Loading...
HomeMy WebLinkAboutContract 46294-FP3 Departm t.91 TP&W Const.Services DOE Project agemOCana"wir_ i TW4RTH CRY 8ECWRisk Meana eme ► �D.O.E. BrothCONTRACT NO.. - CFA Westerman1Scann The Proceeding people have been Witacted ceming the request for final payment a haw released this proud for such paYnmt ►TION AND PUBLIC WORKS 5-9 (p 01 _ -.?s Bo Clearance Conducted By Shameka Kennedy 'PROJECT COMPLETION D.O.E Ns: 7308 _.. Regarding contract U7308 for VILLAGES AT CAMP BOWIE as required by the WATER DEPAR �4as1 g approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: D $189,30235 Amount of Approved Change Orders: APP 15 2016 $68,237.18 N21,2,3,&4 Revised Contract Amount: $257,539.53 Total Cost Work Completed: $257,539.53 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $257,53953 Less Previous Payments: $0.00 Final Payment Due $257,53953 Reconded for Acceptance Date Asst. Director,TPW - Infrastructure Design and Construction �1a.aC. At/is �d Accepted Date Asst. Director, WATER DEPARTMENT y/74 � ire Asst. City Manager Date Comments: P265-541200-603150238083,P275-541200-703130238083 OFFICIAL RECORD R AMM" CITY SECRETARY m WORTH TX APR 1 016 hitial:_ A Cs b A"Pik Y M6 : s9 COa3 City Project Numbers 02380 bbb DOE Number 7308 Contract Name VILLAGES AT CAMP BOWIE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER 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 $257,539.53 Less %Retained $0.00 Net Earned $257,539.53 Earned This Period $257,539.53 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 $257,539.53 Monday,November 16,2015 Page 5 of 5 `�2bs-- () a3s 0 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VILLAGES AT CAMP BOWIE Contract Limits Project Type WATER&SEWER 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 200;D Contract Date Days Charged to Date 290 i 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 5 I I I. City Project Numbers 02380 DOE Number 7308 Contract Name VILLAGES AT CAMP BOWIE Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 11/13/2015 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------------------------------- 1 REMOVE 6"WATER LINE CO#4 1305 LF $17.50 $22,837.50 1305 $22,837.50 2 8"WATERLINE LOWERING I EA $6,500.00 $6,500.00 1 $6,500.00 3 TRENCH SAFETY CO#4 1264 LF $0.82 $1,036.48 1264 $1,036.48 4 DUCTILE IRON WATER FITTINGS 2.2 IN $1,000.00 $2,200.00 2.2 $2,200.00 W/RESTRAINT CO#4 5 6"WATER PIPE CO#4 117 LF $26.00 $3,042.00 117 $3,042.00 6 8"WATER PIPE CO#4 1159 LF $36.00 $41,724.00 1159 $41,724.00 7 FIRE HYDRANT 2 EA $3,150.00 $6,300.00 2 $6,300.00 8 CONNECTION TO EXISTING 4"-12"WATER 4 EA $3,500.00 $14,000.00 4 $14,000.00 MAIN CO#4 9 2"WATER SERVICE,METER RECONNECTION 3 EA $2,000.00 $6,000.00 3 $6,000.00 10 6"GATE VALVE 5 FA $1,350.00 $6,750.00 5 $6,750.00 11 8"GATE VALVE CO#4 I I EA $1,500.00 $16,500.00 11 $16,500.00 12 1 1/2"WATER SERVICE RECONNECTION CO#1 1 EA $2,000.00 $2,000.00 1 $2,000.00 13 BACKHOE OPERATOR CO#2 11 HR $45.00 $495.00 11 $495.00 14 LABOR FOR EXPLORATION CO#2 I 1 HR $25.00 $275.00 11 $275.00 15 BACKHOE FOR EXPLORATION CO#2 11 HR $70.00 $770.00 11 $770.00 16 ASPHALT REPAIR CO#4 75 SY $100.00 $7,500.00 75 $7,500.00 17 6"CONC CURB&GUTTER CO#4 40 LF $24.00 $960.00 40 $960.00 18 LABOR FOR EXPLORATORY WORK CO#4 1 LS $4,500.00 $4,500.00 