Loading...
HomeMy WebLinkAboutContract 50644-FP1 ' At City Secretary 50644 -FP1 Y Contract No. R CEIVE� FORTWORTH, Jan 16 2019 r �� Date Received 312019 = /v13JQ CITY 0 FORT W0R M �\ CI EMETARY NOTICE OF PROJECT COMPLETION 01 L3 (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: LIVE OAK PHASE 4 City Project No.: 101319 Improvement Type(s): ® Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $479,964.30 Amount of Approved Change Order(s): $4,350.00 Revised Contract Amount $475,614.30 Total Cost of Work Complete: $475,614.30 Rob Taylor(JM 16,20191 Jan 16,2019 Contractor Date AR/Project Coordinator Title Gilco Contracting,Inc. Company Name S ''°�rlJan 16 2019 Steve Cisn&r (Jan 16,2019) Project Inspector Date Fred Ehla(Jan I6,2019) Jan 16,2019 Project Manager Date �IWIi J&qi&/yDhz(aI Jan 16 2019 Jar"SaAettMoralesUanIG 2019) 16, 2019 Manager Date '�,,�1Ja"16.a� Jan 16,2019 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT WORTH,TX Notice of Project Completion Project Name: LIVE OAK PHASE 4 City Project No.: 101319 l i! N City's Attachments II Final Pay Estimate Cl Change Order(s): © Yes ❑ N/A Pipe Report: ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 45 CD Days Charged: 234 Work Start Date: 5/14/2018 Work Complete Date: 1/2/2019 it i I q I Page 2of2 CS ��oa�— 10131 R City Project Numbers 101319 DOE Number 1319 ! q Contract Name LIVE OAK PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/15/2019 Project Funding y VIII Project Manager NA City Secretary Contract Number Inspectors DICKINSON / CISNEROS Contract Date Contractor VENUS CONSTRUCTION COMPANY Contract Time 45 CD 1426 S.MAIN P O BOX 90 Days Charged to Date 234 CD MANSFIELD, TX 76063 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 $631,676.67 Less %Retained $0.00 Net Earned $631,676.67 Earned This Period $631,676.67 Retainage This Period $0.00 Less Liquidated Damages 0 Days a $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 $631,676.67 Tuesday,January 15,2019 Page 5 of 5 FORT W WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LNE OAK PHASE 4 Contract Limits Project Type WATER&SEWER City Project Numbers 101319 DOE Number 1319 Estimate Number 1 Payment Number 1 For Period Ending 1/15/2019 CD City Secretary Contract Number Contract Time 46D Contract Date Days Charged to Date 234 Project Manager NA Contract is 100.00 Complete h Contractor VENUS CONSTRUCTION COMPANY 1 1426 S.MAIN P 0 BOX 90 MANSFIELD, TX 76063 Inspectors DICKINSON / CISNEROS 1 i� I 1 r Ii i i Tuesday,January 15,2019 Page 1 of 5 I { City Project Numbers 101319 DOE Number 1319 Contract Name LIVE OAK PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 1/15/2019 Project Funding "i WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------------------------- 1 8"PVC WATER PIPE 3395 LF $29.76 $101,035.20 3395 $101,035.20 2 CSS ENCASEMENT FOR UTILITY PIPES CO#2 139 LF $62.76 $8,723.64 139 $8,723.64 3 1"WATER SERVICE C043 101 EA $842.90 $85,132.90 101 $85,132.90 4 8"GATE VALVE CO#4 10 EA $1,302.99 $13,029.90 10 $13,029.90 5 FIRE HYDRANT 4 EA $4,202.91 $16,811.64 4 $16,811.64 6 DUCTILE IRON WATER FITTINGS 3 TN $5,112.73 $15,338.19 3 $15,338.19 W/RESTRAINT 7 8"WATERLINE LOWERING 6 EA $2,986.77 $17,920.62 6 $17,920.62 8 CONNECTION TO EXISTING 4"-12"WATER 3 EA $519.57 $1,558.71 3 $1,558.71 J MAIN 9 TRENCH SAFETY 3395 LF $0.81 $2,749.95 3395 $2,749.95 10 4"-12"PRESSURE PLUG 1 EA $287.83 $287.83 1 $287.83 Sub-Total of Previous Unit $262,588.58 $262,588.58 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------------------------- 1 8"SEWER PIPE 3295 LF $36.97 $121,816.15 3295 $121,816.15 2 12"SEWER PIPE 275 LF $47.33 $13,015.75 275 $13,015.75 3 