Loading...
HomeMy WebLinkAboutContract 46804-FP1 Departent o P&W Const. Services CPN# t Da Project anagen�AlIT WORTH Risk Management Canadv .- ® C{TY�C�� D.O.E. Brotherton -/ li —P CFA Westerman/Scanned +— CONTRACT NO. - Esteban Perez/Scanned The Proceeding people have been Contactb", concerning the request for final payment& have 'ATION AND PUBLIC WORKS released this project for such payment. iF PROJECT COMPLETION Developer Projects) Clearance Conducted B aebz �/� S Ci Project NQ: 02417 y er 311 s#'qLBoy Regarding contract 117366 for 7TH AVE IMPROVEMENTS as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $355,775.00 Amount of Approved Change Orders: $27,708.00 No I Revised Contract Amount: $383,483.00 Total Cost Work Completed: $383,483.00 i C Reccmm nded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date qft Director, TRANSPORTATION & PUBLIC WORKS ebin Asst. City Manager Date Comments: EMAILEID OFFICIAL RECORD CITY SECRETARY MAR 1 2 �7 FT.WORTH,TX Initial: �. Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 7TH AVE IMPROVEMENTS Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 02417 DOE Number 7366 Estimate Number I Payment Number 1 For Period Ending 1/18/2017 CD City Secretary Contract Number 117366 Contract Time 224ZD Contract Date Days Charged to Date 497 Project Manager Long Contract is 100.00 Complete Contractor TRI DAL EXCAVATION&UTILITIES INC 540 COMMERCE ST SOUTHLAKE, TX 76092 Inspectors LAYER / HOUSTON nursday,January 19,2017 Page 1 of 5 City Project Numbers 02417 DOE Number 7366 Contract Name 7TH AVE IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 1/18/2017 Project Funding DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I REMOVE 18"STROM LINE CO#1 47 LF $47.00 $2,209.00 47 $2,209.00 2 REMOVE 30"STORM LINE CO#1 8 LF $59.00 $472.00 8 $472.00 3 REMOVE 10'CURB INLET 2 EA $925.00 $1,850.00 2 $1,850.00 4 TRENCH SAFETY 37 LF $20.00 $740.00 37 $740.00 5 21"RCP CLASS III CO#I 32 LF $121.00 $3,872.00 32 $3,872.00 6 30"RCP CLASS III CO#1 8 LF $168.00 $1,344.00 8 $1,344.00 7 10'CURB INLET 2 EA $5,160.00 $10,320.00 2 $10,320.00 Sub-Total of Previous Unit $20,807.00 $20,807.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I REMOVE SIDEWALK 2927 SF $3.50 $10,244.50 2927 $10,244.50 2 REMOVE ADA RAMP 4 EA $500.00 $2,000.00 4 $2,000.00 3 REMOVE CONCRETE DRIVE 106 SF $22.00 $2,332.00 106 $2,332.00 4 REMOVE ASPHALT PVMT 1087 SY $26.00 $28,262.00 1087 $28,262.00 5 REMOVE CONC CURB&GUTTER 607 LF $17.00 $10,319.00 607 $10,319.00 6 2"SURFACE MILLING 2423 SY $9.50 $23,018.50 2423 $23,018.50 7 8"FLEXIBLE BASE 755 SY $56.00 $42,280.00 755 $42,280.00 8 2"ASPHALT PVMT TYPE 2423 SY $18.00 $43,614.00 2423 $43,614.00 9 5"CONC SIDEWALK CO#1 4278 SF $13.00 $55,614.00 4278 $55,614.00 10 BARRIER FREE RAMP 4 EA $2,675.00 $10,700.00 4 $10,700.00 11 REMOVE SIGN PANEL AND POST I EA $580.00 $580.00 1 $580.00 12 TRAFFIC CONTROL 2 MO $12,300.00 $24,600.00 2 $24,600.00 13 7 1/2"CONC PVMT CO#1 636 SY $132.00 $83,952.00 636 583,952.00 14 4'PAVEMENT REPAIR,RES CO#1 31 LF $137.00 $4,247.00 31 $4,247.00 15 6"CONCRETE CURB&GUTTER CO#1 62 LF $39.00 $2,418.00 62 $2,418.00 16 6"MOUNTABLE CURB CO#I 15 LF $17.00 $255.00 15 $255.00 17 7 1/2"LIGHT BLUE CONCRETE CO#l 28 SY $380.00 $10,640.00 28 $10,640.00 18 