Loading...
HomeMy WebLinkAboutContract 47923-FP1 FORTWORTH. C�SECRETARY CONTRACT N0. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJEQT COMPLETION City Project No: 02261 Regarding contract 47923 for MARK IV PARKWAY&CANTRELL SANSOM RD as required by the TRANSPORTATION&PUBLIC WORKS as approved bq City Council on 5/3/2016 through M&C C-27707 the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted xhe project as complete. Original Contract Prices: $2,745,119.98 Amount of Approved Change Orders: $161,973.70 NO 1,2,3,4,5 Revised Contract Amount: $2,907,093.68 Total Cost Work Completed: $2,907,093.68 Less Deductions: Liquidated Damages: 12 Days®$1,250.00/Day Pavement Deficiencies: Total Deduction Amount: $151000.00 Total Cost Work Completed: $2,892,093.68 Less Previous Payments: $2,761,739.00 Final Payment Due $130,354.68 Recommended for Acceptance Date -ASS -11Ff'rastructuTe Design and ConStruchoff C'O�L "'-A� . Ll;fellr Accepted I Date 'M. Director, TRANSPORTATION IPUBLIC WORKS (-A'AAA,,-� Asst. City Ylanager Date Comment: .��pppnrAN - �' ,35� �$ 1I 'E 5JJZD �?� " ��'0 0 U 0 ��DO OFFICIAL.RECORD X2018 CITY SECRITARY sE�rn wOR�N FY.W41 THO YX RY 'A -IM000 - WU4 I - L a T�N L1-DOC() sb�b TPW Construction Invoice Contract: CS47923 P.O,# PO-16-94890 Payment Date: 4/19/2018 TQ:JLB Contracting,LLC INV-4 CS47923_27-'FfI N N L_ Estimate No, 27 DOE: P O Box 24131 ProjManager Todd Estes Fort Worth TX 76124 FOR: MARK IV PARKWAY&CANTRELL SANSOM ROAD Contract Amount: $2,907,093.69 Completed _ Ret Pen Adi Pay Total to Date: $2,907,093.69 $0.00 $0.00 ($15,000.00) $2,892,093.69 Previous Estimate: $2,907,093.69 50.00 $0.00 $0.00 $2,761,739.00 Earned to Date: 50.00 ($145,354.69) 50.00 ($15,000.00) $130,354.69 Payments: 34014-0200431-5740010—CO2261-CO2380-2015-14010199 $1,696,100.71 Comments:Change Orderfl:1:$70,967.53 Comments:CO#3:$7,718.64 Comments:CO#4 and CO#5:$79,307.54 Total to Date: $1,718,220.97 $0.00 $0-00 ($15,000.00) $1,703,220.97 Previous Estimate: $1,718,220-97 $85,911.05 $0.00 ($30,000.00) $1,632,309.92 Earned to Date: $0.00 ($85,911.05) $0-00 ($15,000.00) $70,911.05 34014-020(1431-5740010—CO2261-C03980-2015-14010204 I I Comments:CO#2:$3,980 i Total to Date; $117,118.94 $a-00 $0.00 $0.00 $117,118.94 Previous Estimate: $117,118.94 $5,855-95 $0.00 $0.00 $111,262.99 Earned to Date: $0.00 ($5,855.95) $0-00 $0.00 $5,855.95 34014-4200431-5740010—CO2261-C03980-2016-14010204 $1,088,107.00 Total to Date: $1,071,753.78 $0.00 $0.00 $0.00 $1,071,753.78 Previous Estimate: $1.071,753-78 $53,587-69 $0.00 $0.00 $1,018,166.09 Famed to Date: S(PURCHASE-MER MUSr$0.00 $0.00 $53,587.69 Tran i Pubfic Woft BUST SUPPORT GROUP Tuesday,June 26,2018 i � E R 8MY Page 1 of l i�9�i8EtrE1ElrEt�t S�I'1�11fY CARot BusK x 8648 �: BuySpeed Online Page I of 1 BuyOnline Accounts Payable Depar1rardAccess NIGP Co de lk,—se I My Account I Customer Se rvfce I About. Curren[Oro a nixation:LITV OF FO RT WORTH lj� June 26,20188:93:18 AM CDT p x Home Oawmenls IUel Al—quer Invoice it:CS47923-27-FINAL Vendor 0:0000016042 Vendor Group 9:01 SIaWs:41R-Readyfor Approval General ltems SubcnnrractGm Accounts Routing Attachment Notes Reminder Chmge Order Summary Back 1.PO Header Information Invoice Number: CS47923.22+1NAL Invoice Status: 41R-Ready for Approval Invoice Type: a way matching Invoice Description: Autoyenerated RPA Invoice Invoice Date: WI11Y018 Effect Date: 0625=18 Payment Amount: 5130,754.68 Handling Cede: Payment Date: W142Qt8 Payment Terms: ACH(DIRECT DEPOSIT) Payment Term Day: 0 Payment Discount: 0.0% Paid-BankfCheck- Alternate Id: Entered By: IUat Annie— Entered Date: 06r28r2018 Updated By: Axel AJmaguer Updated Date: 06r18r1e1 e Received Date: 04fl W2018 