Loading...
HomeMy WebLinkAboutContract 46294-FP2 Depart 9&TP&W Const. Services DOE# fo — Date Project ageent Can�dRisk Management rg ECM D.O.E. Brotherton ,T ORTH® R'nrL ? CFA Westerman/Scanned � - _ fl� %Jrow�� The Proceeding people have been CqKaZled concerning the request for final payment&have released this project for such payment, 1TION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION D.O E.Ns: 7308 C;ir/c�z�v 6 Reg rdi ig contract 117308 for VILLAGES AT CAMP BOWIE as required by the �'57T-1162�V 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: $183,857.08 Amount of Approved Change Orders: ($3,666.00) Ne 1 Revised Contract Amount: $180,191.08 Total Cost Work Completed: $180,191.08 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $180,191.08 Less Previous Payments: $0.00 Final Payment Due $180,191.08 - - ---- y• /s= zot 4P Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction / I I AcceptedDate Director, TRANSPORTATION PUBLIC WORKS, Al a- yAsst. Clty Manager Date Comments: C205-541200-203760238083 i APR 1`''� 016 OFFICIAL RECORD CITY SECRETARY toilial:' - FTS WORTH9 TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VILLAGES AT CAMP BOWIE Contract Limits Project Type PAVING&DRAINAGE City Project Numbers 02380 DOE Number 7308 Estimate Number 1 Payment Number 1 For Period Ending 11/13/2015 CD City Secretary Contract Number 117308 Contract Time 201LD Contract Date Days Charged to Date 290 Project Manager Buckley Contract is 100.00 Complete Contractor RIDGEMONT COMPANY 1520 W.WALNUT HILL LANE IRVING, TX 75038 Inspectors LAYER / HOUSTON Monday,November 16,2015 Page 1 of 4 v City Project Numbers 02380 DOE Number 7308 Contract Name VILLAGES AT CAMP BOWIE Estimate Number I Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 11/13/2015 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------------------------- I CONCPYMTREPAIR ARTERIAL!INDUSTRIAL 37 SY $100.00 $3,700.00 37 $3,700.00 CO#1 2 5'CONC SIDEWALK 2493 SF $4.00 $9,972.00 2493 $9,972.00 3 6"CONCRETE DRIVEWAY 3780 SF $4.29 $16,216.20 3780 $16,216.20 4 6"CONC CURB AND GUTTER 288 LF $5.26 $1,514.88 288 $1,514.88 5 FIRE LANE MARKINGS 920 LF $2.00 $1,840.00 920 $1,840.00 Sub-Total of Previous Unit $33,243.08 $33,243.08 DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I SPECIFIED REMOBILIZATION I EA $10,000.00 $10,000.00 1 $10,000.00 2 REMOVE 48"STORM LINE CO#1 400 LF $31.00 $12,400.00 400 $12,400.00 3 54"RCP CLASS III CO#1 607 LF $164.00 $99,548.00 607 $99,548.00 4 6'STORM JUNCTION BOX 1 EA $5,000.00 $5,000.00 1 $5,000.00 5 5-SIDED MANHOLE 2 EA $10,000.00 $20,000.00 2 $20,000.00 Sub-Total of Previous Unit $146,948.00 $146,948.00 ---------------------------------- Monday,November 16,2015 Page 2 of City Project Numbers 02380 DOE Number 7308 Contract Name VILLAGES AT CAMP BONNIE Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING&DRAINAGE For Period Ending 11/13/2015 Project Funding Contract Information Summary Original Contract Amount $183,857.08 Change Orders Change Order Number 1 ($3,666.00) Total Contract Price $180,191.08 Date Total Cost of Work Completed� 3 6 p $180,191.08 nth 1 Less %Retained $0.00 Net Earned $180,191.08.,- Date / Earned This Period $180,191.08 Ins ctio ` Retainage This Period $0.00 BA Date / Less Liquidated Damages PI-ijeeMMAnallcri .l Days @ /Day $0.00 744iODate d s'.