Loading...
HomeMy WebLinkAboutContract 46803-FP1 c.�artment of'1'YW const. services N# Date✓ ProjectPana er ✓ CITY SECRETARY d 1 Risk Mana ement S. Cana �_. z RT WO RT H O CONTRACT N0. J ) g D.O.E. Brothert n Water V. Gutzier CFA J nie Mo ales/Scanned ❑ EtTATION AND PUBLIC WORKS The Proceeding people have been Contacted concerning the request F OF PROJECT COMPLETION for final payment&have released this project for such payment (Developer Projects) � ( 00(— --/9.© 50 Clearance Conducted By Etta Bacy City Project Ns: 02569 (M4{48D3 Regarding contract 117449 for THE SHOPS AT CLEARFORK BLOCKS 4-13 as required by the WATER DEPARTMENT as 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. Ei Original Contract Price: $329,964.00 Amount of Approved Change Orders: $21,435.25 Ne 1,2,3,4 Revised Contract Amount: $351,399.25 Total Cost Work Completed: $351,399.25 D1a Reco mended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction /?eli- Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Rev.9/22/16 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE SHOPS AT CLEARFORK BLOCKS 4-13 Contract Limits Project Type WATER&SEWER City Project Numbers 02569 DOE Number 7449 Estimate Number I Payment Number I For Period Ending 5/15/2017 CD City Secretary Contract Number 117449 Contract Time 9ED Contract Date Days Charged to Date Project Manager Buckley Contract is 100.00 Complete Contractor TRI DAL EXCAVATION&UTILITIES INC 540 COMMERCE ST SOUTHLAKE, TX 76092 Inspectors LAYER / SCHARFENBERG Friday,May 19,2017 Page 1 of 5 E F City Project Numbers 02569 DOE Number 7449 Contract Name THE SHOPS AT CLEARFORK BLOCKS 4-13 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/15/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC WATER PIPE(CO#1) 2910 LF $24.00 $69,840.00 2910 $69,840.00 2 6"PVC WATER PIPE(CO#1)(CO#3) 277 LF $25.00 $6,925.00 277 $6,925.00 3 2"WATER SERVICE(CO#1) 14 EA $2,910.00 $40,740.00 14 $40,740.00 4 CONNECTION TO EXISTING 4"-12"WATER 3 EA $1,480.00 $4,440.00 3 $4,440.00 MAIN 5 8"X 6"TAPPING SLEEVE&VALVE(CO#3) 2 EA $4,465.00 $8,930.00 2 $8,930.00 6 8"GATE VALVE 6 EA $1,375.00 $8,250.00 6 $8,250.00 7 6"GATE VALVE(CO#1) 11 EA $980.00 $10,780.00 11 $10,780.00 8 FIRE HYDRANT 6 EA $4,080.00 $24,480.00 6 $24,480.00 9 DUCTILE IRON WATER FITTINGS 4.09 TN $6,125.00 $25,051.25 4.09 $25,051.25 W/RESTRAINT(CO#1) 10 8"WATERLINE LOWERING(CO#1) 6 EA $2,300.00 $13,800.00 6 $13,800.00 11 TRENCH SAFETY(CO#1) 3162 LF $1.00 $3,162.00 3162 $3,162.00 12 WATERLINE TESTING(CO#1) 3162 LF $1.00 $3,162.00 3162 $3,162.00 13 TRAFFIC CONTROL 1 LS $830.00 $830.00 1 $830.00 15 1"WATER SERVICE(METER BOX INCLUDED) 1 EA $3,500.00 $3,500.00 1 $3,500.00 CO#1 Sub-Total of Previous Unit $223,890.25 $223,890.25 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------ - --- --- ---- ---- ------ ------- --- 1 8"SEWER PIPE 636.5 LF $28.00 $17,822.00 636.5 $17,822.00 2 8"SEWER PIPE CSS BACKFILL 84 LF $38.00 $3,192.00 84 $3,192.00 3 8"DIP SEWER PIPE 249 LF $74.00 $18,426.00 249 $18,426.00 4 8"DIP SEWER PIPE CSS BACKFILL 54 LF $84.00 $4,536.00 54 $4,536.00 5 6"SEWER PIPE(CO#1) 277 LF $23.00 $6,371.00 277 $6,371.00 6 6"2-WAY CLEANOUT(CO#1) 9 EA $540.00 $4,860.00 9 $4,860.00 7 4'MANHOLE 10 EA $3,175.00 $31,750.00 10 $31,750.00 8 4'EXTRA DEPTH MANHOLE(CO#1) 22 VF $230.00 $5,060.00 22 $5,060.00 9 4'SHALLOW MANHOLE I EA $3,175.00 $3,175.00 1 $3,175.00 10 CONCRETE COLLAR 1 I EA $635.00 $6,985.00 11 $6,985.00 Friday,May 19,2017 Pale 2 of 5 City Project Numbers 02569 DOE Number 7449 Contract Name THE SHOPS AT CLEARFORK BLOCKS 4-13 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/15/2017 Project Funding 12 CONNECT TO EXISTING MANHOLE 2 EA $2,275.00 $4,550.00 2 $4,550.00 14 CONNECT TO EXISTING 8"SEWER LINE 2 EA $675.00 $1,350.00 2 $1,350.00 16 TRENCH WATER STOPS 9 EA $470.00 $4,230.00 9 $4,230.00 17 TRENCH SAFETY(CO#1) 1318.5 LF $1.00 $1,318.50 1318.5 $1,318.50 18 POST CCTV INSPECTION(CO#1) 1318.5 LF $1.00 $1,318.50 1318.5 $1,318.50 19 TRAFFIC CONTROL 1 LS $1,775.00 $1,775.00 1 $1,775.00 20 REMOVE CONC PVMT 50 SY $13.92 $696.00 50 $696.00 21 SAWCUT EXISTING PVMT 101 LF $6.00 $606.00 101 $606.00 22 CONC PVMT REPAIR 50 SY $98.12 $4,906.00 50 $4,906.00 23 4"SEWER SERVICE(CO#4) 1 LF $3,988.00 $3,988.00 1 $3,988.00 24 6'SEWER SERVICE CSS BACKFILL(CO#1) 18 LF $33.00 $594.00 18 $594.00 ----------------------------------- --- Sub-Total of Previous Unit $127,509.00 $127,509.00 ---------------- ----- ----------------- Friday,May 19,2017 Page 3 of 5 City Project Numbers 02569 DOE Number 7449 Contract Name THE SHOPS AT CLEARFORK BLOCKS 4-13 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 5/15/2017 Project Funding Contract Information Summary Original Contract Amount $329,964.00 Chante Orders Change Order Number Change Order Number Change Order Number 1 $127.25 Change Order Number 2 $0.00 Change Order Number 3 $17,320.00 Change Order Number 4 $3,988.00 / Total Contract Price $351,399.25✓ Date � Total Cost of Work Completed $351,399.25 ont ra t Less %Retained $0.00 FDate &LZ 3 7 Net Earned $351,399.25 XsJeiYe r Earned This Period $351,399.25 Dat nho� Retainage This Period $0.00 Less Liquidated Damages / Days Day $0.00 LessPavement Deficiency $0.00Date ucture Desin aiQ Asst.Director/TW-In on Less Penalty $0.00 r//eA Date Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $351,399.25 Friday,May 19,2017 Page 4 of 5 moot - &o,96(,q &s o$03 City Project Numbers 02569 DOE Number 7449 Contract Name THE SHOPS AT CLEARFORK BL ^�3R 1� Estimate Number I t� ir:. 9le I + Contract Limits '� Payment Number 1 Project Type WATER&SEWERJUN 2 n 201 7 For Period Ending 5/15/2017 Project Funding J �--d Project Manager Buckley City Secretary Contract Number 117449 Inspectors LAYER / SCHARFENBERG Contract Date Contractor TRI DAL EXCAVATION&UTILITIES INC Contract Time 90 CD 540 COMMERCE ST Days Charged to Date 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 $351,399.25 Less %Retained $0.00 Net Earned $351,399.25 Earned This Period $351,399.25 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 $351,399.25 Friday,May 19,2017 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: IThe Shops at Clearfork CHANGE CONTRACT: Water&Sewer ORDER No: C=A T 12015-027 CIl'Y PARTICIPATION: NO CIT:'PROJECT` 12569 00=:: 17449 Q WATER PROJECT P265-603150256963 SEWER PROJECT P275-703130256983 PILE' X-23107 INSPECTOR: Roy Schartenberg Phone No: 817.6754004 PROJECT MANAGER: Patrick Buckley Phone No: 817-392-2443 CONTRACT UNIT r1AT-3. SrNER PAVINGDRAINAGE $TREE7 L,[Ghi'S CONTRACT Doveloper Davcloper Oevcleper Developer Devatoacr DAYS Cast C*Cost Cox City Cost Cast Clty Cost Cast City Cost I Ctry Cost cRIGt.ALCON nAC szossos.00 1 so.00I simem.ea sD.00 I 90 ExrRAs TD D r ss 25 se.Do sss.00 I I -o DAT-_ CONTRACT TO DATr szosb7025 S0.00 5123.521.00 S0.00 50.00 SOHO I s0A0 50.00 50.00 50A0 90 ArdOUNT OF PROP.CHANGE ORDER 517.320.00 REVISE.CON-RACT AMOUNT 1 5275.590.25 SOAR S123s21.00 SO.