08:19:110 AM Attachments Agency Files: Agency Forms: Vendor Files: Vendor Forms: Purchase Order Information Purchase order Number DRI-A-15-0005% PO Description CS47923=261 FINAL PAY RETANAGE ONLY PO Amount: $130.354.68 Remaining To Invoice: 50.00 Buyer: Itzel Amagmt PoVendor Information Vendor: OOLMt8042-3L8 CONTRACTING LLC Address Grp: 01 Vendor RemIt-to Address: Sam Davis P O Box 24131 FORM WORTH,TX 78124-1131 VSA Fed ID: •^•••5121 Remit Text: Email:sdavmolbcentraotin g.com Phone:0171261.2991 Id:t15353(EFT Enabled) Item Information Invoice Item#1150 Item 0:S 602261 MARK IV PARKWAY 6 CANTRELL SANSOM ROAD 34014-2060000--0O2261-CRETAN C&47923 MdG-27707 5WZM6 RETAINAGE ONLY PO Permit I Invoice Dkoount% Onytnar Anal nem Status To Pay Amounl Pay Annum Pey 3PCR•Complete Receipt 20.00 $130,354,68 0.0% 90.00 Yes MAKE: ASSET MODEL' ASSET MANUF: ASSET SERIAL: ASSET MN: ASSET TAG' Evenl Type Fiscal Year Recount Code Transaction Amount Exp- 18 34014-206e000-"2261-CRETAN-- $130.354.68 Enc. 18 34014--2050000-CO2261-CRETAN- 5130,354.68 Approval Path: Delete Appfover order Approval Level Approver Date Date ApprevedVDleapprovtr edrCanled Comment Sequence PatR Type Requested Appreved1015approvedlCancekd by View rD Add New V Primary AddlDelek Approver Pdnt Copyright C 2018 Periscope Holdings.Inc.-All Rights Reserved,default https:/lbso.fortworthtexas.goy/bso/purchaseorder/invoiee/invoiceSummary.sdo?invoiceNbr... 6/26/2018 g3 _ C !pIrDR D o v ❑ .. m a ❑ .. a^ 12 Ln r� w i g�,n�•�c'o n n m � � � m r n° o ff nay ° do mcr m n n q DO a � roym = gym' a N o n a 3 ± 10 oZI �- = yea an o w y c n7 w O !n [p o w d= '0 N R C rt [� � � n CLCL 10 y w O O ❑m y 4 Q A � Ll I I I I o m 3 y A ? C V JA A GO -d O, W m 1� '�► [7 �° y y of C] V O G r J 5 -7 a o n a r7 ❑ a a o s y y S n CL 8 N �--- n P 4well .t ❑C v ! f�Ji o0 [p a a j -i r n o ± O N z o �7 a r O Ow a � x 3 n crl Q m w pry J r A '� IR 'A m C ❑ .- N �� ❑ n w' =6 ` , � b9 y y W W M 67 dl GA bs 69 `a 1 S Da vC Y C7 d d d d d d d w w w A A A O O d d d d oO NOp Op tr W W W VI M CTI V V '24 A A A a TI d d O = 7 O n o a Z 7 G7 N N N Q W W EL nnno CL aooy _ o' O W5F F'+ b O O O m m�o Q Fli O_Q 7 G V [n Csl CJI n N I O NpTO )AQ R 7 1 ❑ ] N 40 b9 1 r^� r Q io o 'Op o W WooCD m 00�W CL _ . c C> c °° � cn �y 3 v ro aim � AWw rTi oC. zv C A W NCD O 71 0 Q T� J (V U) N J C7 rn O D A CD yy p V. IV a IV G n = �l 69 d W N 0 n 0 c N A 4^ � U ro c x b9 :9 Q O J ca o �, o { 044000Opr�a rAa(.i ooa o�aoor�.�r�a ria Q o 000aootA.�r�.�r�a i S A A A A A A A A n N N N N N N N N N A A A A A A A A A n �2!�L �2 i 0 0 0 0 0 0 0 0 0 = 3 N N N N N N n N N N O: Lo L s rn m rn Ri 3 a a wwNO ww0n� O, (aWN) 0 o�oo�oG'wf1 0 aw033 a �W� Q p o m O 0 c m l O o o NN NN NNN NNA]n p, O O 222 .r W 0 0 0 O O O p 0 0 CD N N N N 3 Np N O 01 w O O(D A A co A A co A l+ cp A _ rti � o 1 � � fa In d4-1 o w cn o A o 69 oNo wr�D wAcvh � � o CD c w WW -rn N� N o y D Q O W W V n y N Of 3 o I _ w ,rin a G d � "s7 O {D Ln rr o d �4 60 a � a a m V, cn v:cn w w w[n cn m d c :a000c0000 � c o o c c a o 0 0 n - cannnnnnn N tJ Z � � O E � C 0 0 0 4 0 4 4 A A A t O 4 0 0 0 4 4 O WAWA WA 4 4 0 0 0 4 O 0 A A A oao I o00 000 A A A A A S A A AC) _r N N N N<D N N N N 000 000 000 z pO CD CD, JQQ fl 0 6 0 4 j ry W W W t1.1 w V V�1 V^] J V�! C] A A A A A A A A A O 4 O O 4 4 4 O O O_ r_ 4 0 0 4 0 4 4 0 C. m 3 N N N 0 N N N n N N 7 V n a N� CD a rn rn rn rn rn rn= rn rn rn a = CDCD,Q nCDc�m nn�m �: W W N Q W W N 3 Q W W N Q (w a a) n W w w�' 0 o rn s DDDR o 0 o R q' a. OOQ� 4C, oao W P. rnwch rnuncn rncn cn r N w 000 000 002 p 000 000 p0p00 A A co A A A A rD � n C rr b w rn 4+ o l rn C S v :-4 Wd CO 47 N >n x+ < U> co U• m z C r ZI 0 w ro O {D a N N O o O A c� C C) - r> C o CD p O_ � n' n m m rn v' s cr- [.3 m; d o c _ .. m 0 N lD OO d d p p Q 4 4 0 A A A D O o 0 0 0 0 Q WA toi.