4'MANHOLE 11 EA $3,629.98 $39,929.78 11 $39,929.78 4 CSS ENCASEMENT FOR UTILITY PIPES 152 LF $62.76 $9,539.52 152 $9,539.52 5 4'EXTRA DEPTH MANHOLE CO#2 26 VF $505.41 $13,140.66 26 $13,140.66 6 MANHOLE VACUUM TESTING 11 EA $153.82 $1,692.02 11 $1,692.02 7 4"DUCTILE SEWER SERVICE W/FLOWFILL 4 EA $4,798.30 $19,193.20 4 $19,193.20 8 4"SEWER SERVICE 96 EA $1,102.96 $105,884.16 96 $105,884.16 9 STEEL ENCASEMENT FOR UTILITY PIPES 60 LF $134.45 $8,067.00 60 $8,067.00 10 CONNECT TO EXISTING 8"SANITARY SEWER 1 EA $377.38 $377.38 1 $377.38 I I CONNECT TO EXISTING 12"SANITARY SEWER 1 EA $475.82 $475.82 I $475.82 12 TRENCH WATER STOPS 8 EA $350.70 $2,805.60 8 $2,805.60 13 TRENCH SAFETY 3570 LF $0.32 $1,142.40 3570 $1,142.40 14 POST CCTV INSPECTION 3570 LF $1.61 $5,747.70 3570 $5,747.70 Tuesday,January 15,2019 Page 2 of 5 i P: City Project Numbers 101319 DOE Number 1319 Contract Name LWE OAK PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/15/2019 Project Funding Sub-Total of Previous Unit $342,827.14 $342,827.14 WATER&SEWER BONDS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------ ...---------------- i PAYMENT,PERFORMANCE&MAINTENANCE 1 LS $26,260.95 $26,260.95 1 $26,260.95 BONDS Sub-Total of Previous Unit $26,260.95 $26,260.95 i Tuesday,January 15,2019 Page 3 of 5 t City Project Numbers 101319 DOE Number 1319 Contract Name LIVE OAK PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/15/2019 Project Funding Contract Information Summary Original Contract Amount $627,737.35 Change Orders Change Order Number 2 ($812.55) Change Order Number 3 $842.90 Change Order Number 4 $3,908.97 Total Contract Price $631,676.67 Total Cost of Work Completed $631,676.67 Less %Retained $0.00 Net Earned $631,676.67 Earned This Period $631,676.67 Retainage This Period $0.00 Less Liquidated Damages Days @ 1 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 $631,676.67 Tuesday,January 15,2019 Page 4 of 5 ID X G G Q § % 1 2 2 e ± = o_ o o - ) \ / 3 @ ; § C- M \ \ \ \ \ / \ § ) m ` / { § j / §0 2 -a 2 / m � 2 ; G / y 2 --Io / c mm` 0 � Fm ) \ \ \ \ > on * o =o w o G ` ° ) ) / z /\ { \ \ ® m 4 # q n ® c Q j § § 2 }cl 2` 3 m \ { § ) / E ° G a 5 / \ .. ƒ \ § ° / \ % 7 = / / ° / 2 m _\ /_ CD =, { \ 0 ° q / \ \ > to L4 2 to :-4 \ 00 / \\ > / \ / o .. .. q § \ ) ) < { 2 Q ( � R � / » o R 0 7 8 / .. \ z e 0c ID Zo ZD ( \ ] g k > m =\ . 2 ~ �§ z . C. 2 ` [ ( ) § [ 2 ; \ \ � ! \ ° ) n � CD CD \/ g ) � } � � ) 1 (Co m o S D c O m p z o. (n - o m Iv A D o G R O A W W N N N om (DwV rncn m v z 3 O at m m o � o v — z m o 3 �. _ m wm m m0 } NO w(Dmwwwwwm o m Q n >n a ;;mmomm �; ID wm O W_I �CD (D(O O O O OCD rn C{ N ? 6 6 0 0 0 C O L O O k D Z1 T O N O O O O N N W W O O < m (J 1 [j, O N N O O O O O O O O O ^I m d z m z 1 O CT (D CD V•••.CA N CD W-+ mCD j r\O mrn N 0 lc z_ p x.10a Fn N X O y w m o w w Z n O r- �I -1 p o 3 y _ m m i I z � (i7 R7 aD D D n -n D D-n T T m<�'1 t (- O a 1-z y ++ z mw a I > RI m O A p•-ni ° ^I O O m �m n a 3 W m w r r0 i (D x m m a >, m 0 D C/) n m mo m m' y w n 0-a .p y C32 (n 00 o n rn n -m m z O^ D p (f)p y N W W Rf5�n y �En nm -IEL. �OQ;Tw m o 1.. a wnm �o.:U X:0;u (° m ct° o:90 0;Un0 nn03 0' :0:0 V:O m T w Cn CD w O 3 CZG o(� fD W N O =4O Q.O ___�S O o £ m t o Z O -p"v of (o ?I C —3 — - z W a x N N N d c m nl m o � (Dy ;an n C YL o Z3 O n m N O m o m o ? A n N \ 0 a W.[n W C D a°w• N- V y orn-i CO A O)(D O N C71 tJ '0 z (T p W fD O 00 IJN IJNAm� A.