^^ 50.00 50.00 50-DO SQOO $D.DD 50.00 90 TOTAL nEVMM CONTRACTAMOUAT PER UNIT 52Ta.s4o.2: 5123.52:.,^,3 50.00 50.00 MOD REVISED COSTSNARE Dov.Cost: 5347.411.25 C:y"Ost S000 TOTAL REVISED CONTRACT 53Gi,41125v P8Q01 Ycu arc directed to make the fogm-Anc chances in the contract documents: Crit BID ITEM PAY rTEM:: a QUAN7,71 UNIT REM DESCRiIP7.CN UNIT PRICE I TOTAL 33122203 3 EA 7 Water Service lemr Yx tndude S2910.CC S8,730.00 33122003 1 EA 1'wat=Servic(Neter Bax lm..'ud 53.500.001 S3,500.00 3311.0161 25 LF 6'PVC water?ioe x.00 y�r M 33124004 EA 8'x6'Tac ine Sleeve and Valve 54.465.001 S4c65.00 TOTAL S17320.00 REASONS FOR CHANGE ORDER Addition ofavo 2'irrigodam nerd=s%.Rh 2'meferbcxes and one 1'inigatien service VwTh;'meterboz Adddfor.of 2'Water Service.6'Frm Cine,a,nd 6'Gale Valve NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100°/OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER- RECOMMENDED: APPROVED: APPROVED: Pet oItandSo fioorfs The Sho TR!-DAL Usmes Name f� o.l �.i.. rYLB Name: s e;�C �N�,�j�112.9,•— V I Revised:1 ate 2C11 ' Pago 2 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: i he Shops at Clearfork CONTRACT: Water&Sewer CHANGE ORDER No: CFA 2 2015-027 CITY PARTICIPATION: No Cr-1 PROJECT# 2569 ;DOE# m 7449 WATER PROJECT (. v) SEWER PR0JECT. P275-7031302569as ` �.VV7" FILE" X-23107 INSPECTOR: Roy Schartenherg Phone No: 817-675-4004 PROJECT MANAGER: Patrick Buckley Phone No: 817292-2443 CONTRACT UNr WATFr. ScVVEn^ PAVING ORAINAGE STR.PET LJGHTS CONTRACT ' Oev0loper Developer Oevelopor Oovclopc- Developer DAYS C City coy: Cost C Cost Cosi C Cost Co;t I C Cost ICeK C Cost LRIGINAL CONTRACT S206SOSA0 SOA, I S123.4S6,00 SOAO e0 EXTRAS TO DATE Sti.352.2� 50.00 I 565.D0 OREMITS TO GATE CONTRACT TO CATEE S=M=0.2S S:.00 5123.521.00 50.00 50.00 SO.00 so.00 $0,00 60.00 50.00 90 AMCUNT OF PROP.CHANGE ORDS I S;965.00 I I REVI O CC,\—, ACTAMOUNT 5223,59025 50.00 15127.509,00 50.0050,00 SO.00 SOAO Sam $0.00 50.00 50 TOTAL REVISE CONTRACT AMOUNT PER UNIT S?23s9C.2s 5127,509.00 SOHO 50,00 50.00 REVISED COSTSHARE Dev,C $351,39975 C!-'y Cost 50100 TOTAL REVIS M CONTRACT 5351.39975 RcviSad:1G-i2-2011 Paget Ycu are direr to sake the f0ilmine chances In the c ontm=tloa meats: crry SIQ ITEM PAY ITEM". QVAA'iTTY UNIT REalR pESCRIPI tON 333t.370t t FAUNIT PRICE TOTAL Ir Sewer S ' 1 53.988.00 53.988.00 TOTAL I 5"x.988.00 REASONS FOR CHANGE ORDER ALdGiw of 4'Sawer i t� NO CITY FUNDS INVOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMtBURSEMENT FROM THE PITY VWLL BE SOUGH,BY THE DEVELOPER. RECOMMENDED: APPROVED: ------ Pe:ot n Land Solutions The Sha t a rk LLC �7 TR!-0AL UGilfies i� / Name /5� e U{`lE-1 Name: scci� �A.y6fh9i+�. Lf Tdle: rI /GT ly1a,..�!{ TiBe: V L 1",�'�'T� TtJc / �a J Q C T /yf/J/✓AS A1C_ Ravisea:t0.t2=e01i Pa,e 2 CONSENT OF OWNER ❑ RECEIVED SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ APR 12 2011 ,41.4 DOCU11ENT G707 SURETY ❑ OTHER ❑ BOND# 106289587 TRI DAL._ PROJECT: Public Nater S Sanitary Sewer Improvements to serve Edwards Ranch (nrnne,adds ess) Clearfork Addition Blocks NW 4-13 Fort North,TX TO,(Owne)) CONTRACT FOR: Nater and Sanitary Sewer Clearfork Retail Venture,LLC 225 W.Washington Street CONTRACT DATE: 5/29/2015 Indianapolis,IN 46204 CONTRACTOR: Tri Dal Utilities,Ltd, In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here hrse)-r name and adds ess of Surety Comparrt) Travelers Casualty and Surety Company of America One Tower Square Hartford,CT 06183 on bond of ,SURETY COMPANY, (here insert Plante and address of Conbacrru•) rri Dal Utilities,l.ld. 540 Conunerce St. Suuthlake,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 to (here insert name and ad(lmss of arse+•) Clearfork Retail Venture,LLC 225 W.Washington Street OWNER. Ir.diaaapo:is,;.