7 I/2"LIGHT PEACH CONCRETE CO#1 20 SY $380.00 $7,600.00 20 $7,600.00 Thursday,January 19,2017 Page 2 of 5 City Project Numbers 02417 DOE Number 7366 Contract Name 7TH AVE IMPROVEMENTS Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 1/18/2017 Project Funding Sub-Total of Previous Unit $362,676.00 $362,676.00 Thursday,January 19,2017 Page 3 of 5 City Project Numbers 02417 DOE Number 7366 Contract Name 7TH AVE IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/18/2017 Project Funding Contract Information Summary Original Contract Amount $355,775.00 Chanee Orders Change Order Number 1 $27,708.00 Total Contract Price $383,483.00 J'�al4l-dzo-, Date Total Cost of Work Completed $383,483.00 Cont a Less %Retained $0.00 Net Earned $383,483.00 Date -� lnspertionX Earned This Period $383,483.00 C/ Retainage This Period 50.00 ✓' — 1 _. �� Date'c�� � Less Liquidated Damages Proje t Manages Days @ /Day $0.00 Date y7 t1 LessPavement Deficiency $0.00 t.Di ,c or/�TPW) -'Infrtastructure Design an Construction Less Penalty $0.00 �`• w Date Less Previous Payment $0.00 Directo Contmcting Departmen Plus Material on Hand Less 15% $0.00 Balance Due This Payment $383,483.00 7-Tl7 Thursday,lanuary, 19,2017 Page 4 of 5 City Project Numbers 02417 DOE Number 7366 Contract Name 7TH AVE IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 1/18/2017 Project Funding Project Manager Long City Secretary Contract Number 117366 Inspectors LAYER / HOUSTON Contract Date Contractor TRI DAL EXCAVATION&UTILITIES fNC Contract Time 229 CD 540 COMMERCE ST Days Charged to Date 497 CD SOUTHLAKE, TX 76092 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 $383,483.00 Less %Retained $0.00 Net Earned $383,483.00 Earned This Period $383,483.00 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 $383,483.00 Thursday,January 19,2017 Page 5 of 5 FoRTWORTH nw 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.1 NAME OF PROJECT: 7th Ave Improvements PROJECT NO.: 02417 CONTRACTOR: Stabile&Winn,Inc DOE NO. 7366 PERIOD FROM 07/13/15 TO: 11/30/16 FINAL INSPECTION DATE: 11-Jan 17 WORK ORDER EFFECTIVE 7/13/2015 CONTRACT TIME 229 0 WD®CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH DC ARGG CREDITED MONTH DING CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. & 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 0 0 497 497 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 497 497 TO DATE *REMARKS; CO CT DATE INSP T DATE ENGINEERING DEPARTMENT ° The City of Fort Worth 1000 Throckmorton Street•Font Worth,TX 76012-6311 (817)392-7941 •Fm(817)392-7845 § � $ ■ # # ■ # [ § ` 13 . _ . . § . 1 s a401 40 I § 0 co Go \ \ \\ o n9 � w � § . � ■ 7 2 co oo A � ^ ■�� g� ■ 2 � � Q z q m m44 / E a ty 4A & § EE ■ . /. . \ § ° k § ■ § a E a n a R 0 � + § 2 e if R R § k , " # ■ 2 C4 4 # § § ! & a ■ & & p « § k r § a V !! LU ` k � ■ � # a w a � R e « w Q 0 r w ) § k § B J P � 2 2 ( ( � oIL § C') CL v R r w 6 S § § I _ « b m w m o o < w W § IL 0 R k k § e ƒ S b Q R § � CO I K 2 § k § § ƒ N 000BgSSSB�p�p 1po8$gg8� 88888 1+i 46N F- VOi W VINNNNO W W Nw��yO V~i� VIHHY! �M 8 8f38g8$La ic�8o gS8gg88 88$� Y � 8 i d M �r��Med .