�m W O W CP W A N W j u NNIn�V TNp.41 y In AEn OWo d CA CD p y O N[T O [D p i Q AO cn o� w w�•vAi A coo p o cn�D (D N 3 m 2 0 m 9 ? -02 3 Cl) $ c o 0 0 0 2 o z m e f 2 Cl) r m > o s o t CD § M � w 0 i - / 9 m » w m a > z o km m = « / % / m § ® / % ® � ^ ~ m k \ \ � 0 2 0 / -0 0 / � \ ) `G 2 3 ( � m > / C- \ > - m ) }A Q / m 7 / § \ / § zz > = 0 G `2 0 J m \ / m > 0 Q § m §2 0 00 ) e e z e e = / 2 G% a e �\C) 03 \ / e Co .. $ \ d m §cm) CD o m coE / \ ° \ 0 m R ) ° p � m o a « a - 2` ° \ j \ _ co co CD CD CO > � n co k 22 » \ 7 00 \ ¥ 0 (DCD 9 00 \ o 20 a ƒ ID / / I m \ / \ > / .. ) \ k 0 § / 2 m = o C 0§ 6 / .. ; / z q 00 N) � 0 \ ` , \ 0 0 it 0 ® (\ z $ (7 _ � m 0 } J 0 G G ; 2 \ 'U in ) � \ � » 0 E ) k ) ? ) z \ 2 R � \ D A/ m A 9 \ G e § 2n \\§ a = § U3 j & CD 7 $z \ � � k} � Fn < \ )\ s j§ 2\%} ag 9 z = e / 3 ~ ( ( no \ [ 4 § )m j0 / \ \ mm \ o- §§ M_ \ m /\j� \ \/0 ! �! : ) (\\[ % a ] » § # \ j \ / \ o % » ) � k / % 2 \ \\\{ � ( e m \G % p y 2 @ 5 = 0 0 0 ° c o z m e - 2 e e m > o f 0 2 k m \ \ � § \ f\ \ \ f R k G R j / / / \a e s 0 \ § Vi 0 M) \ } / [ m / > \ C- \ > - m G a) 5 \ m ° > / \ \ § ) ) \® \ z / / / g { \ ) e 0 9 k 0 2 0 > e e z e \ - C) C w -\ \ o f > e \ 2 * t k { � ( ? m CO / k ° \ < 51 0 m \ \ ° § \ \ o w e 00 « $ _ k E2 ICD Ck / \ In > CD m g 900 / q ° \\ \ 0 0 \0 .. .. / \ § / a > � ƒ ƒ f z R \ � � 0 -4-4 m « / o R 0 8 § z q _ \ \ m \ � ID � , § n /y 0 ` #m zm 2` \ m C q g / ) ® ® E \� ,a ® [ } � r & ;u & \ CD z - \ § } / 00 / / § 0 CD z § _ / 2 I m m § 2 e ( ® k C', 2n S \ / { { w , § 2/ \ 2 ® e } § k � z m I 2 @ z § g \ g - --i _ ¥ � � / ' & )( )§ ƒ \ ! ¥ § = z = « m§ / \ 2 fn n / %a Q ] oo 4 3 m \ Cl. m _ ! e « / \ \ I m k eCD e 1p mm ( \ � 52 m/ m °@ k \) ) � \ k » Z ° 2 t / % ® , m @ \ m z . C/) \ m \ } o § o - § § /§ CD \) -u \ d� i i Jr 0 IR T WO RT H TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Live Oak Ph 4 PROJECT NUMBER: 101319 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" C900 3,395 r i FIRE HYDRANTS: 4 VALVES(16"OR LARGER) 0 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 1" COPPER 2,012 SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" SDR-26 3,295 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 4" SDR-26 2,504 TRANSPORTATION AND PUBLIC WORKS 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 Sam McAda, Vice President Of Venus Construction Company, 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; Live Oak Phase 4 BY Sam McAda/Vice President Subscribed and sworn before me on this date 3 of January,2018. 0� E'. VANESSARENFROW Notary Public - My Notary ID#128692814 Tarrant,TX �: Expires July 28,2019 THE The Guarantee Company of North America USA GUARANTEE" One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 www.gcna.com Bond Number 75159300 OWNER ❑ CONSENT OF SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ OTHER ❑ PROJECT: Live Oaks PH 4 Paving Improvements (name, address) TO(Owner) 351 Development,LLC ARCHITECT'S PROJECT NO. PO Box 1122 CONTRACT FOR: Live Oaks PH 4 Paving Improvements Argyle TX 76226 Fort Worth,Texas CONTRACT DATE: CONTRACTOR: Venus Construction Company(1426 S.Main Mansfield,TX 76063) 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 as it appears in the bond). The Guarantee Company of North America USA One Towne Square 41470 Southfield MI 48076 SURETY COMPANY, on bond of(here insert name and address of Contractor) Venus Construction Company(1426 S.Main Mansfield,TX 76063) 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) 351 Development,LLC(PO Box 1122,Argyle TX 76226) OWNERS, As set forth In the said Surety Company's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand this 22nd day of January 2019 The Guarantee Company-9f Nort erica USA Surety I pa Signat r of Authorized Representative ATTEST: Lloyd Ray Pitts Jr Attorney-In-Fact (Seal): Melissa Pitts,Bond Secretary Title The language in this document confirms exactly