Loading...
HomeMy WebLinkAboutContract 33930-FP1 FORTWORTH CITY SECRETARY, CONTRA TNO. 0 TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION D.O.E. NQ: 4572 Regarding contract 3393Wor WATER&SANITARY SEWER REPLACEMENT ON PORTIONS OF BIRD/GWYNNE/KIMBO as required by floe TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 07/25/2006 through M&C C-21577 tthe director of TRANSPORTATION AND PUBLIC WORKS DEPARTMEW upon the recommendation of the Director of the Department of Engineering,has accepted the project as complete. CQW�)b 1900 a()yy 00Ub J C 33 Original Contract Price: $358,937.45 Amount of Approved Change Orders: " $42,553.54 NQ 2-4 Revised Contract Amount: v**'$401,490.99 Total Cost Work Completed: $401,357.00 Less Deductions: Liquidated Damages: Days @ S210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $401,357.00 505 Less Previous Payments: $394,183.3'' Final Payment Due $7,173.15 m-A-e s ' R9ecommende far .. nce'r- � �. Director, Transportation and Public Works Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 09P �ty Manager Date 'I0 CITY S �" FT. WORTH,TX v v�' Rec ived By • Businee§uMGrou FEB 10 2009 Contract Name WATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF DOE Number 4572 Contract Limits BIRD ST,BWYNNE ST,KIMBO CT AND MESQUITE RD Estimate Number 31 Project Type PAVING Payment Number 31 Project Funding For Period Ending 12/4/2008 "'IleG CGS - c �37g4�J Project Manager Sauceda City Secretary Contract Number 33930A Inspectors McFADIN / BRENZ Contract Date 7/25/2006 Contractor McCLENDON CONSTRUCTION COMPANY,INC. Contract Time 210 WD P.O.BOX 996 Days Charged to Date 201 WD BURLESON, TX 76097 Contract is 100% Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded '3 U ," + 65 U5 PURCHASE ORDER MUST - - - — APPEAR ON INVOICE TraMponoon i Public*brks Total Cost of Work Completed BUSINESS SUPPORT GROUP $401,357.00 Less % Retained $0.00 CmMadPenOrVPhon*Number Net Earned $401,357.00 KAREN STRIKER EXT 6265 aWment Approval SV*Iure(Prwnad) Earned This Period S7,173.66 CUTN ERT M ROBIN ata Retainage This Period $0.00 Less Liquidated Damages FOR EMERGENCY ASE ONLY ASST CITY MANAGER'S APPROVAL I DATE 0 Days(a,) S0.00 /Day $0.00 SPECIAL INSTRUCTIONS: LessPavement Deficiency $0.00 ❑RETURN CHECKTO: Less Penalty $0.00 TAW( ) DOE( ) Less Previous Payment❑VENDOR PICK UP( ) y $394,183.3¢ 0 NEED CHECK BY Plus Material on Hand Less 15% $0.00 O SEPARATE CHECK( ) , ❑OTAER Balance Due This Payment $7,173.6 Thursday,December 04,2008 Page 5 of 5 PAYMENT SUMMARY REPORT Contract: CS33930A P.O.# CSCO-06-00037844 Payment Rate: 12/4/2008 TO:McClendon Constriction Inc INV.# Final Estimate No. 31 P O Box 996 DOE: 4572 Burleson TX 76097 ProjectManager Robert Saucedo FOR: Bird Street/Gwynne Street/Kimbo Court/Mesquite Road Contract Amount $401,490.99 Construction-Streets Total to Date: $401,357.00 $0.00 $401,357.00 Previous Estimate: $398,165.00 $3,981.65 $394,183.35 Earned to Date: $3,192.00 ($3,98t.65) $7,173.65 Payments: C200-541200-2044OW1983 $401,490.99 LINE#1 Incl.C042&4 Total to Date: $401,357.00 $0.00 $401,357.00 Previous Estimate: $398,165.00 $3,981.65 $394,183.35 Earned to Date: $3,192.00 ($3,981.65) $7,173.65 Friday,May 01,2009 Page 1 of 1 Printed: 05/04/2009 • Page 1 of 1 City of Ft Worth Vendor INVOICE Number: 0000007403 Payment 12/29/2008 Invoice Date:12/04/2008 Date: Department: TRANSPORTATION & PUBLIC