1 $4,500.00 19 REPAIR EXISTING 48"STORM DRAIN CO#4 I LS $800.00 $800.00 1 $800.00 20 REMOVE&REPAIR 10'CURB INLET CO#4 1 LS $2,750.00 $2,750.00 1 $2,750.00 21 BARRICADES&PLATES CO#4 I LS $2,750.00 $2,750.00 1 $2,750.00 Sub-Total of Previous Unit $149,689.98 $149,689.98 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 2 REMOVE 8"SEWER LINE CO#1 COD 599 LF $12.50 $7,487.50 599 $7,487.50 3 REMOVE 10"SEWER LINE 367 LF $12.50 $4,587.50 367 $4,587.50 4 REMOVE 4"SEWER MANHOLE 4 EA $750.00 $3,000.00 4 $3,000.00 5 POST CCTV INSPECTION CO#1 CO#3 865 LF $4.05 $3,503.25 865 $3,503.25 Monday,November 16,2015 Page 2 of 5 i City Project Numbers 02380 DOE Number 7308 Contract Name VILLAGES AT CAMP BOWIE Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 11/13/2015 Project Funding 6 MANHOLE VACUUM TESTING COO 10 EA $200.00 $2,000.00 10 $2,000.00 7 TRENCH SAFETY CO#1 CO#3 865 LF $0.82 $709.30 865 $709.30 8 CONCRETE COLLAR 3 EA $700.00 $2,100.00 3 $2,100.00 9 TRENCH WATER STOPS 2 EA $550.00 $1,100.00 2 $1,100.00 10 10"SEWER PIPE CSS BACKFILL C041 450 LF $40.00 $18,000.00 450 $18,000.00 11 EPDXY MANHOLE LINER CO#3 144 VF $20.00 $2,880.00 144 $2,880.00 12 4'MANHOLE CO#3 9 EA $3,500.00 $31,500.00 9 $31,500.00 13 4'DROP MANHOLE I EA $5,212.00 $5,212.00 1 $5,212.00 14 4'EXTRA DEPTH MANHOLE 40 VF $250.00 $10,000.00 40 $10,000.00 15 8"SEWER PIPE CSS BACKFILL CO#1 77 LF $38.00 $2,926.00 77 $2,926.00 I 15A 8"SEWER PIPE CSS BACKFILL CO#3 338 LF $38.00 $12,844.00 338 $12,844.00 Sub-Total of Previous Unit $107,849.55 $107,849.55 i i i Monday,November 16,2015 Page 3 of 5 City Project Numbers 02380 DOE Number 7308 Contract Name VILLAGES AT CAMP BOWIE Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/13/2015 Project Funding Contract Information Summary Original Contract Amount $189,302.35 Change Orders I Change Order Number 1 $2,693.05 Change Order Number 2 $1,540.00 Change Order Number 3 $25,770.05 Change Order Number 4 $38,234.08 Total Contract Price $257,539.53 i i Total Cost of Work Completed $257,539.53 ntra Less %Retained $0.00 Net Earned $257,539.53 Date �/� Insp i S Earned This Period $257,539.53 Retainage This Period $0.00 i Date t/►� lQ Less Liquidated Damages Project M a er Days @ /Day $0.00 Date T ' /(0, LessPavement Deficiency $0.00 Asst.DirectodrPW- ttnDnicture Design and Construction Less Penalty $0.00 tZ/�'L Date 4111SI 6 Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 3� 3 Balance Due This Payment $257,539.53 Monday,November 16,2015 Page 4 of 5 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 OO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DING CREDITED MONTH DURING CREDITED 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 0 0 0 0 290 290 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 1290 1290 TO DATE *REMARKS: 7 7`77 C DATE INSPECTO DATE ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 G J \ cc § � 0 ( / § ° tq e § Cl) 0 ) 0 k/ @ / j 0 « \\ 0 o � k CL \ \ j § 0 2 g w o Of/ 33 , � ) \ 0 m O Cl) % ; co u & K / 2 g m $ > \ \ \ \ \ % 0 ~ } ¥ i ° �- 61, \ G In \ / / z z E 2 e G ° 6 / G 6 � ± po i ± § co 0 / \ V) I / \ _ I cu z E ® > \ /0 / ® / LU 2 / { ) � � Q G G _ # / 7 / Cl) e 2 j ` g § 2 © v \ \ _ Cl) / ® § o o / - 0 j k m G § § m \t > 5 / \ G R E E / A 4 3 m § ) k G LLJ m « e 2 M § « m 0 / C) / } < ( k Q § 2 k o o < \ m y o = o \ @ \ \ 2 / \ § 0 } af j \ \ CN e 0 / ƒ ƒ / e \ / p 0 ( ! 