� r' Mu'n�QQ�1ljj 1`to crto G N MN NN N yMH 4 LU iN� F O O 0 1C1�1 H H H O 9g v Z a e I W el U UU Q 0 CC d 00 LLLL``LL ttttttrrQQLLyy �tyy,, yY Q J W JW til LLlW U W N1gJJJ�UI JJJJ � � � �� c9imoo N�1�1111 �+N t�f OlplG pp�y f�j�i �f♦Y " � m } N1�iN C7iy M Of NcO NODI/NN QlO� �lV l7 M �C� of t 00 egn Mpl QIIOM M01M Cl) OOMM � 0 = fs G O tu fis is liNvN V VI.ED Of 01 oiv4Tt3iCr, .-Nin 0 aL R � d 72 w 0 1 lhi � � S IL FORTWORTH REV:V20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name oJContractor Project Name Tri-Dal Utilities,Ltd 7th Ave movements Inspector City Project Number Garey Houston 02417 Construction Components Project Manager El water ❑Waste Water Q Storm Drainage [A Pavement Aaron Lon Initial Contract Amount Project Difficulty $355,775.00 O Simple OO Routine O Complex Fina/Contract Amount Date $383,483.00 1/11/2017 In PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(YIN) 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 1 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Sakty 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 Com lotion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 443 III)CONTRACTOR'S RATING Maximum Score(MS)=448 g sum of applicable element score maximums which= 448 Rating(ITS/MS]*100%) 448 / 449 - ISO% Performance Category Hund" <20%=Inadequate 20%to<40%—D eftckat 40%to<60%—Standard 60%to<80%=Good >_80%=Excellent Impeeter's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Contractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-8851 Camp Bowie West Blvd.-Fort Worth,TX 76116-(817)392-8306 CONSENT OF OWNER ❑ SURETY COMPANY ARC1uTECr ❑ TO FINAL PAYMENT COYI'RACTOR ❑ ,,Iht DOCUMENT G707 SURETY ❑ UTHIat ❑ BOND# 106289588 PROJECT: 7th Avenue Paving Improvements-Fort Worth,TX (trcnse,ereldress) TO:(Owner) CONTRACT FOR, water,sanitarysciver,stone drainage andpaving, Cook Children's Medical Center, 801 7th Avenue CONTRACT DATE: Fort Worth,TX 76104 CONTRACTOR: Tri Dal Utilities,Ltd. ht accordance with the provisions of the Contract between [lie Owner and the Contractor as indicated above,the (here insert rrarrre mrd address ojStirely Cnnrpnnt) Travelers Casualty and Surety Company of Antcriea One Toxvcr Square Hartford,CT 06183 ,SURETY COMPANY, on bond of (here laser t rrarrre uad address ojCcrnrraaor) Tri Dal Utilities,Ltd. 540 Commerce St. Southlike,TX 76092 ,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 t0 (here insert name and urlehrss oj0u7te)) f Conk Children's ivledical Centel• 801 71h Avenue Fort Wordr,TX 76104 ,OWNERS as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this 12t1t day of Janunry 2017 Travelers Casualty and Surety Company of America Surety Company gi nature of Authorized Representative Attest (seal); lenuifer i hi witness Linda Statdcr Title Attorney-in-Fact AIX,DUCUMliNT 6707*CONSFUr OF SURETY COMPANY To FINAL PAYMENT WRIL 19701iDITION`AIA -1970'rtll:ANVRICAN tNs:rrru'rt30F ARCHITEMS.1735 NEW YORKAVE NW WASHINGTON.D.C.2006 'WARMING:TI IIS P0;1,1E11 01=ATTORNEY IS)i•!VAUp%`lITHOUT TI IF,PFD 13CMI-sF11 Th" F_ /�)/ J E J) ('011'1 O AI-I'ORNI F F hl A l�LT P 11 f1 I:Irntiu tau Ca,u;tlh ['map:rn� Sl.t':wl.