«P LessPavement Deficiency $0.00 st. irector/TPW-Infirdstructure Design and �Construction Less Penalty $0.00 T Date 41111b. Less Previous Payment $0.00 Dire.q /Contracting Dep tmeat Plus Material on Hand Less 15% $0.00 /0 Balance Due This Payment $180,191.08 3p. a Monday,November 16,2015 Page 3 of 4 City Project Numbers 02380 DOE Number 7308 Contract Name VILLAGES AT CAMP BOWIE Estimate Number 1 Contract Limits Payment Number I Project Type PAVING&DRAINAGE For Period Ending 11/13/2015 Project Funding Project Manager Buckley City Secretary Contract Number 117308 Inspectors LAYER / HOUSTON Contract Date Contractor RIDGEMONT COMPANY Contract Time 200 CD 1520 W.WALNUT HILL LANE Days Charged to Date 290 CD IRVING, TX 75038 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 $180,191.08 Less %Retained $0.00 Net Earned $180,191.08 Earned This Period $180,191.08 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 $180,191.08 Monday,November 16,2015 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.1 NAME OF PROJECT: Villages at Camp Bowie PROJECT NO.: 2380 CONTRACTOR: Ridgemont Construction DOE NO. 7308 PERIOD FROM 12/15/14 TO: 09/30/15 FINAL INSPECTION DATE: 6-Nov-15 WORK ORDER EFFECTIVE 12/15/2014 CONTRACT TIME 200 O WD O 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 WE, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 0 0 290 290 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 290 290 TO DATE *REMARKS: C DATE INSPEC]CW DATE ENGINEERING DEPARTMENT r° The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 U rn m IL 0 0 2 p O U N O o O � U = U U o J o , F o Wvs F CL o 0 N O O O 9 a A VT N O p a 01 1 o 0 o va Z U o c r Q p U 0 U O _qZse m IL `t 0 0 0 0 ❑ v V tF � � Eg O � m ca" > ) O N N 7 d O U N N Z OO d Q O N0 0 o N d N F U p O M Cl) Z Z, U ro W Z U o t _ F- 'IrCz ci V �c CD Z OO Q S N QO F d o 00 0 00 69 ti = Z `y ri ri Q ri � 1— F- O a ti n a N > N M MLO N M U VT fR b4 W U ov m Q z z to 0 o 0 C: cU i 'tp O O ' Q p .0 L W U IL ww ca cl o . a W o n > vror Q O M M QMj O Z w N O) W y NO N• en N- U9 wW_ > c U U a CL a O O _ o 0 0 a w ¢ o aC) z co m m ❑ U Q o o ro U w(n LO Cl) .ro o 0 o a m m o m (,ll 41 vi o N N C� ¢ ❑ p p cio h N o. m o m 0 g o m N a o o tv o .J >w O N M N N N a>i N O I� d D.. X ❑ U ❑ z � Z w O � U o F a w W Z k W z U F rsn O cd U U C9 F z a Z] U) o _ f- W W Z U �W U UU w OLU U v) o U -) Q w p w n a ❑ > N W 0 0 r t ¢ F w w w F U O a F- o o p LL o U Of U O I P U o U ww w N d 0 Z Q W W H o N c4 IY O LL O Q W -� w z o > O a U U C)ICI ? a- o w 0 0 a w � t O O O O J . n O p O0 O 0 p F¢- O O N c, W p N O p N 61 O X64 v3 Ci�; N u 7 w0 3 Y , a R'p t[)O 0 0 0 0 N Z v 00ID co -,t O co Z�M����sT E''is tV U �(• J 69 > O O t a z z o �' YV) Q.�.``• // O O U i _Q o u O O U Ci w Z w z w p` Z J rn > LU 1 Z J JQ Oi O L 1 5z WZ LLx = �w U w D �_ wz0 YOwZ '—' c s m z, {--' -Z C) o w of wwww O7 cn QCl) O 0�W fn QCD 0 H � Z s O Q 0 U u W a. LLJcl co () CL w�a o wOwC>Zda- 0w0 •N u. w W O W O� 3 V)W d LLI-wiwww o Zu z w CO > of c 00- 0-0 Q mpa uw {w c c> w 0 0 w_ q Z a O v G Q r 0 o O Ji p L >t, N t o w 0 Or U Q Z) Q L 0 O w �c o ON d W E di Sj N Q � m Z F- N �J O � N> Z W JJ.w-IJJ} LL LL �O Z) fn J•-a v V U W 03 Q u u17 E v > a -10 v0 o O fL �, -� z� coo".) nm,naoN 3U z� j " N c� w w J U av Lo °' c �_� � 7 ca F- O O O p N O >L U O J -- N N p o •d' t O m 0 G O W W - '� m T CC O OOM M O C, N rn m `, C')M CO ci N m m m Cl) m m N m C! _C3 c U U W Z c n - 3 0 o W t7 � Z _ rl N M } ¢Q Q Q QIL a a m m` 3 0 UQ �' K } n Z C) 0 0 O U 0 O o o � U U V J o w o FW �r 0 o 0 0 0 0 m � � > V O U o C; ' o 6r LU i Z K U O O N a p o» o U (9 U o O Q 00 z_ a4 0 0 0 o a Uto mQ a R m m m o > N N <f <t 7 U W O c It I- O N o 0 0 U o0 0o O z 00 z_ M U co v Z 00 CO C) N N z d W w w m M 0 ~ o 0 0 0 U Q V p n O N N 0 > y M M M U U o U ' W F- m m Q z z o 0 0 211 cq 41� co 0 N N U o 0 h- 0 U Q W a. w h n Q W N M W/ O (n o o co UI l0 O 0) D1 UT rq m 0 M ^o O O Q OON m W w Q V !