�4h:'b�t as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this lOttr day of April 2017 Travelers Casmi and Surety Company of America l Stnety Company �(��� f,"IL"'r-OrAte.horized Representative Attest _ (coal): le nif• Picc i tt'itness Linda Staleer Tule Attorney-in-Fact AIA DOCUMENT G707*CONSENT OF SURETY COMPANY TO FINAL PAYMENT*APRIL 1970 EDITION*AIA 1970 THE AMERICAN INS77TUTF OF ARCHITECTS,1735 NEW PORK AVE.NW WASHINGTON,D.C.2006 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before nye, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Scott Langllanl, Project Manager Of Tri Dal Utilities LTD, 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 filll; That the silage 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; Edwards Ranch Clearfork Addition DOE 4: 7449 BY SCO gham Project Manager Subscribed and sworn before me on this date 28th of March, 2017. JANINE OESHAZQ ,.moo►".'.°�e�%; NOTARY PUBLIC-STATE OF TEXAS otary Public M:-. COMM. EXP. 07-06-2019 Tai'1'alltCOlillt)', Texas �''.faf` � NOTARY ID 13028408-4 „ ` IT.- 1!';1 ;L' !-S_.::sur I ty j I I I y I V'p 11 fideMyinc. C;su.,T).rlla Sur.'Iy St,Frill Fire and Marine Insurance conI!)'Illy U111(Z3 Stflies Cidelity-.iiid Gunr.nn(y Coni,7 St.Paul Guardian Insurance Company .Vliy Attorney-Tri Fact No. 230602 Certificate No. 0 0 7 1 13 16 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St.Paul Fire and Nlarine Insurance Company.St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casuahy and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the 1,L%,.,s of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of loiva,and that Fidelity and Guaranty Insurance U11LICITWEilefs,Inc..is a corporation duly organized under the laws of the State of Wisconsin(lierein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Clem F.Lesch,Steven W.Lewis,Eric Lesch,Jennifer Picchi,and Linda Stalder of the City of I11I11g State of TPXAC their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recugnizances.conditional undertakings and Other writings obligatory in the nature thereof On behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proc,:cdings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 13th day of March 2017 Farmington Casualty Company St.Paul Afercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company X. S� SEAL Rev State of Connecticut By: City of Hartford ss. Robm L'Rang.Senior Vice Pre'ident On this the 13th day of March 2017,before me personally appeared Robert L.Rancy,who acknowledged himself to be the Senior Mee President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company,and that he,as such,being authorized-0 to do,executed the foregoing instrument for the purposes therein contained by signing-on behalf of the corporations by himself is a duly authorized ofricer. In Witness Whereof,I hereunto set my hand and official sea]. My Conumission expires the 30th day of June,2021. 