3 G ) \ # i # ƒ i # / % / m ® k 2 E § G < e r m e e a / 0 / / § \ 5 CL / § [ § 0 \ 3 2 \ E o 0 0 2 R 3 E Q E o 0 0 < m J L 0 0 )U') 00 0 0 0 U) I- n N O E6NO OO NV0OO �4rn Z9 R `- N fR VT Vi E3 C W O 3 2'O "1 6 co 0 C) 0 0 0 O Z a0 cp 00 VcI w O a z E.j e3 Ess Ess EA 64 N U f EfT a DCL V S m F 1 L O ti-. C ❑ Z Get 't({i � Uyc,it N v O Q G U C O ca � O U W p N z J r O Z J J Q OZO YO W Z o- e q tL IIZ. 1 ,Z 2' J Q m �-- OWLLIWwC0 Q (Q 8 O �W3. Qu'o �°Q m U �WZu7O QEoJ 0 LLI W d= U u pgwoz-a-af W >W,>U��wZ> 3 ui LJ - �- W2EjF- WwWO� el 0 ct: of w U j w c o tu w LLJF- °J Q v-J W a W W v c cr.> G I) W m o ct s i- i\ > u a sa Z H Q F a O v c _5 r U o ° u I CE) - C U > U o C^ 0 J Q- u o ❑ 70 O .� O c F O ti F- d o U E/1 d Cl- eo E ei m Q W C U o U o n� s-QlL LL LL LL LL>- W IL =F- � W J u F- I 7 U J f N Q � �mc�i rc�') � �N mU O� tr <i O a ❑ v W O o a) T Liw_- O M p p p O M cm CD C 1-1 O NEO ¢l N O o MP')O d' o MNM M MM M NM C, ❑ � O p W _0 O Z N G W _ a'- N M V'LL� _ 7 N t4. >_ QQQ m4] CD Z .a d N U W v � a � N m v k CD Cm)0 0 � / i 7 b k k ` ! / § � \ j \ , \ ( ) fcc , < 0 . ƒ z \ (Y) = oa , ( / k m o % % z a 7 # - u g Cl) L m / ) cli z 3 \ / _ LnCj \ \ a ) M 64 / / < \ \ § § m 3 j \ ° ° w J 2 2 Eo § ± § 2 E \ _ CO M ƒ 1-4 (, co 10 E = / w E ! 3 ƒ § ) ® / / / / ( ( T \ \ > > SS �I u co % b] � -r- < § \ © \ / - a = / \ \ % \ \ R 2 0 j \ § \ C. $ / § { 0 > 5 4 G g p 2 y k aG � 3 5 0 e 0 ) ) a ° \ ix k \ ) 2 # \ \ \ \ u \ / 0 k ) § oo � u m > \ ± u \ & ® M < K < o u E ; / @ / § » _ » < ± o ƒ F $ m @ R G \ = E - @ G / / ` b \ 6 6 / \ \ # E # i E # \ \ } Ix< ( } & S ) ) E 0 / - 0 < / b U) / § [ ) \ \ j R ) I o 0 o 0 y m E a = 0 0 0 < z I /§\§\ 2§%[Q LUs§s CL CD \ - = fQ # { ) § /\ \ LU � v , _ /z3 } } a / X \i ! § \ . BR ° � G { a (\§ \\ } & / / ° } �\(( ) o ®y�i kE ( Le> @ 2 - \\}\ : } a g(§ cc / w 6a z_(w 2 (\}\} \j� { E ? =w§ 11 \§(§ >$ a )\ \> ui —:� i -\~ }/\ iI \a � _ E 5£ ! ) & \ 2 « f- 0\ / 7$$± i ) \ � ) \ E ; w % ` )\ > £ Rk 0 = - f eLL e \ e ° _ z o § , / @ \ \z§/ zE )\\ \§ c Lu(` ) em /)\ §( § / £ / c \ ( ))\ / 2 ~ ) C� W ( S \ § � e \ ) � \ �F- C) u [ \ 9 a � k � § k / § ' w0 » " / E « { / 0 / u k k § ) / \ \ \ \ w z oj 00 � � = ow 0 r- � ( \ k m O R @ = o q > w & & e § q § a } ) 04 § ƒ 0 z ~ - O CL < \_ ° � 04 k / \ 49 O \ \ \ \ § § m @ / o o « i EO yi It § \ ° © j § a; / ƒ {t ƒ LU / § < / & \ - > m - / j \ ) ) k D \ 00 *I OD e \ \ / ] \ \ n § ° \ A e R k § § f \ § / ~ ~ # t k § \ 0 $ / § \, / * R § p 2 2 4 o G . Of z 0 4 L j 2 � \ k \ k # # w } 0 r p e u 2 # \ \ L< b 9 ~ 0 0 buo A > \ u b \ mCD < K < ± <il� 0W B3 k@ \ \ 0 I g <0 o E g LLJ ! ~ U) D: \ j c) C) 0 C ( A 0 § § / 2 = o ^ j 7 / Lu ® ƒ \ \ < [ / & ) § 2 \ 0 / e o < / 5 m o § [ a 0 \ 2 R ) E o 0 0 0 % m E K E o 0 0 < � I (\(\\\\\\\ ra Q C A %aura - e � o Awa z § a k� �� el7 \ w e \ \ \ . u i R e w rd z L ) G 3 [ o ± § 6 a W / ( E m z & zz0e »E - \ zzg 2z §=woe§mom �mE>,®°M G §0U)Y) (2 } C,C)§J R § [$\S\}\[ � k oo&oeLUx \ e»m= /E /) \»2£ - o I , r EO n, > / \ui \ ») - m 0,\ / ?V 8 ( " \ §Q § a /2 \ \ 03 z - » \ ) Kƒ \ f/ / G ` >\ �\ \§ \ #% 3e 0 G ` m £ e \ §/ -e z R I \ &r \\\\\\/\ �� n \ k [2 0 [ ( � j 1!: Q aR7 9� > 9 f E & Q § D � -094em& � z 2 @§?e99§m8 / { [QQmkkr7% } \ A § j G J ( IL \ ± _ 0 ( / § \_ \ \ kJ § / } # / - « W £ 3 / ) o § � / \ \ \ § S g / 34 = ± 4 & E G a o k% � ° = o E u K &_ e g Q g R \ / / ) Cli z O _ F— LU / (7 \ \ / o � u m / / \ \ \ k \ j \ § § £ / [ / u \ 7 { ) (U 0 00 Cli e46� 64 Q4 w > \ E % / n / / \ / / \ co I g # \ / k Cl) Q \ f m co 0 0 0 o a a \ 2 / Cl) 2 '• / \ S p 2 7 \ \ « ° e a a m - ° / \ § \ / § } / k ) k 3 k / LU # # / 2 / § e \ ) # \ \ \ \ ` /k ) § / \ u e \ } / } § } § \ 7 k @ E \ \ » _ 7 ( A o ± q @ e » / E E / e \ / 2 b \ E E 2 ') \ # ƒ # i i # / � / m 2 } g E \ k e w E ) ) G \ / / \ \ \ \ \ / ƒ \ \ § [ K \ & mF N W 0o O 0 0 0 0 O O o O O O O ro 0 0 0 0 0 O O O O O O O o p x 0 0 0 O N O OO O O Cl U N O N o c0 .- q M M i0 l7�o O ti h y L U c F w O U Oo O N g O O c0 00 0 0 0 3o O L 4`.1n O 0 0 6 6 0 O o {-- r r N N M In N In m n r Nj n z C ro 2 G O 0 _ o � c w � 14 g a v 0 p m W o w !_ Z v ZW c a Q x?m r a 0 a _oa w oadj °d m z w3�W W Zpr } dor .13 w0 7J W� } LwW �wOC� awu'oawao. �- za- 0 W Q O q Q LY �2>O V U Q O U O m W W —w a o� �rr�¢X�� � `= c� UZQQ Z O 3 J gw } UW 20(9 U (II ci LL,O m U� m w U v N K u WF0 2W wz(0 � �a a 0-V U ZO O< Oa z C12 _ (A O Wka o U ma ¢ www F w K> Z j Z > a:w a U w 0 w a � O} Q- C 'F O w � _j � wx W e d h l7 0 j > 4- c �o a a �; ¢w a E m m Q - (A z 1- N Z-jZ o O QQ aa O U JO _j _j W W J J J L y a� ri Z W n F ' 0 2 ZOV N v V :r pOj N �-t7 r @ 0 O K u S N 4)U C7 No.o0 U S n U Z w z { YW N of f�co d' N O h p y m w Z F 0000a v .-00000 M W�� w C �* p o000000coioo oo c N a] QIDQ � c-r NNm�rnrn I O U m O w c L N m M M M(n m M o M O,Q, Oi O ai c v a U Z� � U Q1 � m E 'o w c p Z r O W � u V Ew 7 Nch1v9wr wT d F' M (1 M M M f7 M(7 M 'S O } Q Q Q Q Q Q Q Q Q Q Q Q Q U O lu N < a' N O N W a a U o ` Q o b U N o 4 > O lL aj FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Village at Camp Bowie PROJECT NUMBER: 2380 DOE NUMBER: 7308 WATER PIPE LAID SIZE TYPE OF PIPE LF 8"inch PVC 1039 LF FIRE HYDRANTS: 2 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF N/A I i DENSITIES: yes NEW SERVICES: 2"inch copper 30 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF 10"inch SDR-26 PVC 485 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: yes NEW SERVICES: 4"inch SDR-26 PVC 150 LF TRANSPORTATION AND PUBLIC WORKS { The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT WO RT H REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Ridgemont Commercial Construction )iItage at Camp Bowie DOE Inspector DOE Number Garey Houston 7308 DOE Inspector Project Manager F1 Water P]Waste Water ❑Storm Drainage ❑Pavement Pat Buckley Initial Contract Amount Project Difficult), $189,302.35 O Simple .O Routine O Complex Final Contract Amount Date $257,539.53 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 4 20 20 12 After 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%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector .; G!! Signature Contractor, Signature DOE Inspector's Supeivi or 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 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 Throclmorton St. Contract For: See above Ft Worth,TX 76102 Contract Date: Contractor: Wildstone Construction,LLC i 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 Wildstone 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 