\It•rctn Inas:mro Cump;lnc PitlCliq'❑nil Guarauly Inn11':nur C'umpan� rrncclrrs Ca,uadl)and Sure(} Company i Fidelity and Cuaranly lusuraucc Undcrtyrilcr.i.Ile. 1'rayClers Caml:th% and Sul-Civ Comp:un-III'Ameriet ti j tit.Pau(Fire:111(1 dfarine•Insonowc Comp:my United Sates Fidclin null Cu-:Ir ulh ('anginny St.Paul 01:11-dian Iniurmtre Cnmp:uq' i ltlorucy-In 1'nCl No. 230602 Ccrdrwale Nu. O O G 7 8 8 0 4 0 KNOI'Al.l. MEN !Il''I'Hlitili PRESENTS: That Fanlliu lon Caurally Coorp:uty,St. fail fire and 'dente IusurauCe Company.SI, Paul Guardian htxurfutce Company.St.Pmil Merculy Insurance Company,'I'mvelers Ca.,ualtl•:old Sure[\C'oMpany.'Froelers C'ammily and Surely Comlmnc of AiIjeriea.and United Stabs Fidelity and Guaranly C'ump;uny;re corporations duly or-';luted under 1110 lanes of lite State of C•ounecticul,that fidslin ;nhl(ivaru ly htsurauce Company i%it engtorotion dohorganiccd under the latus of clue State cif lknw.and thal Fidelity and Guaranty Itanrrnce t'ndcm i ker.,,lite,,i,a corporation duh•or_;urited wider the Im%N of(lie Stale of ti\'iscon;in(herein Colleetiyely called the"CongtdniCs'l,and Ilial lilt Companies do hereby nmLc, :n,mgiuite mid atppnint Clem F.Lesch,Steven W.Lewis-Eric Lesch.lenuit'er I'itehi.and I-ittda Smlder of Utc('ilk of—JfYtll' _ __. Srtc<d �C\i2SIhcir If Il MId 1:Ixs'ful AttOntcy(N)-in-I-aCt, each in their sep;tra(e Capacily it more Ihan nor is named above,t0 sign.execute.Seal and acknowledge ally and all bond:,recd;;nuances,conditional undertakings and outer n•rilings ubligawt'in the nature(hereof ou heltalf of flee Compauics in their business of gtmrnttecing the lidelity of persons,guarantCCing the(xrtonmuttx of conmt•t,and executing or guaranteeing Ixm(N and tmdcliakim_.s requited or permitted in any actions or proCeediu s;dlmccd by Im' (N WlYNE'SS\1'f(I•:REOF.the Comp:nieS fine c11jUt:tl chi,iu,uentem(o be Agued and theircogrcncrte scats to b,berClo:d'IixCd.Ihi, Will they u( NIM, 2016 Fnnerinplura Casualty Comp:my SL Paul ercrn.lusuranec•Company Fidelity and Gimmmly lnsarmice Company Travelers('asualty and Sturdy Company Fidelity and Guanm(c lusur;utce Uaderwrilers,lite. 'I'r;treA•rs Caxuahy:uul Surety Company urAmerien Sl.Paul Piro and Marine Insurance Company knifed Shl(es Fidelity acrd Guat:ulty C(mglraty St.Paul Guurdi;m htsurance Cru lmny VTYp' ti:. •-�i:i'c-• /�u ,x �-'"--�� ,.i.•:� .::•;•_!i.. rUIYA • 'JF�r(1� 031 t`""f ";' ,� �f:>• •.,(•, eo�.�....Sc i f,.J ,fit. �tto,: �n �,r77'4I::9irC-q =2rwm i 1982 o i itJ27 1 1 !"� { jn. 4 IORIFC�J. " iB9 � ��•;,,' X14 ?�SEiiF,`e : � }x cyi k'� '�. .,� ..:.`.�`� �,�t.4 J�•r <r N `f i Slats•Of C011neCticut Gy: _ _ _ _ •. ..'; `.;''= C'ih td I lartford s,. RO-:It 1.~1-11o,Senior\ia Prc,idcat (ht this tine . J011t day of•_ M-M' 2016 ,before me persoimll appeared I(obcrl L.It;ntey.tyho acknowledecd himself to be Ude Senior Tice 1're,idem ol'Farmimeton Ca,ually Congnuly. fidelity and(iu;n:wly Insurance C•ontpall'.Pitleliiy and(iumanty himu ice Undcnyriters,hoc..Sl.Pmtl Dirt and Marine Insunutc•e Company.Sr.Paul Guardian hmirulcc C'ontpany.St.Patel Mercury In,urmice Comp:my.'h;ncler,C r,1(.Ity and Surely Company.Traveler, C'u,nalty and Surely Company of America,and Unitcd Slates Fidelity and(illaranty Company.and that Ire.as such.being mnhorizcd w to do.esecu(ed(It,:foregoing iu,trtnuetil lirr Ute purposes therein contained by signing tai behalf of the corpwrnions by himwit'Its a dttly muhoriicd officer• lZl-1 Ili 1\'itneai Whereor,I hereunto sct my baud and official ,:;it. My Commi,sion expires lite?