4j. x� 'N-Mafie C.TetTemill,Nojajy Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITI TOUT THE RED BORDER This Power of Auomey is granted under and b. the atuhoritr of the follnVeing resolution.adopted by Ute Boards of Directors of Farmington C:uually Company,Fidelity and Guaranty Insurance Company.Fidelity and Guarana Inswmue Undeihyrilers.Inc..St. Paul Fire and Marine lnsuranee Conyt:uhy.St.Paul Guardian Insurance Company.St.Paul Mercury Insurance Company.Tr velers Casually and Surcty Company.Travelers Casualty ;utd Surety Company of America,and United Slates Fidelity and Guaranty Company which resolutions are now'in full force and effect,reading as follows: RESOLVED,that the Chairman,the President.any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,lite Treasurer.any Assistant•treasurer.the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents w act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority stay,prescribe to sign with the Company's name and seal with Ute Company's seal bonds,recognizanees,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance•or conditional undertaking,and any of said officers or the Board of Directors alt any time may remove any such appointee and revoke the power given him or her:and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairrnan.any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any pat of the foregoing authority to one or more officers or employees of(his Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary.and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon Tire Company when(a)signed by the President,any Vice Chairnan,any Executive Vice President,any Senior Vice President orally Vice President,any Second Vice President,the Treasurer.airy Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary.or(b)duly executed(under seal,if required)by one or store Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED,that the signature of each of(lie following officers:President.:any Executive Vice President,any Senior Vice 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 Resident Vice Presidents.Resident 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 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 yalitl and broiling on the Company in the future with respect io any bond or understanding to which it is attached. 1.Kevin E.Hughes.the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and'Marine Insurance Company,St.Paul Guardian Insurance Company St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travccrs Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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 in full force and effect and has not been revoked. IN TESTIMONY 1VHEREOF,I have hereunto set lily hand and affixed the seals of said Companies this 'w day of A"[l r S ,20 /7 Kevin E.Hughes.Assistant Sec�taq �' 6� o b �.,_ .r S� o ou aw,+.r �J:•�"'•-,y o °c 4"� n,. �EaSryAtp }n Av{!'."in �) 'f �Q.• ft.4• � � �t 1982 O � X977 � .^�.'Y.- �� ,,, fart .a.i4�i00AT�:.•,., � 3 , z¢ _._A 5 rwararm. . uaarasa < " aau aV3F.r1•L,,: �aA`STiL S0--te ,e � CIX7i u A COC V, ¢ Ngf89S � aryl ..� r.ty.�r.c•6 � r of -4a �ar R �P� To verify the authenticity of this Power of Attorney,call 1-500-421-3880 or contact us at w7ehe.trnelcrsbond.conn.