Loading...
HomeMy WebLinkAboutContract 49518-FP2 City Secretary 44518 -FP2 Contract No. FORT WORTH® Date Received Sep 7,2018 ,008- 166$55 NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name:WALSH RANCH QUAIL VALLEY PHASE 2C City Project No.: 100855 Improvement Type(s): Water® Sewer Original Contract Price: $703,891.00 Amount of Approved Change Order(s): $6,400.00 Revised Contract Amount: $710,291.00 Total Cost of Work Complete: $710,291.00 P 7,1018) Sep 7,2018 Contractor Date Project Manager Title Conatser Construction TX,L..P. Company Name cd,411if cg-, Se 7 2018 Edwin R.Rod ft=,Sr.(Sep MIS) P Project Inspector Date PaMag BuaKlav Se 7 2018 Pat&k Buckley(S•P T,701B) P f est Ma qer Date U sorke W alm(Sep T,1o1B) Sep 7,2018 CFA Me 6 Date Tat Sep 7,2018 .Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 C� QLy CITY SECRETARY o s`� FT.WORTH,TX v�v�� Notice of Project Completion Project Name:WALSH RANCH QUAIL VALLEY PHASE 2C City Project No.: 100855 City's Attachments Final Pay Estimate Fx] Change Order(s): © Yes ❑ N/A Pipe Report: x❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 240 CD Days Charged: 353 Work Start Date: 8/28/2017 Work Complete Date: 8/15/2018 Page 2 of 2 S�Cv Ude- ` 00 City Project Numbers 100855 DOE Number 0855 Contract Name WALSH RANCH QUAIL VALLEY PHASE 2C Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 9/6/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / HOUSTON Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 240 CD 5327 WICHITA ST Days Charged to Date 353 CD FORT WORTH, TX 76119 Contract is .000000 Complete i i 1 CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded i Total Cost of Work Completed $710,291.00 Less %Retained $0.00 Net Earned $710,291.00 I. Earned This Period $710,291.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 f Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $710,291.00 Thursday,September 6,201 S Page 5 of 5 s Il FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WALSH RANCH QUAIL VALLEY PHASE 2C Contract Limits Project Type WATER&SEWER City Project Numbers 100855 DOE Number 0855 Estimate Number I Payment Number I For Period Ending 9/6/2018 CD City Secretary Contract Number Contract Time 24aD Contract Date Days Charged to Date 353 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors OWEN / HOUSTON I i f Thursday,September 6,2018 Page 1 of 5 V } City Project Numbers 100855 DOE Number 0855 Contract Name WALSH RANCH QUAIL,VALLEY PHASE 2C Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 9/6/2018 Project Funding WATER ItemDescription of Items Estimated Unit Unit Cost Estimated Completed Completed No. Qoanity Total Quanity Total 1 8"PVC WATER PIPE 2795 LF $32.00 $89,440.00 2795 $89,440.00 2 8"WATER PIPE CLSM BACKFILL 60 LF $38.00 $2,280.00 60 $2,280.00 3 12"PVC WATER PIPE 2433 LF $42.00 $102,186.00 2433 $102,186.00 4 12"PVC WATER PIPE CLSM BACKFILL 20 LF $52.00 $1,040.00 20 $1,040.00 5 1"WATER SERVICE COO 41 EA $950.00 $38,950.00 41 $38,950.00 6 1"IRRIGATION SERVICE 3 EA $2,000.00 $6,000.00 3 $6,000.00 7 2"IRRIGATION SERVICE 3 EA $3,000.00 $9,000.00 3 $9,000.00 8 CONCRETE.ENCASEMENT FOR UTILITY PIPES 5.3 CY $I50.00 $795.00 5.3 $795.00 9 8"GATE VALVE 17 EA $1,150.00 $19,550.00 17 $19,550.00 10 12"GATE VALVE 13 EA $2,000.00 $26,000.00 13 $26,000.00 11 DUCTILE IRON WATER FITTINGS 2.84 TN $4,000.00 $11,360.00 2.84 $11,360.00 WIRESTRAIlVT 12 FIRE HYDRANT 6 EA $4,200.00 $25,200.00 6 $25,200.00 13 TRENCH SAFETY 5308 LF $1.00 $5,308.00 5308 $5,308.00 Sub-Total of Previous Unit $337,109.00 $337,109.00 SEWER ItemDescription of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SEWER PIPE C09 4107 LF $38.00 $156,066.00 4107 $156,066.00 2 8"SEWER PIPE CSS BACKFILL 200 LF $58.00 $11,600.00 200 $11,600.00 3 4"SEWER SERVICE CO#1 43 EA $650.00 $27,950.00 43 $27,950.00 4 8"SEWER CARRIER PIPE CO#1 170 LF $88.00 $14,960.00 170 $14,960.00 5 20"CASING BY OTHER THAN OPEN CUT 120 LF $260.00 $31,200.00 120 $31,200.00 6 4'MANHOLE 27 EA $3,500.00 $94,500.00 27 $94,500.00 7 4'EXTRA DEPTH MANHOLE 67 VF $175.00 $11,725.00 67 $11,725.00 8 EPDXY MANHOLE LINER 46 VF $175.00 $8,050.00 46 $8,050.00 9 