(hit day of lune,20-11. tdr A \Cj �t - - \I�rir C','rcu.:udr.\otan Public 58+10-5-1G Prinled in U.S.A. %YARNING:THIS POVYER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER_ + WARNING:THIS POWER OF ATTORNEY IS 4VVALID WITHOUT THE RED BORDER 'this Power of r\8ontey i,granted untler:nod by the alllhntily of the fi llmvin1 resolutiom adopted by the Ib+:rds u(Uirecton at f:unengton(:ullalty C•ongkuly.Fidelity :and Gnarinty bnsurmie Company.Fidelity auul Grear:atly lustimucc C)udcrwtiter.,Inc..St.[late] rarelaid l.larime Imurrnce C-onipmy,tit.Paul Guardi;m Inwrawe � Company,St.Paid Mercury hisuratec t',ulgr my.'liuedcu C'usualry and Surely Company.Travelers Casually and Surely Compaq of Attica ica,and United States Fidelity Paid Clunru lye Company.which restihnions are now iu fill(one and effect.leading as follows: REMIXED.Thal lire(7minnan.Ore I'resl(kn1,tiny Vice.Chairman.:un•E.%ectuive Vice S're.idrnt.tiny Senior Vice 1'rc.idcnl•:my Vice President.any Second Vice President,the 7leasurer.tiny Assiskatt'l'reasutcr,the C tigaarale Srcmlary„r any AsaiA Illl Secretary may appoint Alturne}a-in•1'act and Agent,la:let for and on behalf of the Cumprny and may give.reeh aplaaintcz much aulhnrily Its his air her ccnificate or authority relay prescribe to sign with file Company's name and seal with file Company s scat bonds.nragnirmnls,a+Mttracts ed'iredcnu►ity,and otter wrhings obligatory in lite nature of a blind.rccognirance,of conditional reitdertakiug,and any of said offteers,ar, the Boiled of Direcrrs as ally little may renove any such aplointec and revoke tine potter given him or her:and it is PUR'I'IIGIt RESOLVED.that the C'hahman,(lie President.any Vice Chairman,any Executive Vice President,any Sema+r Vire President air any\ice I'residcm may delegate all air any pant of the fongoine authority to nue ar mon officers or !mpkiyees of this Company.provided that each such delegailou is in wriliue and a copy i thereof ibs riled in the office of the Secretary:and it is f FUR mit 1(14SOLVI:D.that any blind,ntogniza mv.contract of indemnity.air urihing obligatory in the nature al'a laurel•rccogoiitince,ur conditional undertaking shall Inc valid and binding Moll lite Company when tat signed by lite 11resiticul.any%ice Chairrttan.any Executive Vice President.any Senior Vice Presidcul orally Vice j President,any Second Vice President,lite Treashtrer.:my Assistant Treasurer.the Corporate Secretary or any Assistant Secretary:old duly attested land sc:dcd with file Company s seal by it Secretury•ar Assisi nm Secretary:air fb)duly executcd(uredcr seai.if required)byane or more Attomcys•in•I'acl and Agents pursuant to the power pnserihcr{in his or Iter certificate air their ceititicaaes air authority or by one or nutre Compny officers punaant t(+it written delegation of anehutity: and it is FUI(Tillilt ItCSOLVED,dr t the signature of each of fine following ofticirs:President,my E ecutiye Vice President.mny Senior Via l'resident,limy Vice I'residem. may Assistant\hce President,any Secretary•.any A.misl:tt Secretary,and the seal of lite Ctanpnnny may lac affixed by facsimile to any Power of Allurncy or to any ccrlifhc:te relating thereto aplointing I(csidcnl