Loading...
HomeMy WebLinkAboutContract 45669-FP3 J,FVVat cnic.ua va 11 .. vvaav r. vvt.avvv CPNWZ/� _ ACad Date _ �f Project Manage - r� Risk Management r� RT WO RT H p CITY SECRETARY D.O.E. Brotherton - "� ` �-� CONTRACT NO. 1�3 Water V. Gutzier CFA &ipie M rales/Scanned ❑ TATION AND PUBLIC WORKS The Proceeding people have been Contacted concerning the request OF PROJECT COMPLETION for final payment&have released this project for such payment. (Developer Projects) 5-ti(0 o I Clearance Conducted By Etta Bacy City Project Ns: 02269 Regarding contract 17213 for ALLIANCE PROFESSIONAL OFFICE BUILDING LOT 1R-1R 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 compl " r;z ;-..7 2 ,17D) 9 Original Contract Price: JUN 2 ZOj� In $160,073.00 Amount of Approved Change Orders: BY $11,730.00 Ns 1 Revised Contract Amount: $171,803.00 Total Cost Work Completed: $171,803.00 9,41 R commended for Accepta a Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT 7/3 Asst. City Manager Date Comments: �CO Ortf �cp0AW C1 Fe.WORTH,� Rev.9/22/16 City Project Numbers 02269 DOE Number 7213 Contract Name ALLIANCE PROFESSION t ip } _ Estimate Number 1 Contract Limits Payment Number 1 P6� 9 For Period Ending 2/3/2017 Project Type WATER&SEWER JUN 2 9 2017 , Project Funding gBy Project Manager Buck-ley City Secretary Contract Number 117213 Inspectors LAYER / CORDOVA Contract Date Contractor TRI DAL EXCAVATION&UTILITIES INC Contract Time 120 WD 540 COMMERCE ST Days Charged to Date 367 WD 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 $171,803.00 Less %Retained $0.00 Net Earned $171,803.00 Earned This Period $171,803.00 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 $171,803.00 Friday,February 3,2017 Pal-e 4 of 4 FART WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE PROFESSIONAL OFFICE BUILDING-LOT IR-1R Contract Limits Project Type WATER&SEWER City Project Numbers 02269 DOE Number 7213 Estimate Number I Payment Number 1 For Period Ending 2/3/2017 WD City Secretary Contract Number 117213 Contract Time 12WD Contract Date Days Charged to Date 367 Project Manager Buckley Contract is 100.00 Complete Contractor TRI DAL EXCAVATION&UTILITIES INC 540 COMMERCE ST SOUTHLAKE, TX 76092 Inspectors LAYER / CORDOVA Friday,February 3,2017 Page 1 of 4 "0 Le City Project Numbers 02269 DOE Number 7213 Contract Name ALLIANCE PROFESSIONAL OFFICE BUILDING-LOT 1R-1R Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/3/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 CONNECTION TO EXISTING 12"WATER MAIN 2 EA $3,825.00 $7,650.00 2 $7,650.00 2 6"WATER METER SERVICE&METER BOX 1 EA $13,249.50 $13,249.50 1 $13,249.50 3 6"GATE VALVE 1 EA $975.00 $975.00 1 $975.00 4 8"GATE VALVE 1 EA $1,350.00 $1,350.00 1 $1,350.00 5 12"GATE VALVE 4 EA $2,450.00 $9,800.00 4 $9,800.00 6 6"PVC WATER PIPE 13 LF $33.50 $435.50 13 $435.50 7 8"PVC WATER PIPE 22 LF $37.50 $825.00 22 $825.00 8 12"PVC WATER PIPE 2309 LF $42.00 $96,978.00 2309 $96.978.00 9 12"DIP WATER 68 LF $76.00 $5,168.00 68 $5,168.00 10 20"CASING BY OTHER THAN OPEN CUT 68 LF $310.00 $21,080.00 68 $21,080.00 11 TRENCH SAFETY 2412 LF $1.00 $2,412.00 2412 $2,412.00 12 DUCTILE IRON WATER FITTINGS CO#1 1 TN $10,880.00 $10,880.00 1 $10,880.00 Sub-Total of Previous Unit $170,803.00 $170,803.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 MANHOLE VACUUM TESTING 1 EA $150.00 $150.00 1 $150.00 2 MANHOLE VACUUM TESTING CO#1 1 EA ($150.00) ($150.00) 1 ($150.00) 3 6"SEWER SERVICE CO#1 5 LF $200.00 $1,000.00 5 $1,000.00 Sub-Total of Previous Unit $1,000.00 $1,000.00 Friday,February 3,2017 Page 2 of 4 City Project Numbers 02269 DOE Number 7213 Contract Name ALLIANCE PROFESSIONAL OFFICE BUILDING-LOT 1R-1R Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2/3/2017 Project Funding Contract Information Summary Original Contract Amount $160,073.00 Chante Orders Change Order Number 1 $11,730.00 Total Contract Price $171,803.00 rP Date '��'�� Total Cost of Work Completed $171,803.00 Contrac r Less %Retained $0.00 Q Date / - Z7�-/7 Net Earned $171,803.00 I s e ti upe isor Earned This Period $171,803.00 �Ql Retainage This Period $0.00 Date /! Less Liquidated Dam roj t Man r q ages Days @ /Day $0.00 Date G �� LessPavement Deficiency $0.00 Asst. rector/TP -In tr cture Design and oust ucti�n7 Less Penalty $0.00 L�/�� Date �f Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $171,803.00 Friday,February 3,2017 Page 3 of 4 0 ) ) ( m \ $ r- m » o n q § $ C) ® \ i 2 m ( \ § j § [ / / 7 \ 2 / f \ ! k 7 ;7\ \ { / m > / k k \ > m 0 0 m ` 0 § m § n q !; 2 ; o e H § En - § z m q # a « § o q § � . § 2 0e > � d ] § t } _ `i 7 } & E { \ ol C. _ \ _ = o ° m # 7\ m o $ \ a W* § r 2 k \ G \ . e 7 I » § > m § =r g \ io a ; s 8 g ) 9 nm _ ■ ■ z > 3 % � 20 6 _ ■ � 5 w !27- § � kK me .$ 6e w - m c & ( Q SS § 2 \ \ 0 q j ) � / # i o § a § b ° - � . . . . . .z . z m \? © M / ( m 02 s{ \ � 2 - - -� / ■ � ` k� ® ( ) H -4 m � { / 2 0 2 3 » \ > / § U2G2 \ j 0 - I ^ 3 f S \ \ \ 00 � � rDc : 3 \ & 2 /\ \ )) \ j } = o z d cu C. \ > p§ M11 f } G / \ 0 �] j ( \ CD } � col §\ 2 G g/; / p2 \ \ w z = > = 2 CO f ] 7 2 $ � n \ ) § Q0 0 § \ ( § \ cm a\ & Fi §� \\ Cb o } / m ° \ ■ mm C7® » r ) 0 \ k \ CL a � J7d �\ G / I'D 7§ <§ ®\ | ] k0 \ / � z a z e > \ / � / 9 k A > § § ƒ AH . - 2 G § ? $ c �/ & c y ) \ 4A _ z a j A } bD P . \ 23 8181M ; _!2 \\\{/ . FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Alliance Professional Office Bldg.Lot IR-IR PROJECT NUMBER: 2269 DOE NUMBER: 7213 WATER PIPE LAID SIZE TYPE OF PIPE LF YES 6" PVC 13 YES 8" PVC 22 YES 12" PVC 2309 FIRE HYDRANTS: NO VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF YES 6" PVC 5 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name TRI-DAL Utilities Alliance Professional Office Bldg.Lot IR-IR DOE Inspector DOE Number EDDIE DEE WALKER II 7213 DOE Inspector Project Manager Q Water 0 Waste Water I] Storm Drainage ❑ Pavement Pat Buckley Initial Contract.4mount Project Difficulty $328,711.00 0 Simple O Routine O Complex Final Contract Amount Date $328,711.00 2/13/2017 I11)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 N 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 1 3 20 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 358 BONUS POINTS(25 Maximum)(B) II1)CONTRACTOR'S RATING TOTAL SCORE(TS) 358 Maximum Score(MS)=448 or sum of applicable element score maximums which= 408 Rating([TS/MS] * 100%) 358 / 408 = 88% 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 L//G{.�L/_ �� Signature Contractor Signature DOE Inspector's Supervisor 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 540 Commerce UTILITIES Metro (817) 481-2886 Southlake, TX 76092 Fax (817) 410-8024 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, Ltd, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all person, firms, associations, corporations or other organizations fiunishing labor and/or materials have been paid in fiill; That the Nvage scale established by the City Council in the City of Fort Worth has been paid; and That there are no claims pending for personal injury and/or property damages; On Contract described as; Alliance Professional Office Buildin 3101 N. Tarrant Parktvay DOE#: 7213 BY: c Sco, a b am Subscribed and sworn before me on this 14th day of February, 2017. BY: ""'. JUDY SA1^1DERGER ` Judy Sa�vberger Notary Public,state of Texas Notary Public in Tarrant Comm.Expires 08-28.2018 9 }P` County, Texas OF Nolary ID 2885266 Glover, Mike From: Buckley, Patrick Sent: Tuesday,June 27, 2017 8:43 AM To: Glover, Mike; Dickinson, Douglas Cc: Morales,Janie; Kasavich,John;Ashley.Frysinger@kimley-horn.com; Eddie Walker (eddie.walker@vrxglobal.com);Zac Wolfe; Scott Langham Subject: RE: CO2269 -Alliance Professional Office Bldg. Lot 1R-1R - CFA 2014-018 - closeout docs We got a maintenance bond and job is over... if we have a letter that everyone is paid, please close out. Patrick J. Buckley, P.E. Senior Professional Engineer Transportation and Public Works Infrastructure Design and Construction Group 1000 Throckmorton Street, Room 256A Fort