project Numbers 02204 DOE Number 7153 Contract Name NORTH RIVERSIDE DRIVE Estimate Number I Contract Limits Payment Number I Project Type PAVING,STORM DRAIN&STREET LIGHT For Period Ending 12/162014 Project Funding Contract Information Summary Original Contract Amount $756,815.75 Chance Orders Total Contract Price $756,815.75 Date 1 Z 1(p�� Total Cost of Work Completed $756,815.75 Co a r / Less %Retained $0.00 _ I /�S Net Earned $756,815.75 Date Insp tio rv's Earned This Period $756,815.75 c �S � f �/ l�o Retainage This Period $0.00 Date t/G/ Less Liquidated Damages Project Man Days® /Day $0.00 Date LessPavement Deficiency $0.00 As.st.Director/fP,W 1-InfrasWcture Design and Construction Less Penalty $0.00 Date L7 �� less Previous Payment $0.00 Director 4tontracting Department �,- Plus Material on Hand Less 15% $0.00 o Balance Due This Payment 1756,815.75 P Monday,December 15,2014 Page 5 of 6 City Project Numbers 02204 DOE Number 7153 Contract Name NORTH RIVERSIDE DRIVE Estimate Number I Contract Limits Payment Number I Project Type PAVING,STORM DRAIN&STREET LIGHT For Period Ending 12/1612014 Project Funding I E Project Manager Buckley City Secretary Contract Number 217153 Inspectors LAYER / OWEN Contract Date 11 Contractor CONATSER CONSTRUCTION TxLP Contract Time 120 CD 5327 WICHITA ST Days Charged to Date 300 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 $756,815.75 Less %Retained $0.00 Net Earned $756,815.75 Earned This Period $756,815.75 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 $756,815.75 Monday,December 15,2014 Page 6 of 6 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: NORTH RIVERSIDE DRIVE PROJECT NO.: 2204 CONTRACTOR: CONATSER W-2288 DOE NO.: 7153 PERIOD FROM:02/17/14 TO: 12/16/14 FINAL INSPECTION DATE: 16-Dec-14 WORK ORDER EFFECTIVE:2/17/2014 CONTRACT TIME: 300 0 WD s 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 PERIOD 0 0 PREVIOUS PERIOD 300 300 TOTALS TO DATE 300 300 *REMARKS: CONTRAtTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT f The City of Fort Worth•1000 Throdrmorton Street•Fort Worth,TX 76012-6311 Q (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 NORTH RIVERSIDE DRIVE DOE Inspector DOE Number Habte Taezaz 7153 DOE Inspector Project Manager ❑Water ❑Waste Water ® Storm Drainage © Pavement Patric Buckley Initial Contract Amount Project Difficulty $756,815.75 Simple ® Routine O Complex Final Contract Amount Date $756,815.75 12/15/2014 In 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 4 20 20 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 371 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/MS]*100%) 373 / 408 91% Performance Category Excellent <20%=Inadequate 20%to<40'rb=Deficient 4090 to<60•16—Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector X Signature Contractor Signature DOE Inspector's Supervisor tJ LL 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 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 12/15/2014 Name of Contractor Project Name CCNATSER CONSTRACTION NORTH RIVERSIDE DRIVE DOE Inspector Project Manager Habte Taezaz Patrick Buckley DOE Number lProject Difficulty Type of Contract 7153 P Simple ® Routine o Complex ❑Water ❑Waste Water G] Storm Drainage © Pavement Initial Contract Amount Final Contract Amount $756,815.75 1$756,815.75 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING [2Clarity MENT RATING (0-4) (0-4) INSPECTION EVALUATION ANS&SPECIFICATIONS I Availability of Inspector �-1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector &Sufficiency of Details 3 Accuracy of Measured Quantities z. 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution l ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS S Contractor f Ignature --1 ell Signature DOE Inspector Signature DOE Inspector's Supervisor_ INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ID The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941-Fax:(817)392-7845 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR 0 TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0174429 PROJECT: (name, addreSS)N. Riverside Paving,Storm Drain & St.Light Impry Fort Worth TX TO (Owner) HILLWOOD DEVELOPMENT SERVICES,LLC AND -I ARCHITECT'S PROJECT NO: THE CITY OF FORT WORTH CONTRACT FOR: North Riverside Paving,Storm Drain&Street Light Improvements L TX 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 end address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Forest Hill 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) HILLWOOD DEVELOPMENT SERVICES, LLC AND THE CITY OF FORT WORTH TX , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 13th day Of November, 2014 BERKLEY INSURANCE COMPANY S ty CL�ipany Attest: Dphinie Hunter (Seal): Signa re o ut orized Representative V. DeLene Marshall 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-7280c POWER OF ATTORNEY BERKLEY INSURANCE COMPANY r 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 0 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, Lisa M. Bonnot, Vena DeLene Marshall or Sophinie Hunter of Aon Risk Services Southwest,Inc. 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 no single obligation shall exceed Fifty Million and 00/100 U.S.Dollars(U.S.S50,000,000.00),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. a 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 0 o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: o r- 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 0 Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein w V 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 3 o attomey-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 other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the H manner and to the extent therein stated;and further b o RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further oRESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 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 3 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 o ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caul# these presents to be signed and attested by its appropriate officers and its w °o corporate seal hereunto affixed this day of Z 2014. o an o Berkley Insurance Company � Attest: (Seal) By / By f o Ira S.Lederman �fflor y .Hafter o° Senior Vice President&Secretary ce President no WARNING:TIIIS POWER INVALID IF NOT PRINTED ON BLUE`BERKLEY"SECURITY PAPER. A N STATE OF CONNECTICUT) ss: ° COUNTY OF FAIRFIELD ) o tA Sworn to before me, a Notary Public in the State of Connecticut, this day of 2014,by Ira S.Lederman and fJeffrey M.HMer who are.sworn tome to be the Senior Vice President and Secretary, and tlk Senior Vi President,respectively,of Berkley Insurance Company. MARIA C.RUNDBAMEN Gv NOTARY PUBLIC VL1 o MY COMMISSION EXPIRES otary Public,State of Connecticut APRIL 30,2010 CERTIFICATE 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 3 and that the authority of the Attomey-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,thi Clay of (Seal) Andr .Tu a IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(a-tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements.