Loading...
HomeMy WebLinkAboutContract 46004-FP1 +_.)epart e�l TP onst.Services BOE#�� ate C1Y�SECRETARY Project Manager — e i Risk Management Canadv :2 , ►T WORTH, CcT No. D.O.E. Brother#on o CFA Westerman/Scanned The Proceeding people have peen C ntact concerning the request for final Q payment&have released this project for such payment. ITION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy PROJECT COMPLETION D.O.E. Ns: 6500 Regarding contract 46004 for SANITARY SEWER REHAB CONTRACT 52 PT 3 as required by the WATER DEPARTMENT as approved by City Council on 8/5/2014 through M&C C-26909 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project asate^ K Original Contract Prices: i�''� $1,680,055.00 MAR 302016 Amount of Approved Change Orders: $34,255.00 Ns 1 Revised Contract Amount: By $1,714,310.00 Total Cost Work Completed: $1,690,090.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $1,690,090.00 Less Previous Payments: $1,605,585.50 Final Payment Due $84,504.50 9V�' , Recom end e or Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Dat Asst. Director, WATER EP RTMENT Asst. Clty Manager Date Comments: P253-541200-602170121983,P258-541200-702170121983 OFFICIAL RECORD CITY SECRETARY �3�LED FT.WORTH,TX MAR 3 MAR 3 0 2016 14 �wq �-q X0-7- City Project Numbers 01219 Ley � DOE Number 6500 Contract Name SANITARY SEWER REHAB CONTRACT 52 PT 3 Estimate Number 30 Contract Limits Payment Number 30 Project Type SEWER For Period Ending 2/29/2016 Project Funding Project Manager Chaubey City Secretary Contract Number 46004 Inspectors DICKINSON / HORTON Contract Date 8/5/2014 Contractor CIRCLE C CONSTRUCTION COMPANY Contract Time 356 CD PO BOX 40328 Days Charged to Date 356 CD FORT WORTH, TX 76140 Contract is .000000 Complete CITY OF FORT WORTH PO # SUMMARY OF CHARGES INVOICH q 1 0L1- , ,2 Line Fund Account Center Amount Gross Retainage Net Funded —————————————————— -- 0S to - cw, fi Total Cost of Work Completed $1,690,090.00 Less %Retained $0.00 WATER DEPARTMENT Net Earned $1,690,090.00 ENGINEERING AND FISCAL SERVICES Earned This Period $84,504.50 Contact Person- �/` L!Z Retainage This Period $0.00 Depart n , -o ffnalutc for: Less Liquidated Damages DEPARTMFNT CHECK PICK- P YES 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $1,605,585.50 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $84,504.50 Thursday,March 03,2016 Page 5 of 5 258 - ol.?Iq FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SANITARY SEWER REHAB CONTRACT 52 PT 3 Contract Limits Project Type SEWER City Project Numbers 01219 DOE Number 6500 Estimate Number 30 Payment Number 30 For Period Ending 2/29/2016 CD City Secretary Contract Number 46004 Contract Time 35ED Contract Date 8/5/2014 Days Charged to Date 356 Project Manager Chaubey Contract is 99.000 Complete Contractor CIRCLE C CONSTRUCTION COMPANY PO BOX 40328 FORT WORTH, TX 76140 Inspectors DICKINSON / HORTON Thursday,March 03,2016 Page 1 of 5 i I I City Project Numbers 01219 DOE Number 6500 i Contract Name SANITARY SEWER REHAB CONTRACT 52 PT 3 Estimate Number 30 Contract Limits Payment Number 30 Project Type SEWER For Period Ending 2/29/2016 i Project Funding I I Sewer Improvements j Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------------------------- - I-1 3331-460154"Sewer Pipe 174 LF $300.00 $52,200.00 174 $52,200.00 1-2 3331.4317 24"Sewer Pipe 1987 LF $155.00 £307,985.00 1987 $307,985.00 I-3 3331.4208 12"Sewer Pipe CO#1 135 LF $145.00 $19,575.00 135 $19,575.00 I-4 3331.4212 12"DIP Sewer 478 LF $175.00 $83,650.00 574 $100,450.00 1-5 3331.4119 8"DIP Sewer 24 LF $120.00 $2,880.00 24 $2,880.00 I-6 3305.3010 24"Sewer Carrier Pipe 162 LF $185.00 $29,970.00 162 $29,970.00 1-7 3305.300820"Sewer Carrier Pipe 701 LF $165.00 $115,665.00 701 $115,665.00 1-8 3305.3004 12"Sewer Carrier Pipe 75 LF $125.00 $9,375.00 75 $9,375.00 J I-9 3305.1106 36"Casing By Other Than O 801 LF $580.00 $464,580.00 797 $462,260.00 1-1 3305.1104 24"Casing By Other Than O 75 LF $525.00 $39,375.00 75 $39,375.00 1-1 0241.2117 54"Sewer Abandonment Plug 19 EA $2,500.00 $47,500.00 19 $47,500.00 I-1 0241.2108 18"Sewer Abandonment Plug 9 EA $1,800.00 $16,200.00 9 $16,200.00 I-1 0241.2105 6"-12"Sewer Abandonment 12 EA $1,500.00 $18,000.00 12 $18,000.00 I-1 241.2001 Sanitary Line Grouting 650 CY $150.00 $97,500.00 525 $78,750.00 I-1 3331.31014"Sewer Service 7 EA $550.00 $3,850.00 6 $3,300.00 I-1 3331.31014"Sewer Service(SDR-26 P 6 EA $600.00 $3,600.00 4 $2,400.00 1-1 3311.01416"Water Pipe 20 LF $65.00 $1,300.00 20 $1,300.00 I-1 0241.5001 Abandon Manhole 8 EA $600.00 $4,800.00 8 $4,800.00 I-1 0241.2301 Remove Sewer Junction Stru 2 EA $1,800.00 $3,600.00 2 $3,600.00 I-2 0241.2202 Remove 6'Sewer Manhole 3 EA $1,200.00 $3,600.00 3 $3,600.00 1-2 0241.2202 Remove 5'SewerManhole I EA $1,000.00 $1,000.00 1 $1,000.00 1-2 0241.220I Remove 4'Sewer Manhole 4 EA $800.00 $3,200.00 1 $800.00 1-2 0241.2027 Remove 54'Sewer Line 100 LF $30.00 $3,000.00 100 $3,000.00 1-2 3339.11015'Manhole 4 EA $4,800.00 $19,200.00 4 $19,200.00 1-2 3339.1102 5'Drop Manhole 3 EA $5,500.00 $16,500.00 3 $16,500.00 I-2 3339.1103 5'Extra Depth Manhole 72 VF $220.00 $15,840.00 80 $17,600.00 1-2 3339.1105 5'Type A Manhole 3 EA $6,500.00 $19,500.00 3 $19,500.00 I-2 3339.10014'Manhole 4 EA $3,500.00 $14,000.00 3 $10,500.00 I-2 3339.1002 4'Drop Manhole 1 EA $4,500.00 $4,500.00 1 $4,500.00 I-3 3339.10034'Extra Depth Manhole 97 VF $180.00 $17,460.00 96 $17,280.00 1-3 3339.1004 4'Shallow Manhole I EA $3,000.00 $3,000.00 1 $3,000.00 Thursday,March 03,2016 Page 2 of 5 City Project Numbers 01219 DOE Number 6500 Contract Name SANITARY SEWER REHAB CONTRACT 52 PT 3 Estimate Number 30 Contract Limits Payment Number 30 Project Type SEWER For Period Ending 2/29/2016 Project Funding I-3 3339.2001 Sanitary Sewer Junction St 1 LS $12,500.00 $12,500.00 1 $12,500.00 I-3 3339.0001 Epoxy Manhole Liner 65 VF $200.00 $13,000.00 96 $19,200.00 I-3 3305.0112 Concrete Collar 16 EA $300.00 $4,800.00 15 $4,500.00 I-3 3216.0102 7"Cone.Curb and Gutter 55 LF $30.00 $1,650.00 55 $1,650.00 1-3 3213.03014"Cone.Sidewalk 155 SF $8.00 $1,240.00 75 $600.00 1-3 3292.0400 Seeding,Hydromulch 1562 SY $3.00 $4,686.00 1115 $3,345.00 I-3 3292.0100 Block Sod Placement 3010 SY $5.00 $15,050.00 I-3 3305.0204 Imported Embedment/Badckfi 20 CY $15.00 $300.00 I-4 0330.0001 Concrete Encase Sewer Pipe 10 CY $150.00 $1,500.00 10 $1,500.00 I4 3201.01614 6"Concrete Pavement Repa 95 SY $85.00 $8,075.00 187 $15,895.00 I-4 3201.0113 6'Wide Asphalt Pvmt Repai 84 LF $45.00 $3,780.00 80 $3,600.00 I-4 3201.0125 8'Wide Asphalt Pvmt Repai 55 LF $48.00 $2,640.00 55 $2,640.00 I-4 3201.0202 Asph.Pvmt Rep.Beyond Def 413 SY $13.00 $5,369.00 I-4 3201.0400 Temporary Asphalt Paying 1625 LF $10.00 $16,250.00 1565 $15,650.00 14 3301.0001 Pre-CCTV Inspection 7077 LF $5.00 $35,385.00 6501 $32,505.00 I-4 3301.0002 Post-CCTV Inspection 3954 LF $3.00 $11,862.00 3832 $11,496.00 I-4 3301.0101 Manhole Vacuum Testing 16 EA $250.00 $4,000.00 15 $3,750.00 I-4 3305.0103 Exploratory Excavation of 2 EA $1,500.00 $3,000.00 1 $1,500.00 I-5 3305.0109 Trench Safety 3118 LF $1.00 $3,118.00 2894 $2,894.00 I-5 9999.0000 Rem.and Repl.Metal Beam 160 LF $50.00 $8,000.00 160 $8,000.00 I-5 9999.0000 Rework MH Bench&Trough 1 EA $2,500.00 $2,500.00 2 $5,000.00 1-5 3292.0500 Seeding,Soil Retention BI 56 SY $25.00 $1,400.00 