W itn i Tracy Tucker, ttorney-in-Fact Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07058 CFtilBB 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 ------------------------------- j each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their oorporate 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 bail 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 COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attest these presents and affixed their corporate seals on this 10 day of July,2014. t wards,Assistant Secretary .Norris,Jr.,Vice Presi i I STATE OF NEW JERSEY as, 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 Power of Attorney,and the ; said David J. Edwards, being by me duly sworn, 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 like 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 Attomey is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said ey-Laws and in deponent's presence. Notarial Seal ,j �t10TlIfIY KATHERINE J.ADELAAR �a,,,q NOTARY PUBLIC OF NEW JERSEY �� PUBLIC No.2316685 Notary Public Commission Expires July 16,2019 y 'JER�� 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 wrifings obligatory in the nature thereof,and any such power of attorney or certificate bearing 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' i,David J.Edwards,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the`Companies') do hereby certify that O the foregoing extract of the By-Laws of the Companies is hue and correct (i) the Companies are duly licensed and authorized to transact surety business 1n all 5G of the United States of America and the District of Cclumbla 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 I Samoa,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attomey 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. �'CWNi' ♦ YM' � �j 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 AT ADDRESS LISTED ABOVE OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: sutety@chubb.com Form 9510-02258-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. Notary Public ti NY/Pj` APRIL D. SELESKA Tarrant,Texas ;i �' ��= Public,State of Texas is Notary 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, �r1 oey Jo" on Director of Retail Services 1520 w. walnut hill lane irving, texas 75038 tel 214 492 8900 fax 214 441 3702 www.ridgemont.com a texas corporation FO RT VSO RT H REV.02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 11/6/2015 Name of Contractor Project Name Ridgemont Commercial Construction Village at Camp Bowie DOEInspector Project Manager Garey Houston Pat Buckley DOENumber ProjectDifJiculty Type of Contract 7308 O Simple OO Routine O Complex 9 Water R1 Waste Water ❑Storm Drainage ❑Pavement Initial ContractAmount Final Contract Anio:ait $189,302.35 $257,539.53 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent F.r.F.MFNT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS j 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 q14 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 q 3 Communication 2 Timliness of Contractor Payments 4 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe I11j COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS F` The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845