�Pr fR ER W w > c w O O ° U) N in X �( 4 o 0 0 W d Q X X o v U o 0 C) � o W Q `m m CX) a) m a v co CY) U a3i o o a v Q M m o m o m LL (h M Q- ui ui o ui N U ¢ o C(O N. N- a m o m a U 6 L6 N y O N O "' (Q M O N N N > O w d > N o r a a X o U ❑ F- z W UQQ p F a a W Z U Q F- �k W z O t O UU O F- x < za w o w w z U w F- oor: � o w Z f W O 0 � ¢ ¢ Ul o w wa w cl� EL U ¢ d o o o a w w ¢ o �' Q.' C..) W N U F- O d' F. W F a w w w , Z U) �- z to O z w w 0 a 0 LL o >d W i U) � F X~ Ir o � w m O_ 0 0 0 0 > 0 LL z 0 W 0 0 < K ~ 2 c> /§ C\0 / R?)v) g 5 IKC Ee= = _ - ( §/)/ % ¥ / ( - 3 ) \ \ [ // \ § y§\ )/ / \ _{ M )/ \_{ } ( \ . (g+ - . { ® m)) - & /§ /c C °¥§y k \ Eel /± \ 2$/K ' /2\m - e_«W\ (/ Of 0o /§ Lii / o \ f I W et EA_ { _ & §\\ \\ \ \ > .1 >\ a E \ j / ® o a I [ E , t e k/ JG & > ® z ( �� \) §$a: a( / ) E zw } ) �-w \ o \\ \ 2 / _ _ ELI _ \to ® \ \\ \) \\ § / 2 } \))\ / \ . \ \ i \ } i m F- a 0 0 O U 0 p o 0 U U F 4` w w = U 0 0 J o F o " W eH W v o 0 U O o 0 N O O ' ❑ U o 0 o � Z W U o 0 M Q p -sos eort o U � fW9 U o O ¢ `° z m 0 0 0 0 a ❑ v v C r to m m m vi m" > N r b9 r ❑ 0 f9 M Vf [Z' O � Ma. N F U c 4 p. N O c~ cam) z U Lco 69, l.J � r � U U o �_ H Ur rr z U Z OO 00 ¢ N Q F- a 0 0 0 0 m M M tai M 0 U Q O o N N 7 N M M M W LY o 0 12� Q z z 0 0 0 c d N N U ca } o o v� h D ❑` L t U ami cfl W E U Q d co It U v n voi o vii o27 a`L eo Q m o CL co M o S O M m Nt0 N V7 O Q lli Q U w W W •j C O a T XX Y p o 0 w Q Q }< O U U o 0 CD o 0000 U m C) U a�'i N N M U LLI a v� F ¢ v_ LO Cl)m Q _ (U m W rn m C) h ui yr y U` O Opp 0-- CL m h a V U O Cl) M N N N 4 ) 0 in en en N N O r- ❑ U ❑ F � z W O U K SQ O UJ Z W F W Z =o w O F-di -u U U O F x ¢ z z U ❑ H W W Z U LLIW h y W c~� vi a z in W O O (Y � Q Q O❑ a LU 4 W W N U fY C' C� U U J F U K F t- W Q 4k W Wk W W ¢ U ¢¢ O n O z W F W d 0 z p 1-- w 4 F vpi [Y O LL O Q W -j � w F o 0 w O >� a- U U U 0 U) u. Z a 0 U 0 ¢ w F C:5 _pawn � \ J m ' a \®®G)gGG\ ° \ i ^ o M } \GQ®e®QGEn \ ID \ \ ) Lij # } 0 \ \ § n } 3 / \ m y j / $ / o z / /)§ oz ) /WLLJW /u �aa):D-0 0 ) %N$3=®°?= o=ezz w®®A&2®®k § §M>C)U) v o0Koeux § , \ `(\}$ §/ E }\ / � Uj� W / % j� A §\ / a $2 § \ ( ( L) /% / \ ® \ ) S ƒ m . § ; /S &R m z / A \\ \5K§ILL m§) g( ® 2 (\ \ ( � � (� ) \)m©e2wa� /} \/ \ . { j . m � !� ee ® ®6 a 2 » w ^A R S � M ®�§GSeGa �e3 /2 § \ 7 If / 3\§k \ 2) ) / . § « } , 2 -�9fi®R9 z weCe { &m777kk77 \ } ® \ \ ) } F m U rn ro Qa 0 0 z p O U Y ' N O O O Q O O 0 U U o -1 0 Wvoi W F o 0 0 0 0 d Y ra <n 0 U o 0 o Z X U a o a W 0 0 0 LU U W C7 U o a v Z m 0 o � ,o > y N V V NU) fA V! ffl O 00 W z 't v Uo c O 0 0 O m Cl) z �' U W 1� ti = U o F Z M U o Z aD N ¢ > N n QF d o 0 0 0 v `U` ¢ O 0 o N V} F- Q" 7 N M M CM] W N O R M V} _ O U cr- 7 _ ~ m ¢ z z O O O f6 O O _' en ur � co o4o h v m vi0 m w tsr m p M Q W > y N o O W c LL 0 U d O o ° a Q o Y W o 0 oLU o > m m m co N U m Q U N N 0O w F, N O O (D .c-LO Q -- Q CO m o m °� m 0 :;z O O N W d o � 7 .0 N O I;rt0 h O m h t NC? o U GlCO h r Oi J w — co 00 co O N > w r > O N m N N d X ❑ U p F ac z w O F p o F Q a W U Q F *k *k W z 0 F of 0 F-k ~ Q P-2 F U (D r a z z .0 o LijI- W W Z v F a U IX U -3 Q d� w a Q w a Z I- W Li z Q o p a z a `r U O0 0 o o w 0 5 > U < � U U _r F F v 0 0 a 2w rQ o 4t w z Lu O Z < W W E W W LWL 00 z o a CY O 1¢iO Q W- Z w x � o � w a> d U U 10 1 C) UJ LL W 0 w 0 0 ¢ m CL O N J o O Oo O O d O 0 0 0 0 0 0 N F o d O e o O ONO 0 0 O f f]t o N ON�M r d' Cl) to 1[]ON tl-m ~ In<n w<n W fR M L ' N (j C � w O O d 0 0 O O C U O p O N 0 0 0 0 0 0 Q o O o 0 Of La O p p 0 C.0 O O c! 10 0 0 0 0 i27 N .._ d N 0 1t)lA to co z 43 G� C9 A M hl N N y O F= O vi c)in to c-4 C4 _ \\ c` m z o rz J 0 L Q o n Z Q w _ LL) Q W 1 > tom-- Un W (9 E p cC U - 4 C m Z F- W2w z �oUU) o F too :, OLv Z(�Fr-Lww NLU -} y F--W ti w�'L 0- -FZ�- c n-F W��=tidn.p�� F-p o � nauia��z>P� `n4 G o U- pmTF- W J WCry •m otO00zaaW Z�w 3 �W>-Pw0� 5-< a n �� >w CO �d �0mzHwcOaopwPXw o =)tai L,JfY p J LL W Of QU U OZ OtrO< a O ; a. Q c t.= w tFJ m Q Q L u' a W Wa C z Jap d _n n O Z O G. L': W J U b O UL c > t_- M m W w ` O Um m 4 :u dT E ci C > Up Z I- _ J U LL>-LL LLZ LL ILL QQQ(n(n Inw O S TI U)-j JOJJWt1IJJJJ ? LT F W n 'pFo u]O v .t O C J O L u QN�, q. Vr,IO� Nrcnr �.0 > L C O m Nto V O C O N O N O O O 0 0 p O1:i0000 o M 000q } MbaM » I m u] 1A�1 rrr NNOOO C }}- N N N M M M M M C', N Ooi Qi j O U O J mc�MMcoMM2C, ol >c' 0 L W Il�•. El •G m E � o w rn I o � z M O r s � W EtU rNM �1l7 UDh�Gi��rr a Q44QQQQ4d¢4¢¢ U o ami 0.. N v Q N a o 0 O b Q O u! 0 FORT • •ORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Nacre of Contractor Project Nance Ridgemont Commercial Construction Village at Camp Bowie DOE Inspector DOE Nrmtber Garey Houston 7308 DOE Inspector Project Mmrager ❑Water ❑Waste Water P]Storm Drainage [D Pavement Pat Buckley Initial Contract Amount Project Difjrrculty $183,857.08 O Simple OO Routine O Complex Final Contract Amount Date $180,191.08 11/6/2015 H)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 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 1 4 20 20 12 Ager Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]*100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Fxcellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) � rf� Signature DOE InspectorL Signature Contractor Signature DOE Inspector's Supervisor `s—E� CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORM ;A The City of Fort Worth•1000 Tlu-ockmorton Street•Fort Words,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 I CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #8233-96-74 Project: Village at Camp Bowie To (Owner): City of Fort Worth,Texas; Ridgemont Commercial Construction and VCB Property' LP 1000 Throckmorton St. Contract For: See above Ft Worth,TX 76102 Contract Date: Contractor: Wildstone Construction,LLC In accordance with the provision of the Contract'between the Owner and the Contractor as defined above,the Federal Insurance Company 15 Mountain View Road Warren,NJ 07059 ,Surety Company, on bond of `'Uildstone Construction,LLC 800 N Main Street Keller,TX 76248 ,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 the City of Fort Worth,Texas; Ridgemont Commercial Construction and VCB Property,LP 1000 Throckmorton St. Ft Worth,TX 76102 ,Owner as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 2nd day of March,2016. Federal Insurance Company Witn Tracy Tucker, ttor ey-in-Fact Chubb POWER Federal Insurance Company Atfn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059 G�rut�ms Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint W.Lawrence Brown,Steven M.Tucker and Tracy Tucker of Fort Worth, Texas ----------—----------------------- each as fh'eir true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. in Witness whereof,said FEDERAL INSURANCE COMP61,IY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attest these presents and affixed their corporate seats on this 10 day of July, 2014. wards,Assistant Secretary .Norris,Jr.,Vice Presi STATE OF NEW JERSEY ss. County of Somerset On this 10th day of July, 2014 before me,a Notary Public of New Jersey,personally came David J.Edwards,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing PowerotAttomey,and the said David J. Edwards, being by me duty swom, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by tike authority; and that she is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B,Norris,Jr.,and was thereto subscribed by authority of said By.Laws and in deponent's presence. l Notarial Seal J. - t�QTARy KATHERINE J.ADEtAAR 0-9-0 0 NOTARY PUBLIC OF NEW JERSEY PUBLIC No.2316685 Notary Public y Commission Expires July 16,2019 JE CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached.' 1,David J.Edwards,Assistant Secretary of FEDERAL_INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the`Companles') do hereby certify that O the foregoing extract of the By-Laws of the Companies is true and correct, (fi) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further, Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (ill) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this 2nd day of March, 2016. L� David J.Edwards,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US A7ADDRESS LISTED ABOVE OR BY Telephone 908 903-3493 Fax 906 903-3656 e-mail: sure chubb.com Fenn 15-1a 02258-u GEN CONSENT(rev.02.14) 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 John Kolb, President Of Wildstone Construction, LLC, 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; Village at Camp Bowie BY ;.' John Kolb/President Subscribed and sworn before me on this date 02 of March, 2016. F Notary Public APRIL D. SELESKA ♦�s�Y'p�B sir Tarrant, Texas Notary Public,state of Texas My commission Expires May 09, 2018 RIDGEMONT commercial construction April 5, 2016 Garey Houston City of Fort Worth 8851 Camp Bowie West Boulevard Fort Worth, Texas 76116 Garey, Please accept this letter as confirmation that no liquidated damages were accessed against Ridgemont or any of our subcontractors/suppliers. Sincerely, /oey Jol�t1 on Director of Retail Services 1520 w. walnut hill lane irving, texas 75038 tel 214 492 8900 fax 214 441 3702 www.ridgemant.com a texas corporation FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 11/6/2015 Name of Contractor Project Nanre Ridgemont Commercial Construction Village at Camp Bowie DOE Inspector - Project Manager Garey Houston Pat Buckley DOENumber Project D citlty Type of Contract 7308 O Simple OO Routine O Complex ❑Water ❑Waste Water El Storm Drainage 0 Pavement Initial ContractAntotmt Final Contract Antottnt $183,857.08 $180,191.08 I)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING 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 sl 3 Applicability of Specifications 4 Display Of Professionalism if 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution H 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 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timefiame III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ; t The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 t (817)392-7941 -Fax:(817)392-7845