Vice 1'reshlcnts,Resident Assislant Secretaries air Attorneys-in-I act pier purposes ow).of executing and am-ting boluls .and unde takings land other writings tdligrelory ill the mature Ihcreof and any such flower of Allorney or certificate hearing-Mich facsimile signature air L•tcsimilc seal shall be valid and binding upon the C•ouilmny and any such lamer so cumited laid certified by such f.w.iintile signuture end lhesimile seal shall be valid and hindiug an the Comply in the future with respect ret illy hand air undemanding to which it is:iti.whed. 1,K%win lis Huglas,the utxkrsigncYl,Asslsuut Secretary,of Fanningtun Casualty Company,fidelity and Guatr nk hnsurmce Cbmisuty,lTdeliq and Guaranty Insnruuce Un dern r{len,fries,SL Paul Mae and Marine IOsurance Cougtauty,St.Paul Guardian Insurance Company,St.Paul Afercury Insuraua(innpauiy.'I)u+Herr C a.ually and Surety Colllixnly.ltmekrs Cusualty and Surely Company of Autericti,and United Stales l idelity and Guarntty Comp any do IMenby certify that fine above taint foregoing is it Inge land correcl copy of the Power of Attorney executed by said Companies,which is in fill firer and efrw and has not lion nyokuml. IN• E,I MONY MIEiRI:UF,I have hereuuto%el lily hand and of ixcd dw scads of said Companies this A (Illy of�_ , 20 L7 Kcttinf:.lIugltcs.AtnistatuSec -try e+Jtat4ra vd•�r-c. .+ t f� + �(bi:arp' oo�voi. '�n ^. ft]' a ft9626 n „ •. ,secs �c{ o a � rcahaTO u I tl -.- � e at-hlrR3. a'irF•a:� 1090 x s $1 ' ���.� �Se:,ll.�o^f �s�5E�L7:•!� �� eft.., e �f'�ci:�R'C� �J �-. : To verify lite authenticity of this Power of Attorney.call I-Stxr-1?1-38\0 or contact Mat wwa•.tr:ayelerslond cr+nM.I'leme refer to the Auomcy-In•6act nunhlter.the I alwce•nareud individuals and the deutib,of the bond da which the)ower ire nuached. 1 I i I� I I �1 I i I r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Scott Langham, Project Manager Of Tri Dal Utilities, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations fiirnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; 7'h AVE Paving Improvements City Project No.2417 DOE#: 7366 CFA#: 2015-042 BY � L 'LGl _ S6g Langham Project Manager Subscribed and sworn before me on this date 12th of January,2017. `��a4�nYPPp���� JUDY SAWBERGER W-yo Public ;_: =Notary Public,State of Texos Tarrant County, State of P$-Comm.Expires 08.28-2018 Texas ,,,„� Noiary ID 2885266 FORTWORTH RE":02/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 1/11/2017 Name of Contractor Project Nam Tri-Dal Utilities,Ltd 7th Ave Improvements Elnapector Project Manager Garey Houston Aaron Lon DOENumber ProjectDiiffi-dty Type of Contract 7366 O Simple OO Routine O Complex D Water ❑Waste Water p Storm Drainage O Pavement Initial Contact Amount Fina/Contract Amount $355,775.00 $383,483.00 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 L 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 Accuracy of Measuredtities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability ofProject Manager 1 Change Order Processing Time q 3 Communication 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Mee'M Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Al Signature DOE Inspectar's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fu:(817)392-7845