1-5 3471.0001 Traffic Control 1 LS $9,500.00 $9,500.00 1 $9,500.00 I-5 3125.0101 SWPPP>1 Acre I LS $8,500.00 $8,500.00 1 $8,500.00 I-5 3303.0001 Bypass Pumping 1 LS $15,000.00 $15,000.00 1 $15,000.00 1-5 9999.0000 Clean and Pump Dry M-14-1 I LS $12,500.00 $12,500.00 1 $12,500.00 1-58 WOOD BOX TUNNEL INCLDING 221 LF $300.00 $66,300.00 221 $66,300.00 INSTALLATION OF 12"SEWER PIPE CO#1 j ------------------------------------------ Sub-Total -- --- -Sub-Total of Previous Unit $1,714,310.00 $1,690,090.00 Thursday,March 03,2016 Page 3 of 5 City Project Numbers 01219 DOE Number 6500 Contract Name SANITARY SEWER REHAB CONTRACT 52 PT 3 Estimate Number 30 Contract Limits Payment Number 30 Project Type SEWER For Period Ending 2/29/2016 Project Funding Contract Information Summary Original Contract Amount $1,680,055.00 Change Orders Change Order Number 1 $34,255.00 Change Order Number Total Contract Price $1,714,310.00 e�cf�i Date 9 �O Total Cost of Work Completed $1,690,090.00 Contract � � -S / Less %Retained $0.00 Net Earned $1,690,090.00 Date Inspection Supervisor Earned This Period $84,504.50 � Date Retainage This Period $0.00� GProject Manager � Less Liquidated Damages T' Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Ass irecto nfrastructu esign and Construction Less Penalty $0.00 Date 1 L9 Less Previous Payment $1,605,585.50 Director/Contracting Dep Plus Material on Hand Less 15% $0.00 Balance Due This Payment $84,504.50 Thursday,March 03,2016 Page 4 of 5 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:30 NAME OF PROJECT: Sanitary Sewer Improvements Contract 52, Part 3 PROJECT NO.: 1219 CONTRACTOR: Circle C DOE NO.: 6500 PERIOD FROM:02/15/16 TO: 02/29/16 FINAL INSPECTION DATE: 18-Nov-15 WORK ORDER EFFECTIVE:12/1/2014 CONTRACT TIME: 180 O WDO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1• 16. TUE 0 2• 17. WED 0 3• 18. THU 0 4• 19. FRI 0 5. 20. SAT 0 6• 21. SUN 0 7• 22. MON 0 8. 23. TUE 0 9. 24. WED 0 10. 25. THU 0 11. 26. FRI 0 12. 27. SAT 0 13. 28. SUN 0 14. 29. MON 0 15. 30. X 31. X SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS OTHERS * CHARGED DAYS THIS PERIOD 0 0 I PREVIOUS PERIOD 356 356 TOTALS TO DATE 1356 356 `REMARKS: Project complete. CONTRACTOR DATE INSPEc16R DATE ENGINEERING DEPARTMENT The Cin'of Fort Worth•1000 Throclanorton Street•Fort Words,T1%6012-6311 ` 1 (817)392-7941 •Fax:(817)392-7845 FORT WORTH City of Fort Worth CON'TACTM Change Order Request Project Name:I Sanitary Sewer Rehabilitation,Contract 52,Part 3 City Sec No.: 46004 Project No.(s): P258-709170121988 DOE No. 6500 City Proj.No.: 01219 Project Description: Sanitary sewer mains on Bomar Avenue,South Riverside Drive and Lancaster Avenue. Contractor. William J.Schultz,Inc.dba Circle"C"Const. Change Order# Date: 1 2/12/2016 City Project Mgr. Rakesh Chaubey City Inspector: I Randy Horton—� Phone Number: 817-392.6051 Phone Number: 682-4324037 Dept. Sewer Totals Contract Time (Calender days) Original Contract Amount $1,680,055.00 $1,680,055.00 180 Extras to Dale $34,255.00 $34,255.00 060 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $1,714,310.00 $1,714,310.00 240 Amount of Proposed Change Order $0.00 $0.00 116 Revised Contract Amount $1,714,310.00 $1,714,310.00 356 Original Funds Available for Change Orders $50,402.00 $50,402.00 Remaining Funds Available for this CO $16,147.00 1 $16,147.00 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1 2.04% MAXALLOWASLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $2,100,068.75 JUSTIFICATION(REASONS)FOR CHANGE ORDER This change order will provide an additional 116 calendar days on the project for delays resulting waiting for permission from Fort Worth Transit(The T)to work on their property and having to tunnel through previously unknown concrete piers that were encountered during construction. w,. 1 ILI �q • QD 008cccc����Gy,,,ar, r W v M F Maty ,City secre _..�.,-„�_�•- It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents i payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. j Contractor's Company Name Contractor Name Contractor Signature Date William J.Schultz,Inc.dba Circle'C'Const. Teri Skelly j4 3 Inspector Date Pr .MJpn�arger Dat Assistant it c r(Wa(er Dept) Pate., Convultign Supervisc De Date OA ? Gan er 2 !y As ' ey Date Assistant City Manager Date Blapic Council Action(If Required) M&C Number NIA M&C Date Approved I N/A FORT WO�TI I City of Fort Worth Change Order Additions Project Name Sanitary Sewer Rehabilitation,Contract 52,Part 3 City Sec No.: 46004 Project No.(s): P258-709170121988 I DOE No. 6500 City Proj.No.: 01219 Project Sanitary sewer mains on Bomar Avenue,South Riverside Drive and Lancaster Avenue. Description Contractor William J.Schultz,Inc.dba Circle"C"Const. Change Order:0 Date: 2/12/2016 City Project Mgr. Rakesh Chaubey City Inspector FRandy Horton ADDITIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total I Sewer Page 2 of 4 Additions Sub Total FORT WORTH City of Fort Worth Change Order Deletions Project Name Sanitary Sewer Rehabilitation,Contract 52,Part 3 City Sec No.: 1 46004 Project No.(s): P258-709170121988 DOE No. E500 City Proj.No.: 01219 Project Description Sanitary sewer mains on Bomar Avenue,South Riverside Drive and Lancaster Avenue. Contractor William J.Schultz,Inc.dba Circle"C"Const. Change Order: F-2 ] Date 2/12/2016 City Project Mgr. Rakesh Chaubey City Inspector: Randy Horton DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total i Sewer Page 3 of 4 Deletions Sub Total i MIWBE Breakdown for this Change Order { E pe 6 Total. 4D Previous Change Orders F F E F� F 7[� Lc C Total9 00 E E E q 4 S w 3 Page 4 of 4 i FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sanitary Sewer Improvements Contract 52,Part 3 PROJECT NUMBER: 1219 DOE NUMBER: 6500 WATER PIPE LAID SIZE TYPE OF PIPE LF i FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: I SEWER PIPE LAID SIZE TYPE OF PIPE LF 54" 174' 24" PVC 1,987- 12" PVC 135' 12" DIP 574 8" DIP 24' Carrier Pipe 24" Carrier Pipe 20" Carrier Pipe 12" PIPE ABANDONED SIZE TYPE OF PIPE LF 54" 19' 18" Cast Iron 9' 12" Cast Iron 12' DENSITIES: All densitities passed NEW SERVICES: 4"PVC 6 EA 4"SDR 26 4 EA TRANSPORTATION AND PUBLIC WORKS FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Circle C Construction Sanitary Sewer Improvements Contract 52,Part 3 DOE Inspector DOE Number Randy Horton 6500 DOE Inspector Project Manager ❑ Water El Waste Water❑ Storm Drainage❑ Pavement Rakesh Chaubey Initial Contract Amount Project Dtfficulty $1,680,055.00 O Simple O Routine O Complex Final Contract Amount Date $1,690,090.00 3/7/2016 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 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 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 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 3 20 1 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 428 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 428 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MSI*100%) 428 / 448 = 96% 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 Contractor Signature DOE Inspector's Supervisor �Cif �j 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 i I I 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 Teresa Skelly,Vice President Of Circle C 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; Sanitary