Worth,Texas 76102 Office Phone: 817-392-2443 Cell Phone: 817-716-2997 Patrick.B uckleyafo rtworthtexas.gov How am I doing? Please contact my supervisor: Mike.Domenech(a-)fortworthtexas.gov City of Fort Worth— Working together to huild a strong community. From:Zac Wolfe [mailto:zwolfe@battenshaw.com] Sent:Tuesday,June 27, 2017 7:43 AM To: Glover, Mike<Michael.Glover@fortworthtexas.gov>;Scott Langham <Scott_Langham@tridal.com>; Buckley, Patrick <Patrick.Buckley@fortworthtexas.gov> Cc: Morales,Janie<Janie.Morales@fortworthtexas.gov>; Kasavich,John<John.Kasavich@fortworthtexas.gov>; Ashley.Frysinger@kimley-horn.com; Dickinson, Douglas<Douglas.Dickinson@fortworthtexas.gov>; Eddie Walker (eddie.walker@vrxglobal.com) <eddie.walker@vrxglobal.com> Subject: RE: CO2269-Alliance Professional Office Bldg. Lot 1R-1R-CFA 2014-018-closeout docs All, My understanding was that a maintenance bond could be provided in lieu of a consent of surety. Is that still acceptable? Is there anything else needed to close this item? Thank you. Zac Wolfe I Senior Project Manager BATTEN I SHAW CONSTRUCTION Office: 615.921.6943 1 Mobile: 615.613.8236 1 006219-1 MAINTENANCE BOND Page i of Bond No. 106722707 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 Tri Dal Utilities,Ltd. a corporate surety(sureties,if more than one)duly 9 authorized to do business in the State of Texas, known as"Surety" herein(whether one or 10 more),are held and firmly bound unto the Developer,NCA Health Services of Texas,Inc., 11 authorized to do business in Texas("Developer")and the City of Fort Worth,a Texas municipal i 12 corporation ("City"),in the sum of One Hundred Seventy One Thousand Eight Hundred Three 13 Dollars&zero cents($171,803.00), lawful money of the United States,to be paid in Fort Worth, E 14 Tarrant County,Texas,for payment of which sum well and truly be made jointly unto the 15 Developer and the City as dual obligees and their successors,we bind ourselves,our heirs, 16 executors,administrators,successors and assigns,jointly and severally,firmly by these presents. 17 i 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number 2014-018;and i 21 WHEREAS,the Principal has entered into a certain written contract with the Developer 22 awarded the 9th day of_ May 2014 .which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish i 24 all materials,equipment labor and other accessories as defined by law,in the prosecution of the 25 Work,including any Work resulting from a duly authorized Change Order(collectively herein, 26 the"Work")as provided for in said Contract and designated as Water and Sanitary Sewer 27 Improvements to Serve Alliance Professional Office Building—Lot 1R-1R. I CITY OF FORT WORTH Water,Paving,&Drainage Improvements to Serve STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTSAIliance Professional Office Building—Lot SR-IR Revised November 28,2012 02269 i 006219-2 MAINTENANCE BOND Page 2 of 5 1 � I 2 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 3 accordance with the plans,specifications and Contract Documents that the Work is and will 4 remain free from defects in materials or workmanship for and during the period of two(2)years 5 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 6 7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 8 receiving notice from the Developer and/or City of the need thereof at any time within the 9 Maintenance Period, 10 11 NOW THEREFORE,the condition of this obligation is such that if Principal shall remedy 12 any defective Work,for which timely notice was provided by Developer or City,to a completion 13 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 14 full force and effect. i I 15 16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 17 noticed defective Work,it is agreed that the Developer or City may cause any and all such 18 defective Work to be repaired and/or reconstructed with all associated costs thereof being 19 borne by the Principal and the Surety under this Maintenance Bond;and 20 I 21 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 22 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 23 Worth Division;and 24 CITY OF FORT WORTH Water,Paving,&Drainage Improvements to Serve STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROtECTSAIIIance Professional office Building—Lot 1R-SR Revised November 28,2012 02269 006219-3 MAINTENANCE BOND Page 3 of 5 1 PROVIDED FURTHER,that this obligation shall be continuous in nature and successive 2 recoveries may be had hereon for successive breaches. 