WORKS Quick Pay Bank ID/Status: / 41R Location: T/PW Administration Final Pay ❑ Check Number: PO/Release:CSCO-06-00037844 / 0 Invoice Number: CS33930A-FINAL Federal ID: 75-2331206 Vendor Group: 01 Name: MCCLENDON CONSTRUCTION COMPANY INC Description: CS33930A Handling: ACH (DIRECT DEPO; ITEM PO QTY RECV QTY TOTAL INV$ PERMIT TO PAY INVC AMOUNT PAY 1099 1 1 EA 1 $358,937.44 $0.00 $0.00 N 2 1 EA 1 $3,861.00 $0.00 $0.00 N 3 1 EA 1 $35,366.56 $133.98 $0.00 N 4 1 EA 1 $0.00 $3,192.00 $3,192.00 N Invoice Dollars: $3,192.00 ITEM EVTYP/FY/ACCOUNT NUMBER OBJ OF EXP PERCENT AMOUNT 0 Ret /09 C200-000000001900 205000 100.0% $3, 981. 65 1 Enc /09 C200-204400001983 541200 100.0% $358, 937.45 2 Enc /09 C200-204400001983 541200 100.0% $3, 861.00 3 Enc /09 C200-204400001983 541200 100.0% $35, 500.54 4 Enc /09 C200-204400001983 541200 100.0% $3, 192.00 Total Account Dollars: $405, 472. 64 A&C Review I hereby certify that the items and totals listed above are proper charges against City of Ft Worth Authorized Signature Page: 1 Document Nam ntitled . BC AVAILABLE FUNDS INQUIRY 162 NEXT FUNCTION: ACTION: COMP / ACCT / CNTR ALTERNATE COMP / ACCT / CNTR C200 205000 000000001900 ACCT DESC: RETAINAGE PAYABLE ORIG APPROPRIATION: 0. 00 CNTR DESC: BIRD ST, GWYNNE ST, KIMBO CT, & MESQUITE LAST ACTIVITY: 04/30/2009 0 . 00 NA 0 . 00 0 . 00 NA - 0 . 00 0 . 00 NA - 0 . 00 - 3, 981. 65- (LIABILITY ) - 0. 00 --------------------- --------------------- 3, 981 . 65 (AVAIL BAL) = 0 . 00 (AVAIL BAL) L OVEREXPEND A E C G V TOLERANCE BDG YTD P EST N L R ACTIVE INACTIVE L POST AMT PCT GRP LTD P REV EXP C COMM S P STAT DATE DATE 1 Y 9999 999 L N N Y N N 2 9 0 Date: 5/l/2009 Time: 3 : 20 : 16 PM FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF Contract Limits BIRD ST,BWYNNE ST,KIMBO CT AND MESQUITE RD Project Type PAVING DOE Number 4572 Estimate Number 31 Payment Number 31 For Period Ending 12/4/2008 WD City Secretary Contract Number 33930 Contract Time 21WdD Contract Date 7/25/2006 Days Charged to Date 201 Project Manager Sauceda Contract is 100% Complete Contractor McCLENDON CONSTRUCTION COMPANY,INC. P.O.BOX 996 BURLESON, TX 76097 Inspectors McFADIN / BRENZ Thursday,December 04,2008 Page I of 5 Contract Name WATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF DOE Number 4572 Contract Limits BIRD ST,BWYNNE ST,KIMBO CT AND MESQUITE RD Estimate Number 31 Project Type PAVING Payment Number 31 For Period Ending 12/4/2008 Project Funding UNIT 2 PAVING/DRAINAGE IMPROV C200 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No Quanity Total Quanity Total 1 PROJECT SIGN 5 EA $300.00 $1,500.00 5 $1,500.00 2 MISC UTILITY ADJUSTMENT(CO#3) 1 LS $5,943.00 $5,943.00 1 $5,943.00 3 REMOVE EXISTING CONCRETE(DRWY, 5906 SF $1.20 $7,087.20 5906 $7,087.20 SDWK,LDWK&RAMPS)(CO#3) 4 REMOVE EXISTING CURB&GUTTER(CO#3) 2549 LF $2.25 $5,735.25 2549 $5,735.25 5 REMOVE EXISTING CURB INLET(CO#3) 4 EA $550.00 $2,200.00 4 $2,200.00 6 6"REINF CONCRETE DRWY(CO#3) 5082 SF $5.25 $26,680.50 5081.62 $26,678.51 7 4'STD CONCRETE SDWK,LDWK& 3306 SF $3.75 $12,397.50 3306 $12,397.50 WHEELCHAIR RAMP(CO#3) 8 TOPSOIL(BEHIND CURB)(CO#3) 300 CY $11.00 $3,300.00 300 $3,300.00 9 STD 10'CURB INLET 9 EA $2,150.00 $19,350.00 9 $19,350.00 10 STD 4'SQUARE MH 3 EA $1,550.00 $4,650.00 3 $4,650.00 11 TRENCH EXCAVATION&BACKFILL FOR 120 CY $20.00 $2,400.00 118 $2,360.00 STORM DRAIN 12 INSTALL 21"RCP(TYPE III)(CO#3) 