Sewer Rehabilitation Contract 52, Part 3 BY Vice President Subscribed and sworn before me on this date 8th of March, 2016. `tPaY Aue::_MICHELE S.LANKFORD Notary Public in STATE OFTEXAS Notary fb#1175946.6 My Comm.Exp.October 7,2019 t I i i f t Notary Public Tarrant, Texas i CONSENT OF SURETY OWNER 19 TO FINAL PAYMENT ARCHITECT ❑ AIA Document G707 CONTRACTOR ❑ SURETY ❑ OTHER ❑ Bond No.TXC605711 TO OWNER: ARCHITECT'S PROJECT NO.: City Project No.01219;DOE No.6500 City of Fort Worth 1000 Throckmorton Street CONTRACT FOR: Utility Improvements Fort Worth,TX CONTRACT DATED: 08/05/2014 PROJECT: (name, address) Sanitary Sewer Rehabilitation Contract 52,Part 3 Fort Worth,TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the- (Insert name and address of Surety) Merchants Bonding Company(Mutual) 6700 Westown Parkway West Des Moines,IA 50266-7754 SURETY on bond of (Insert name and address of Contractor) William J.Schultz,Inc.,dba Circle C Construction Company P.O.Box 40328 Fort Worth,TX 76140 ,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) City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 ,OWNER, as set forth in the said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand this date: January 13,2016 (Insert in writing the month followed by the numeric date and year.) Merchants Boqdi0)imlpany(Mutual) (Surety) &��46 (Signature, authorized represe t tive) Mtest: Witness as to Surety: Sheryl A.Klutts,Attorney-in-Fact (Seal): � (Printed name and title) John A.Miller 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 AIA DOCUMENT G707•CONSENT OF SURETY COMPANY TO FINAL PAYMENT•April 1970 Edition•AIA® One Page ©1970•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 New York Ave.,NW,Washington,D.C.20006 I i i MERCHANTS BONDING COMPANYnt POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies')do hereby make,constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State ofFlorida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. j In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 puUiAUfprth' •••...•.• MERCHANTS BONDING COMPANY(MUTUAL) A 1.... CO . f�'' :�O�NG ... •� MERCHANTS NATIONAL BONDING,INC. 14*r 2003 ��. & 1933 c; STATE OF IOWA �''��•nh� �r�UH"`F •'•.••••' COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the ; Companies by authority of their respective Boards of Directors. I t "�PR'A<s WENDY WOODY z ° Commission Number 784654 I 0 My Commission Expires %wP June 20 2017 Notary Pubh, County,Iowa (Expiration of notary's commission i does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. I In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 13 day of January,2016 G C . ....4C 'VrQ p" •�O 0�P0g9.9y. O+�'s ` '•`� -P- `d;�, : �; -° n' Secretary E 7 xCO3 z ;a•, 1933 ;c; s"qtr/tel lr114��\\� •••� POA 0014 (6/15) i FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 3/7/2016 Name of Contractor Project Name Circle C Construction Sanitary Sewer Improvements Contract 52,Part 3 DOE Inspector Project Manager Randy Horton Rakesh Chaubey DOE Number Project Difficulty Type of Contract 6500 O Simple O Routine O Complex L Water 121 Waste Water EJ Storm Drainage 0 Pavement Initial Contract Amount - nal Contract Amount $1,680,055.00 1,690,090.00 II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities c 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs t 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager rr 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 Signature Contractor f Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTr1TI0N AND PUBLIC WORKS 13 The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845