3 4 I 5 i I t I i I I CITY OF FORT WORTH Water,Paving,&Drainage Improvements to Serve STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTSAIliance Professional Office Building—Lot 1R-SR I Revised November 28,2012 02269 i I 006219-4 MAINTENANCE BOND Page 4 of 5 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 31stday of May 2017 3 PRINCIPAL: 4 TRI DAL Utilities. LTD. 5 6 BY: 7 ` 8 Signature 9 ATTEST: 10 N/A Tim Mullikin,Vice President 11 (Principal)Secretary Name and Title 12 Address:540 Commerce 13 Southlake,Texas 76092 14 15 Witness as to incipal 16 Scott Langham SURETY: 17 18 Travelers Casualty and Surety Company of America 19 20 21 t 22 Sig t re 23 24 Jennifer Picchi,Attorney-in-Fact 25 Name and Title 26 27 Address: one Tower Square,Hartford,CT 06183 CITY OF FORT WORTH Water,Paving,&Drainage Improvements to Serve STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTSAIIIance Professional Office Building—Lot IR-IR Revised November 28,2012 02269 006219-5 MAINTENANCE BOND Page 5 of 5 1 2 3 4 5 % Kim AerstFer,Witness 6 Witness as to Surety Telephone 7 Number: (860)277-0111 office 8 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 9 from the by-laws showing that this person has authority to sign such obligation. If 10 Surety's physical address is different from its mailing address,both must be provided. 11 12 The date of the bond shall not be prior to the date the Contract is awarded. 13 END OF SECTION i I i i k l CITY OF FORT WORTH Water,Paving,&Drainage Improvements to Serve STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROIECTSAIIiance Professional Office Building—Lot SR-1R Revised November 28,2012 02269 TEXAS - INFORMATION OR COMPLAINTS NOTICE To obtain information or make a complaint: You may call Travelers toll-free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance PO Box 149104 Austin,TX 78714-9104 Fax(512)475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtectionCcD_tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE — INFORMACI6N O QUEJAS -TEXAS Usted puede Ilamar al numero de telefono gratis de Travelers para informaci6n o para someter una queja al: I 1-800-328-2189 Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de companias, coberturas, derechos o quejes al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin,TX 78714-9104 Fax(512)475-1771 Web: http://www.tdi.texas.gov E-mail:ConsumerProtection(a)tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: { Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Agente o Travelers primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento(TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de Informaci6n y no se convierte en parte o condition del documento adjunto. I I I NTC-19023 Ed.05-13 Page 1 of 1 ©2013 The Travelers Indemnity Company. All rights reserved. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,1 POWER OF ATTORNEY � TRAVELERS'� 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 Attorne y-In Fact No. .� } Certificate No. a O 715 1 J eJ 3 l 230602 i KNOW ALL HIEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Cu•ra lqand Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insuranco Company is a corporation duly organized under the laths of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under rite laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint j Clem F.Lesch,Steven W.Lewis,Eric Lesch,Jennifer Picchi,and Linda Stalder I I j � f I of the City of r,•,A„� State of le cas their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,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 proceedings allowed by law. I IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 13tH day of h Farmington Casualty Company 5t.PauI lIercurp Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,file. 