MANHOLEVACUUMTESfING 27 EA $100.00 $2,700.00 27 $2,700.00 10 POST CCTV INSPECTION 4477 LF $2.00 $8,954.00 4477 $8,954.00 11 TRENCH SAFETY 4477 LF $1.00 $4,477.00 4477 $4,477.00 12 4"SEWER SERVICE REMOVAL CO#1 2 EA $500.00 $1,000.00 2 $1,000.00 Thursday,September 6,2018 Page 2 of 5 City Project Numbers 100855 DOE Number 0855 Contract Name WALSH RANCH QUAIL VALLEY PHASE 2C Estimate Number I Contract Limits Payment Number I Project Type WATER&.SEWER For Period Ending 9/6/2018 Project Funding Sub-Total of Previous Unit $373,182.00 $373,182.00 i Thursday,September 6,2018 Page 3 of 5 City Project Numbers 100855 DOE Number 0855 Contract Name WALSH RANCH QUAIL VALLEY PHASE 2C Estimate Number I Contract Limits Payment Number I Project Type WATER do SEWER For Period Ending 9/6/2018 Project Funding Contract Information Summary Original Contract Amount $703,891.00 Change Orders Change Order Number 1 $6,400.00 Total Contract Price $710,291.00 Total Cost of Work Completed $710,291.00 Less %Retained $0.00 Net Earned $710,291.00 Earned This Period $710,291.00 Retainage This Period $0.00 Less Liquidated Damages Days u /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 $710,291.00 Thursday,September 6,2018 Page 4 of 5 ° { ) k 0§ m § \ m \ > z \ ) / $ \ f $ ƒ / ¥ m # m m # # a > # d 2 G m ] 4 ° -0 -u / , § g o , ; 2 i = § ( § D `m $ g ; ) ) > •• / 2 § ° e n 2 n n • , m \ z m m H m @ 2 / ? ` � / \ \ ) § ( / ) ( ) # # ) § § � % 0 2 \ ~ R 7 f ° ( k k / 0 -4 \ \ \ _ A ( t > m § 2 a w to / / \ * Q © \ M. w al m OD � � 0 m ° ° ^ 00 ® @ m \ f 2 \ B § \to M \ n § zy g ƒ \ 00 ) E + 00 $ / ) m e \ � 7 w t 5 0 ] } ) t ) G j I ) ( 2 g / \ Q 2 « k � ® 2 ® z m ) o \ � [ ) ! =m /7 ] § } L) e � § §/ Q / \ k --�- ) ` \ $ � _ G )§ f�2t -§} 2 . §([§ § § { � - -- | � §0w § ® /} ° 2a A,l9 �» ` j ^ \ � m« e § B d � \ ° § #§ k P� y /e022, F- G . }\ § ) sm \\\k\ \R { � i | 2 2 ° B § m J d ) 2� � g ■ ; k ■@ � � 2 n { § § . / • § � Fm A § � a » 2 � 7 ID m m § ! � c § \ | z w § ! � - § ] FoRTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Walsh Ranch Quail Valley Phase 2C PROJECT NUMBER: 100855 DOE NUMBER: 855 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 2855 Yes 12" PVC 2453 FIRE HYDRANTS: 6 VALVES(16" OR LARGER) NA PIPE ABANDONED SIZE TYPE OF PIPE LF None None DENSITIES: Yes(Passed) NEW SERVICES: 1" Copper 1320 2" Copper 90 SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 4307 Yes 8" CatTier Pipe 170 PIPE ABANDONED SIZE TYPE OF PIPE LF I None NA DENSITIES: NEW SERVICES: 4" PVC 1075 G TRANSPORTATION AND PUBLIC WORKS 11 The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 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 Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX. LP, 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: WALSH RANCH—QUAIL VALLYE—PH 2C WATER,SEWER,DRAINAGE AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: N/A CITY PROJCT#: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Zee '�— Brock Huggins Subscribed and sworn to before me this 7th day of August 9th,2018. Y'P BERTHA GIANULIS Notary Public in Tarrant County, Texas Notary Public,Siate of Texas My Commission Expires September 18, 2019 s CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0207193 PROJECT: (name, address)Walsh Ranch-Quail Valley Phase 2C Fort Worth,TX TO (Owner) IQUAIL VALLEY DEVCO 1,LLC AND THE CITY OF 7 ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR:- 8401 N.Central Expressway,Suite 350 Walsh Ranch-Quail Valley-Phase 2C-Water,Sewer, Drainage,and DalPaving Dallas TX 75225 --J CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractorl CONATSER CONSTRUCTION TX,L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , 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 address of Owner) QUAIL VALLEY DEVCO 1,LLC AND THE CITY OF FORT WORTH 8401 N. Central Expressway,Suite 350 Dallas TX 75225 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 8th day of August, 2018 BERKLEY INSURANCE COMPANY Suurreet'y�Company Attest: (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE No.BI-7280g POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof Please review carefully. 1:; KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene Marshall; Sophinie Hunter, Robbi Morales; Kelly A. Westbrook; or Tina McEwan of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no u single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds s. s had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. A v This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, o v without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: � r oF RESOLVED, that, with respect to the Surety business written by Berkley Surety Group,the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein to `v c execute bonds, undertakings, recognizances, or other suretyship obligations, on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such ° attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances,or 'Z: other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner y > and to the extent therein stated;and further a RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and 0 or, further ° RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 3 power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance, or E other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature.of any b � person or persons.who shall have been such officer or officers of the Company,notwithstanding the fact that they my have q ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Compqny has caused these presents to be signed and attested by its appropriate officers and its ecorporate seal hereunto affixed this day of L4gCjjj&A 2016. Attest: Berkley Insurance Company F •v (Seal) By r li Ira S.Lederman *nior after Executive Vice President&Secretary President b A WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) N +� ) s5: COUNTY OF FAIRFIELD } �-Iay Sworn to before me, a Notary Public in the State of Connecticut, thiso , 2016,by Ira S. Lederman and Jaffrey M. Halter who are sworn to me to be the Executive Vice President and Secretary, and ie Senior Vice President, respectively,of Berkley Insurance Company MARIA C.RUNDBAKEN NOTARY PUBLIC G' A("• �G 'i C7 j MY COMMISSION EXPIRES Notary Public,State of Connecticut Z APRIL 30,2019 CERTIFICATE Q QI,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attomey is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this 8th day of August _ (Seal) Vincent P.forte 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 Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX. LP, 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: WALSH RANCH—QUAIL VALLYE—PH 2C WATER, SEWER,DRAINAGE AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ#: N/A CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this 7th day of August 9th,2018. BERTHA GIANULIS : Notary Public,Siate of Texas Notary Public in Tarrant County, Texas I' ; � My Commission Expires SrFo +;,• September 16, 2019 Greensheet for Walsh Ranch Quail Valley Phase 2C � CPN#100855 WS- Adobe Sign Document History 10/02/2018 Created: 09/06/2018 µ - - By: Shameka.Kennedy@fortworthtexas.gov Status: Signed Transaction ID: CBJCHBCAABAA8VdPVEtRgnyVMFIIWWZExOTQjrd2O8ME "Greensheet for Walsh Ranch Quail Valley Phase 2C CPN#100 855 WS" History Document created by Shameka.Kennedy@fortworthtexas.gov 09/06/2018-11:31:29 AM CDT-IP address:209.194.29.100 Document emailed to Jacob Gatewood Qacob.d.gatewood@conatserconstruction.com)for signature 09/06/2018-11:34:01 AM CDT Document viewed by Jacob Gatewood Qacob.d.gatewood@conatserconstruction.com) 09/06/2018-11:38:02 AM CDT-IP address:199.227.35.58 t Jacob Gatewood Qacob.d.gatewood@conatserconstruction.com) uploaded the following supporting documents: File Attachment 1 v File Attachment 2 09/07/2018-6:37:35 AM CDT Go Document e-signed by Jacob Gatewood Qacob.d.gatewood@conatserconstruction.com) Signature Date:09/07/2018-6:37:35 AM CDT-Time Source:server-IP address:199.227.35.58 L Document emailed to Edwin R. Rodriguez, Sr. (edwin.rodriguez@fortworthtexas.gov)for signature 09/07/2018-6:37:37 AM CDT Document viewed by Edwin R. Rodriguez, Sr. (edwin.rodriguez@fortworthtexas.gov) 09/07/2018-7:01:27 AM CDT-IP address:209.194.29.100 rrc, Document