to the language used in AIA Document G707—Consent of Surety Company to Final Payment. E The Guarantee Company of North America USA GUARANTEE' sOuthfieId,Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan.having its principal office in Southfield,Michigan,does hereby constitute and appoint Uoyd Ray Pitts,Jr.,William D.Birdsong Pitts Fennell and Associates,LLC dba Pitts Birdsong Fennell&Associates its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted bylaw,statute,rule,regulation,contract or otherwise. The execution of such instrument(s)in pursuance of these presents,shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-taws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31"day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company,and attach the Seat of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at anytime,any such Attorney-in-fact and revoke the authority given,except as:provided below 3. In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all:consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making;payment of the final estimate to the Contractor and/or its assignee;;shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and seated by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,contracts of indemnity and other writings obligatory in the nature thereof,and such signature and seal when soused shall have the same force and effect as though manually affixed. a*N" IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and , its corporate seal to be affixed by its authorized officer,this 2'a day of October,'2015. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 2nd day of October,2015 before me came the individuals who executed the preceding instrument,to me personally known,and being by me duly swom,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;;that the seal affixed to said instrument is the Corporate Seal of said Company;;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public,,State of Michigan Company of North America USA offices the day and year above written. County of Oakland qa My Commission Expires Febrvary;27,2098 Acting in Oakland County 1,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and:foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force'and effect. IN WITNESS WHEREOF,I have thereunto set my hand and attached the seat of said Company this 22nd day of January w 2019 ""'` � Randall Musselman,Secretary Greensheet for Live Oak Phase 4 CPN#101319 WS Adobe Sign Document History 01/29/2019 _ Created: 01/15/2019 By: Shameka.Kennedy@fortworthtexas.gov -- — Status: Signed Transaction ID: CBJCHBCAABAAVCNeemAae-ymSpNCUFTA5JBTGLchy6Qa "Greensheet for Live Oak Phase 4 CPN#101319 WS" History �'� Document created by Shameka.Kennedy@fortworthtexas.gov 01/15/2019-9:43:47 AM CST-IP address:209.194.29.100 Document emailed to Josh McAda (diongfellow@venusconstruction.com)for signature 01/15/2019-9:47:34 AM CST �L Document viewed by Josh McAda (diongfellow@venusconstruction.com) 01/15/2019-9:47:54 AM CST-IP address:174.206.36.183 CPi Josh McAda (diongfellow@venusconstruction.com) uploaded the following supporting documents: 611 File Attachment 1 Chi File Attachment 2 01/22/2019-4:37:37 PM CST ua Document e-signed by Josh McAda (diongfellow@venusconstruction.com) Signature Date:01/22/2019-4:37:37 PM CST-Time Source:server-IP address:66.102.229.138 c� Document emailed to Steve Cisneros (steve.cisneros@fortworthtexas.gov)for signature 01/22/2019-4:37:38 PM CST Document viewed by Steve Cisneros (steve.cisneros@fortworthtexas.gov) 01/22/2019-4:37:58 PM CST-IP address:107.77.197.115 Document e-signed by Steve Cisneros (steve.cisneros@fortworthtexas.gov) Signature Date:01/23/2019-9:31:00 AM CST-Time Source:server-IP address:209.194.29.100 Document emailed to Michael O. Glover(michael.glover@fortworthtexas.gov)for approval 01/23/2019-9:31:01 AM CST Document viewed by Michael O. Glover(michael.glover@fortworthtexas.gov) 01/23/2019-9:31:30 AM CST-IP address:209.194.29.100 Adobe Sign c Document approved by Michael O. Glover(michael.glover@fortworthtexas.gov) Approval Date:01/23/2019-9:32:35 AM CST-Time Source:server-IP address:209.194.29.100 C� Document emailed to Fred Ehia (freidoon.ehia@fortworthtexas.gov)for signature 01/23/2019-9:32:36 AM CST Document viewed by Fred Ehia (freidoon.ehia@fortworthtexas.gov) 01/24/2019-3:22:44 PM CST-IP address:209.194.29.100 h Document e-signed by Fred Ehia (freidoon.ehia@fortworthtexas.gov) Signature Date:01/24/2019-3:25:35 PM CST-Time Source:server-IP address:209.194.29.100 Lb Document emailed to Janie Scarlett Morales Oanie.morales@fortworthtexas.gov)for signature 01/24/2019-3:25:37 PM CST Document viewed by Janie Scarlett Morales Oanie.morales@fortworthtexas.gov) 01/24/2019-3:28:01 PM CST-IP address:209.194.29.100 Sc Document e-signed by Janie Scarlett Morales (Janie.morales@fortworthtexas.gov) Signature Date:01/24/2019-3:30:35 PM CST-Time Source:server-IP address:209.194.29.100 C� Document emailed to Susan Alanis (susan.alanis@fortworthtexas.gov)for signature 01/24/2019-3:30:36 PM CST Document viewed by Susan Alanis(susan.alanis@fortworthtexas.gov) 01/24/2019-7:06:49 PM CST-IP address:209.194.29.100 Cra Document e-signed by Susan Alanis (susan.alanis@fortworthtexas.gov) Signature Date:01/24/2019-7:07:12 PM CST-Time Source:server-IP address:209.194.29.100 y Document emailed to Allison Tidwell (cso_finalpay@fortworthtexas.gov)for filling 01/24/2019-7:07:13 PM CST Document viewed by Allison Tidwell (cso_finalpay@fortworthtexas.gov) 01/25/2019-3:42:32 PM CST-IP address:209.194.29.100 d� Form filled by Allison Tidwell (cso_finalpay@fortworthtexas.gov) Form filling Date:01/25/2019-3:43:52 PM CST-Time Source:server-IP address:209.194.29.100 P"'-► Document emailed to Trudy Brotherton (therese.brotherton@fortworthtexas.gov)for delivery 01/25/2019-3:43:54 PM CST Document viewed by Trudy Brotherton (therese.brotherton@fortworthtexas.gov) 01/25/2019-3:46:48 PM CST-IP address:209.194.29.100 Vie, Document receipt acknowledged by Trudy Brotherton (therese.brotherton@fortworthtexas.gov) Receipt Acknowledgement Date:01/25/2019-3:47:03 PM CST-Time Source:server-IP address:209.194.29.100 FORT WORTH. a ow Adobe Sign Document emailed to Julie A Geho oulie.geho@fortworthtexas.gov)for delivery 01/25/2019-3:47:05 PM CST Document viewed by Julie A Geho oulie.geho@fortworthtexas.gov) 01/28/2019-1:00:36 PM CST-IP address:209.194.29.100 Document receipt acknowledged by Julie A Geho Qulie.geho@fortworthtexas.gov) Receipt Acknowledgement Date:01/28/2019-1:00:52 PM CST-Time Source:server-IP address:209.194.29.100 C� Document emailed to TPW Fiscal Staff(tpwcfafiscal@fortworthtexas.gov)for delivery 01/28/2019-1:00:53 PM CST 5 Document viewed by TPW Fiscal Staff(tpwcfafiscal@fortworthtexas.gov) 01/28/2019-1:04:06 PM CST-IP address:209.194.29.100 Document receipt acknowledged by TPW Fiscal Staff(tpwcfafiscal@fortworthtexas.gov) Receipt Acknowledgement Date:01/29/2019-8:08:21 AM CST-Time Source:server-IP address:209.194.29.100 4D Signed document emailed to Janie Scarlett Morales Qanie.morales@fortworthtexas.gov), Michael O. Glover(michael.glover@fortworthtexas.gov), Susan Alanis (susan.alanis@fortworthtexas.gov), Fred Ehia (freidoon.ehia@fortworthtexas.gov), and 7 more 01/29/2019-8:08:21 AM CST FORT WORTH. Adobe Sign