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 h23; .4 �-��N IlfgG Y t 1Y4Vg1n, T�,Y.iliq- •�.._i'\ G�tl•,V i O P.:......�. qJ . S5_• Ili' �fJ I 7 Cq., P A ✓ g 9959 K �' yrs �-SEAt�iq"% z�i 7'S i CO!:L 2��b!fq� N i89$, -. �`r.cc>-Na ',,��d 11Z�� �'h .s,�' �arc F �a 4°. ��,:`.......-;�a�"r 'a•,$ L\,Dr >s + .�;. r„ ='•.'�'„J ,g,rn dim � (. `'�e �.'� .., .S.:�N„ ��s��•��,' �� �. ��.,.v':;!J F)dFtt3 � it State of Connecticut By: 11 City of Hartford ss. Robert L.Raney,Senior Vtcec President it I C 4 � i On this the 13th day of March 2(117,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Undenwriters,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 Ire,as such,being authorized so to do,executed rite foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself is a duly authorized officer. I ht Witness Whereof,I hereunto set my hand and official seal. t ' � I�a � �_Z�v - DIy Commission expires the 30th day of June,2021. L >fr Marie C.'retreault,Notary Public f 58440-5-16 Printed in U.S.A. J WARNING:THIS POWER OFATTORNEY IS INVALID WITHOUTTHE RED BORDER 0. .... r I, WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER This Power ofAttorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidehty j and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian-Insurance j Company,St.Paul D4ercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in fill]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,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to let for and-1 behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with tine i I Company's sea]bonds,rccognimnccs,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 at any time may remove any such appointee and revoke the power given him or her;and it is (� I FURTHER RESOLVED,that the Chairman,the President,any Vice Chaimtan,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is I 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 the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the P3 er Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys and Agents pursuant to the with the 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 the 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 seat shall be valid and binding on tine Company in the future with respect to 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,TriveIers Casualty and Surety Company,Travelers Casualty and Surety Company ofAmerica,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. ii I IN TESTMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this ✓ 7 day of Zp r �z I Kevin E.Hughes,Assistant Sectetary IY I l 6=st�1r9�924'G<ia;n � `197 qY�' Tay h"yy1",,9��•.,,a5+,�',N1��t� .�. ,,.�b�v� Y, ��♦G.a01;0.SLT�SRK.E,V"...O..ArA�,.AX.W.�LS.y.�G aqi`S mo?1 [3�Z�w44:t:Jicw.ot•j°pINO-AS'aLj>qfaa a:���,�\,.' �4�QiN4o IU�ACTaSY'r4ORyiRCO�C,G'9c< ®R', SEAIa >v 4 Y 3 S uoO� I f �� fi Alit To verify the authenticity of this Power of Attorney,cal! I-300-421-3530 or contact us at www.travelersbond.com.Please refer to the Attonuy-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. i 1 �j i i �I i WARNING THIS POWER wµ r....,. OFATTORNEY IS INVALID WITHOUT THE RED BORDER FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Alliance Professional Office Building Lot 1R-1R PROJECT NO.: 02269 CONTRACTOR: Tri Dal Utilities,Ltd. DOE NO.: 7213 PERIOD FROM: TO: FINAL INSPECTION DATE: 2-Feb-17 WORK ORDER EFFECTIVE:6/30/2014 CONTRACT TIME: 120 Q WC ) 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 WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS PERIOD 367 PREVIOUS PERIOD 0 TOTALS TO DATE 367 *REMARKS: 4 CONTRACTdy DATE INSPECTOR D E ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fat: (817) 392-7845