� 4 4 4 P 4 4 O O A AW WA Q 0 P f d d p 0 2 2 A.PA AAA A A A � O O O p 4 Q 0 0 0 ' 0 0 0 000 0 0 0 R p CD A A A A k A A A A A A A A A A S A A p O 0 0 p O Q 4 0 0 3 p Q Q O 0 0 Q O O C 7 nnn nnn nnn a z N N N N N N nN N N m 'C C rnrn�'d mrnrnd N) N) nnnm nnnnID nnn�v a W W 2 W OW N Q W W N❑ La V3 W [o LO W w w w n w w co W cc co OD W W d N coo, O Q C. O O O A 'T A a •7 rncncn mwrr m w[n � � 4 212 dd d Q p d Q Q Q pN ppN N pNp N pNp � L Li l ro E 0 � � n a: cn C: 3; i � O z a �l - - v b o (v U) 0 N N Q N �] O a - A r- � n o0o pp a ps w o � w � � N A .+ N � C 00 • i9 c. :7 i Contractor Final Estimate Approval Final-l-Estimate Page 2 of FORTWORTHN, Contractor Final Estimate Approval Date Started: 4/19/2018 Pll Date Due: 5/3/2018 �] Invoiced Amount: J (Amount from $ 14S,354.68 Request No.: Final-l-Estimate Line 8 of C-620) Project Name: Mark IV and Cantrell Sansom Project Number: 02261 Invoice No.: 27 Reference: Contractor: Sam Davis Discussion: final estimate. Lb's will be deducted on Green Sheet. (Limit 5000) Approval Status: https://proj ectpoint.buzzsaw.com/_bz_web/Forms/FormPrint.aspx?SiteId=51500&Processl... 6/25/2018 Contractor Final Estimate Approval Final-I-Estimate Page 3 of 4 Approved: Yes Comments: User: Mike Glover Date: 2018-05-01 10:05 AM Approved: Yes Comments: User: Etta Bacy Date: 2018-05-01 10:07 AM Approved: Yes Comments: User: Sam Davis Date: 2018-05-01 10:13 AM Approved: Yes Comments: User: Doug Dickinson Date: 2018-05-02 12:13 PM Approved: Yes Comments: User: Clint Hoover Date: 2018-05-03 9:27 PM Approved: Yes Comments: User: Lissette Acevedo Date: 2018-05-09 10:05 AM Approved: Yes Comments: User: Ricardo Matute Date: 2018-05-09 5:19 PM Approved: Yes Comments: User: Mike Glover Date: 2018-06-21 8:01 AM Approved: Yes Comments: User: Etta Bacy Date: 2018-06--21 8:02 AM Approved: Yes Comments: https://pro j ectpoint,buzzsaw.com/_bz_web/Forms/FormPrint.aspx?S iteI d=515 00&ProcessI... 6/25/2018 Contractor Final Estimate Approval Final-1-Estimate Page 4 of 4 User: Sam Davis Date: 2018-06-21 8:05 AM Approved: Yes Comments: User: Doug Dickinson Date: 2018-06-22 7:03 AM Approved: Yes Comments: User: Clint Hoover Date: 2018-06-25 1:21 PM Approved: Yes Comments: User: Lissette Acevedo Date: 2018-06-25 10:01 AM Approved: Yes Comments: User: Ricardo Matute Date: 2018-06-25 10:26 AM https://projeetpoint.buzzsaw.com/ bz web/Forrns/FormPrint.aspx?SiteId=51500&Processl... 6/25/2018 Contractor Final Estimate Approval Final-1-Estimate Page 1 of 4 Routing Assigned To: TPW AP Reconciliation Due Date: 6/28/2018 Assigned By: Sam Davis Due Time: 10:26 AM Links ! FORTWORTHGOV Infrastructure Projects102261 - Mark IV and Cantrell Sansom/Contractor/Submitted Invoices/Esti mate 027 -final/C-620 Contractor Vs Unit Price Aoolication for Payment 4-19-18 final.xlsm Attachments(0) No Attachments have been added to this form. https:Hprojectpoint.buzzsaw.com/ bz web/Forms/FormPrint.aspx?Siteld=51540&ProcessI... 6/25/2018 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:27 NAME OF PROJECT: Mark 1V Parkway&Cantrell Sansom Raaf PROJECT NO.: 2261 CONTRACTOR: ]LB Contracting, LLC DOE NO.: NIA PERIOD FROM:09/12/16 TO: 04/09/18 FINAL INSPECTION DATE: 8-Feb-18 WORK ORDER EFFECTIVE:9/12/2016 CONTRACT TIME: 284 Q Wg* 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 296 296 PERIOD PREVIOUS 0 0 PERIOD TOTALS 296 296 TO DATE _ *REMARKS: CONTRACTOR DA E I SPECTOI DATF. ENGINEERING DEPARTMENT 0 '1'hc City of Fort Worth■ 1000 Throckmorton Street■Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH REV;8120116 