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. i WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 540 Commeme �''. Metro 817 481-2886 Southlake,TX 76092 _ Fax 817 481-8195 LTD Site Utilities&Excavation Contractor April 12, 2017 City of Fort Worth Attention: Roy Scharfenberg Reference: The Shops @ Clearfork-City Project#2569 Subject: Liquidated Damages Mr. Scharfenberg, Tri Dal Utilities has completed this project.There will not be any liquidated damages assessed. Please call me with any questions. Sincer ly, Scott Langlam 7 Project Manager FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Shops at C1earFork PROJECT NUMBER: 2569 DOE NUMBER: 7449 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 8 PVC 2910 C900 6 PVC 277 C900 C900 FIRE HYDRANTS: 6 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 2" Copper 14 SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR 26 8 PVC 636.5 DIP 8 DUCTILE 249 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS Fs` The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TY 76012-6311 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 15.17.17 Name of Contractor Project Nance 'Tri Dal LTD The Shops at Clear Fork DOE Inspector Project Manager Roy Scharfenberg Pat Buckley DOE Number Project Difficulty Type of Contract 7449 is Simple o Routine O Complex o Water o Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $329,964.00 $351,399.25 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION (0-4) PLANS&SPECIFICATIONS (0-4) 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions y 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 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 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 (� Signature DOE Inspector Signature DOE Inspector's Supervisor l 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 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Tri Dal LTD The Shops at Clear Fork Inspector City Project Number Roy Scharfenberg 2569 Construction Components Project Manager Q Water I7 Waste Water ❑ Storm Drainage ❑ Pavement Pat Buckley Initial Contract Amount Project Difficulty $329,964.00 • Simple o Routine o Complex Final Contract Amount Date $351,399.25 5.17.17 II)PERFORMANCE EVALUATION 0-Inadequate I-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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 .rob Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 366 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 366 Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS1 * 100%) 366 / 448 = 82% 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) 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,Thi 76116 • (817) 392-8306 FORTWORTHrev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 1 NAME OF PROJECT: The Shops at Clear Fork PROJECT NO.: 2569 CONTRACTOR: Tri Dal LTD DOE NO.: 7449 PERIOD FROM:7.1.15 TO: 4.30.17 FINAL INSPECTION DATE: 4.19.17 WORK ORDER EFFECTIVE:7.13.15 CONTRACT TIME: 90 o WD a 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. I5. 30. • 31. SAT,S UIN, RAIN,TOO WiT, UT111 ,7; .. y "',. ITIE'•S 3'2.. !DAYS Ill.. &HOLIDAYS &TOO COLD} iELOCA.-U-U JDAYS THIS 445 445 .PEIRII 9 PREVIOUS rnnr At e I I I F i t IGt/_lam i(1/ice !TO DATE `REMARKS: Private Work Had To Be Completed Prior to the Final inspection 27 Ste-22-f CVN1KAUlUK VAlh VwLelt)K VA1L, -JYM AR i i�rp-i T the City o±Mort Worth• i000 lhrockmorton Street-Fort Worth.i K 76012-631 i /O'IT 2(Y1 7gA1 �L..-. /O-1T IAA) -7OAr