e-signed by Edwin R. Rodriguez, Sr. (edwin.rodriguez@fortworthtexas.gov) Signature Date:09/07/2018-7:04:03 AM CDT-Time Source:server-IP address:209.194.29.100 C Document emailed to Billy Mark Owen (billy.owen@fortworthtexas.gov)for approval 09/07/2018-7:04:04 AM CDT FoRJ, Adobe sign Document viewed by Billy Mark Owen (billy.owen@fortworthtexas.gov) 09/07/2018-10:13:11 AM CDT-IP address:209.194.29.100 CSq Document approved by Billy Mark Owen (billy.owen@fortworthtexas.gov) Approval Date:09/07/2018-10:17:38 AM CDT-Time Source:server-IP address:209.194.29.100 C� Document emailed to Patrick Buckley (patrick.buckley@fortworthtexas.gov)for signature 09/07/2018-10:17:40 AM CDT Document viewed by Patrick Buckley(patrick.buckley@fortworthtexas.gov) 09/07/2018-11:08:04 AM CDT-IP address:209.194.29.100 LSq Document e-signed by Patrick Buckley (patrick.buckley@fortworthtexas.gov) Signature Date:09/07/2018-11:08:32 AM CDT-Time Source:server-IP address:209.194.29.100 C'y Document emailed to Janie Scarlett Morales (Janie.morales@fortworthtexas.gov)for signature 09/07/2018-11:08:34 AM CDT Document viewed by Janie Scarlett Morales Qanie.morales@fortworthtexas.gov) 09/07/2018-12:00:17 PM CDT-IP address:209.194.29.100 Document e-signed by Janie Scarlett Morales Qanie.morales@fortworthtexas.gov) Signature Date:09/07/2018-12:30:47 PM CDT-Time Source:server-IP address:209.194.29.100 C'r Document emailed to Susan Alanis (susan.alanis@fortworthtexas.gov)for signature 09/07/2018-12:30:49 PM CDT t Document viewed by Susan Alanis (susan.alanis@fortworthtexas.gov) 09/07/2018-1:40:28 PM CDT-IP address:209.194.29.100 6' Document e-signed by Susan Alanis (susan.alanis@fortworthtexas.gov) Signature Date:09/07/2018-1:40:44 PM CDT-Time Source:server-IP address:209.194.29.100 17� Document emailed to Allison Tidwell (cso_finalpay@fortworthtexas.gov)for filling 09/07/2018-1:40:46 PM CDT Document viewed by Allison Tidwell (cso_finalpay@fortworthtexas.gov) 09/07/2018-1:58:47 PM CDT-IP address:209.194.29.100 G';� Form filled by Allison Tidwell (cso_finalpay@fortworthtexas.gov) Form filling Date:09/07/2018-1:59:38 PM CDT-Time Source:server-IP address:209.194.29.100 Document emailed to Trudy Brotherton (therese.brotherton@fortworthtexas.gov)for delivery 09/07/2018-1:59:51 PM CDT Document viewed by Trudy Brotherton (therese.brotherton@fortworthtexas.gov) 09/07/2018-2:59:19 PM CDT-IP address:68.184.178.9 FoR V �,,obe Si Adobe Sign Cep Document receipt acknowledged by Trudy Brotherton (therese.brotherton@fortworthtexas.gov) Receipt Acknowledgement Date:09/07/2018-2:59:38 PM CDT-Time Source:server-IP address:68.184.178.9 Document emailed to Julie A Geho Oulie.geho@fortworthtexas.gov)for delivery 09/07/2018-2:59:39 PM CDT Document viewed by Julie A Geho Qulie.geho@fortworthtexas.gov) 09/07/2018-3:01:10 PM CDT-IP address:209.194.29.100 Cep Document receipt acknowledged by Julie A Geho Oulie.geho@fortworthtexas.gov) Receipt Acknowledgement Date:09/07/2018-3:01:24 PM CDT-Time Source:server-IP address:209.194.29.100 Cr-. Document emailed to Monica De Anda (monica.deanda@fortworthtexas.gov)for delivery 09/07/2018-3:01:26 PM CDT Document viewed by Monica De Anda (monica.deanda@fortworthtexas.gov) 1 o/D2/2018-9:20:22 AM CDT-IP address:209.194.29.100 �p Document receipt acknowledged by Monica De Anda(monica.deanda@fortworthtexas.gov) Receipt Acknowledgement Date: 10/02/2018-9:21:18 AM CDT-Time Source:server-IP address:209.194.29.100 L°'-. Document emailed to Sylvia Kelley(tpwcfafiscal@fortworthtexas.gov)for delivery 10/02/2018-9:21:21 AM CDT Document viewed by Sylvia Kelley (tpwcfafiscal@fortworthtexas.gov) 10/02/2018-11:33:34 AM CDT-IP address:209.194.29.100 tS© Document receipt acknowledged by Sylvia Kelley(tpwcfafiscal@fortworthtexas.gov) Receipt Acknowledgement Date:10/02/2018-11:33:50 AM CDT-Time Source:server-IP address:209.194.29.100 Signed document emailed to Susan Alanis (susan.alanis@fortworthtexas.gov), Shameka.Kennedy@fortworthtexas.gov, Trudy Brotherton (therese.brotherton@fortworthtexas.gov), Monica De Anda (monica.deanda@fortworthtexas.gov), and 8 more 10/02/2018-11:33:50 AM CDT FORT WORTH. Adobe Sign