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR& PROJECT DATA Name of Contractor Project Name JLB Contracting Mark IV Parkway&Cantrell Sansom Road Inspector City Project Number Kevin Chambers 2261 construction Components Project Manager ❑ Water❑ waste Water❑ Storm Drainage0 Pavement Clint Hoover Initial Contract Amount Project Difficulty $2,745,119.98 0 Simple Q Routine Complex Final Contract Amount Date $2,947,093.68 5/14/2018 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y 1 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 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 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 2 20 10 TOTAL ELEMENT SCORE(A) 331 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 331 111)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS[ *100%) 331 1 448 — 74% Performance Category Good <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good ?80%=Excellent Inspeetor'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,TK 76116•(817)392-8306 FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 5/14/2018 Name of Contractor Project Name JLB Contracting Mark IV Parkway&Cantrell Sansom Road DOE Inspector Project Manager Kevin Chambers Clint Hoover DOE Number ProjectDoiculty Type of Contract 2261 Q Simple Q Routine d Complex ❑ water[—] Waste Water❑ Storm Orainage0 Pavement Initial Contract Amount Final Contract Amount $2,745,119.98 $2,907,093.68 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 I Availability of Inspector I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details Z 3 Accuracy of Measured Quantities 3 Applicability of Specifications ?� 4 Display Of Professionalism4 Accurac of Plan Quantities 7� 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Settin up Valve Crews,Labs I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Mann er 1 Chan a Order Processing Time 3 Communication 2 Timliness of Contractor Payments o 4 Resolution of Utility inflicts 3 Bid Opening to Pre-Con Meeting Timeframe Ill)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector , Signature DDE Inspector's Supervisor !! Ot. INSPECTOR'S COMMENTS TRA TSPORTATION 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 OWNER ❑ SURETY COMPANY coN RAcTOR p TO FINAL PAYMENT OSURETYHER ❑ (SIMrLAR TO AIA DOCUMENT c707) Bond No.4598211 PROJECT: Mark IV Parkway and Cantrell Sansom Road, City Project No. CO2261 (name,address)Fort Worth, Texas TO (Owner) ARCHITECT'S PROJECT NO: City of Fort Worth, Texas CONTRACT FOR: Above Project 200 Texas Street Fort Worth,Texas 76102 CONTRACT DATE: May 3,2016 CONTRACTOR: JLB Contracting,LLC In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the(here Wert name and address of surety mor) - Westfield Insurance Company 555 Republic Drive, Suite 450 Plano,Texas 75074 ,SURETY COMPANY, on bond of(here insert name and address of Contractor) JLB Contracting,LLC P.O. Box 24131 'CONTRACTOR, Fort Worth,Texas 76124 hereby approves of the final payment to the Contractor,and agrees that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations to(here imen frame and address of owner) City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 'OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this 15th day of May 2018 tNi;URANCE COMPANY Surety Company ]3 Signature of thorized Representative Attest: (Seal): Kyle W. Sweeney Attorney-in-Fact Title Note:This form':,intended to He vsed as o companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER 6EAR INu I H I b SAMt i• POWER#AND ISSUED PRIOR TO 04120111, FOR ANY PERSON OR PERS DNS NAM EU BELOW. • POWER NO. 4220052 06 General Westfield Insurance Co. Power of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as -Companies,- duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County,Ohio, do by these presents make,constitute and appoint CHARLES D. SWEENEY, MICHAEL A- SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, Undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE=, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and CH 10 FARMERS INSURANCE COMPANY: "Be It Resolved,that the President, any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and ail notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary "Be it Further Resolved,that the signature of any such designated person and the sea[ of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000)- In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20tH day of APRIL A.D.,2011 Corporate .., ......... , <astlRA ��t�N�t,,t ., °1xsu . WESTFIELD INSURANCE COMPANY Seals #r4,14 f••.• .,• �i .s , G: w ;N _ .••-•• ••� WESTFIELD NATIONAL INSURANCE COMPANY Arfixed� ... rs. zio} OHIO FARMERS INSURANCE COMPANY f ` SEAL =ro SEAL, M z _�=:CILARXE�O VJ ""'"` t * I •""'• * By: Richard State of Ohio L. Kinnaird, Jr., National Surety Leader and "��"" "" County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn,did depose and say,that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were.sa affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial r•+�••••u,4,Ny Seal r•�a%At by Affixed �p �� "r 10'1 �'•.� • µ~ William J. Kahelin,A rney at Law,Notary Public State of Ohio o My Commission Does Not Expire(Sec-147.03 Ohio Revised Code) County of Medina ss.: y 1?1 I,Frank A.Carrinv,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 15th day of May A D. 1 g ...,............ "S�nra�L, /M A••.. «.. ` •�.•gyp••.,.... -�ys,�� +�,p�?.r••��C�y+ � . y+r�t7�•r•'�Fp .p' =Q`'-T•■e.C••e=;•7 1 t t"e•S caSEA m- =p: 'v�"a I 1 Secretary {�9 :o_ = 3 8`l9 '�- Frank A. Carrino, Secretary RPOAC2 (combined) (06-02) AFFIDAVIT STATE OF TEXAS COUNTY OF TARR-ANT Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Sam Davis, President Of JLB Contracting, 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; Mark IV Parkway and Cantrell Sansom Road City Project 02261, City Secretary No. 47923 BY Sam Davis President-JLB Contracting, LLC Subscribed and sworn b fore me on this date of�A'�'�, 201 S. y0, JAMIE GREENWAY tiz �sNotary Public,state of Texas "'' Comm Expires 09-25-2020 N lub]ic '�•' oi •` rr,,,,►►,. Notary ID 1211545-4 ctly MIR D.O.E. FlLE FORT WORTH c�oNrluCT l BO'S BANDING CQ. CpN5TRt1CTION'S GOP1f CUENT DEPARNMT PROJECT MANUAL FOR THE CONSTRUCTION OF MARK IV PARKWAY AND CANTRELL SANSOM ROAD ADDENDUM NO. 4 City Project No.02261 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director,Transportation and Public Works Department John R. Carman Director,Water Department Richard Zavala Director,Parks and Community Services Department Prepared for 1 The City of Fort Worth Transportation and Public Works Department February 2016 systems , TBPE FIRM.F-3557 TransysOFFICIAL RECORD 500 W. 7hStreet,,Suite#]100 Fort Worth,TX 76102 CITY SECRETARY Phone: 817-339-8950 I^T.WORTH,TX Fax:817-336-2247 �=�E QF rF,�>>► r....f............ . .......... * CHAD G. GARTNER f 02/16/2016 til,'s�� _ 5fg G 005243-1 Agreement Page i or 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 3,,2416 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("'City"), and JLB Contracting, LLC, authorized to do business in Texas, acting by and through 6 its duly authorized representative,("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows- 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Mark IV Parkway and Cantrell Sansom Road 16 City Project No. CO2261 17 Article 3.CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, Substantial Completion and Final Acceptance as 20 stated in the Contract Documents are of the essence to this Contract. 21 3.2 Final Acceptance, 22 The Work will be complete for Final Acceptance within 250 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Incentive/Disincentive 25 A. Incentive 26 Incentive for timely completion of the Work as defined in the Supplementary 27 Conditions to General Conditions shall be the Daily Value of$3,000 per day. The 28 Contractor will earn the Incentive for each Day that the Work is determined by the City 29 to be complete for Final Acceptance prior to the City-Specified Time of Completion 30 taking into account any additional time extensions as documented in an approved 31 Change Order. The Final Acceptance Date will be the date determined by the City and 32 as stated on the Final Letter of Acceptance issued by the City. The maximum number 33 of Days for which the incentive may he paid is limited to 30 Days. Any extension 34 granted in a Change Order does not increase the potential Incentive. Any Incentive 35 payment earned by the Contractor shall be made at Final Payment. CITY OF FORT WORTH Mark fV Parkway and Cantrell Sansom Road COMPETITIVE SEALED PROPOSAL CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2,2016 Addendum No.2 005243-2 Agreement Page 2 of 5 36 3.4 Liquidated damages 37 Contractor recognizes that time is of the essence of this Agreement and that City will 38 suffer financial loss if the Work is not completed within the times specified in Paragraph 39 3.2 above, accounting for any extension thereof allowed in accordance with Article 12 of 44 the General Conditions. The Contractor also recognizes the delays, expense and 41 difficulties involved in proving in a legal proceeding the actual loss suffered by the City 42 if the Work is not completed on time. Accordingly, instead of requiring any such proof, 43 Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor 44 shall pay City One thousand turn hundred fl.t Dollars ($l,250.a0) for each day that 45 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 46 the Final Letter of Acceptance, 47 48 Article 4.CONTRACT PRICE 49 City agrees to pay Contractor for performance of the Work in accordance with the Contract 50 Documents an amount in current funds up to tiro_million, e,!-ht hundred thirty_-five thousand 51 one hundred nineteen and 98.170 Dollars($2,835.119.98). - 52 Article 5.CONTRACT DOCUMENTS 53 5.1 CONTENTS. 54 A. The Contract Documents which comprise the entire agreement between City and 55 Contractor concerning the Work consist of the following: 56 1. This Agreement. 57 2. Attachments to this Agreement: 58 a. Bid Form 59 1) Proposal Form 60 2) Vendor Compliance to State Law Non-Resident Bidder 61 3) Prequalification Statement 62 4) State and Federal documents(project specific) 63 b. Current Prevailing Wage Rate Table 64 c. Insurance ACORD Form(s) 65 d. Payment Bond 66 e. Performance Bond 67 f. Maintenance Bond 68 g. Power of Attorney for the Bonds 69 h. Worker's Compensation Affidavit 70 i. MBE and/or SBE Commitment Form 71 j. Form 1295 Certification No. Ut0 — 2,470Z 72 3. General Conditions. 73 4. Supplementary Conditions. f 74 5. Specifications specifically made a part of the Contract Documents by attachment 75 or, if not attached, as incorporated by reference and described in the Table of 76 Contents of the Project's Contract Documents. 77 6. Drawings. 78 T Addenda. 79 8. Documentation submitted by Contractor prior to Notice of Award. CITY OF FORT WORTH Marl;IV Parkway and Cantrell Sansom Road COMPETITIVE SEALED PROPOSAL CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261. Revised February 2,2016 Addendum No.2