52 LF $70.00 $3,640.00 52 $3,640.00 13 INSTALL 24"RCP(TYPE III)(CO#3) 86 LF $80.00 $6,880.00 86 $6,880.00 14 CONCRETE PVMT REPAIR(CO#4) 551 SY $42.00 $23,142.00 551 $23,142.00 15 ADJUST WATER VALVE BOX(CO#3) 4 EA $200.00 $800.00 4 $800.00 16 ADJUST WATER METER BOX 22 EA $35.00 $770.00 22 $770.00 17 MANHOLE ADJUSTMENT(CO#3) 10 EA $350.00 $3,500.00 10 $3,500.00 18 CERAMIC TILE STREET NAMES(CO#3) 2 EA $275.00 $550.00 2 $550.00 19 REMOVE&REPLACE CHAIN LINK/WOOD 325 LF $25.00 $8,125.00 325 $8,125.00 PICKET/WOOD STOCKADE FENCE(CO#3) 20 REMOVE CURB INSTALL LAY DOWN CURB 156 LF $18.50 $2,886.00 156 $2,886.00 (CO#2) 21 STORM DRAIN M/A ADJUSTMENT(CO#2) 1 EA $975.00 $975.00 1 $975.00 22 HMAC Trans(CO#3) 100 TN $135.00 $13,500.00 100 $13,500.00 23 4"HMAC D/ways(CO#3) 3600 SF $4.25 $15,300.00 3600 $15,300.00 24 2"HMAC D/ways(CO#3) 7000 SF $2.55 $17,850.00 7000 $17,850.00 25 R&R Drains(CO#3) 1 LS $1,500.00 $1,500.00 1 $1,500.00 26 HMAC Repair(CO#3) 60 LF $25.00 $1,500.00 60 $1,500.00 27 Flum/Curb(CO#3) 50 SF $10.00 $500.00 50 $500.00 Sub-Total of Previous Unit $192,661.45 $192,619.46 Thursday,December 04,2008 Page 2 of 5 Contract Name WATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF DOE Number 4572 Contract Limits BIRD ST,BWYNNE ST,KIMBO CT AND MESQUITE RD Estimate Number 31 Project Type PAVING Payment Number 31 For Period Ending 12/4/2008 Project Funding ALTERNATE B:CONCRETE C200 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 Unclassified Street Excavation 1797 CY $21.50 $38,635.50 1794 $38,571.00 2 6"Lime Stabilized Subgrade 5390 SY $2.50 $13,475.00 5379 $13,447.50 3 Lime for Lime Stabilized Subgrade(@ 80 TO $92.00 $7,360.00 80 $7,360.00 4 6"Reinforced Concrete Pavement(CO#3) 5253 SY $25.00 $131,325.00 5253 $131,325.00 5 7"Integral Concrete Curb(CO#3) 2455 LF $5.00 $12,275.00 2455 $12,275.00 6 Silicone Joint Sealing for Concrete(CO#3) 6856 LF $0.84 $5,759.04 6856 $5,759.04 Sub-Total of Previous Unit $208,829.54 $208,737.54 Thursday,December 04,2008 Page 3 of 5 Contract Name WATER AND SANITARY SEWER REPLACEMENT ON PORTIONS OF DOE Number 4572 Contract Limits BIRD ST,BWYNNE ST,KIMBO CT AND MESQUTfE RD Estimate Number 31 Project Type PAVING Payment Number 31 For Period Ending 12/4/2008 Project Funding Contract Information Summary Original Contract Amount $358,937.45 Change Orders Change Order Number 2 $3,861.00 Change Order Number Change Order Number 3 $35,500.54 Change Order Number 4 $3,192.00 Total Contract Price $401,490.99 Date �Z 9 Total Cost of Work Completed $401,357.00 Contractor- Less %Retained $0.00 L--/ ' Date Net Earned $401,357.00 Manager/Constructi ices Earned This Period $7,173.66 Retainage This Period $0.00 � Date ����I�— Less Liquidated Damages Director/Managing Dep rtment Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Director/Contracting Department Less Penalty $0.00 Less Previous Payment $394,183.34 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $7,173.66 Thursday,December 04,2008 Page 4 of 5 Project Name: D.O.E. Ns:4572 WATER&SANITARY SEWER REPLACEMENT ON PORTIONS OF BIRD Comments: DATE: 10/24/2008 • TRANSPORTATION AND PUBLIC90RKS CHANGE ORDER JUSTIFICATION RECORD AND PROJECT SUMMARY SHEET PROJECT NAME: BIRD ST, GWYNNE ST, KIMBO CT. CHANGE ORDER Ng: 4 D.O.E. Ng: 4572 CLIENT PROJECT Ns: C200-541200-204400001983 430 INSPECTOR: KIM BRENZ PHONE Ng: (817) 223-2256 CITY SECRETARY W. 331-486A PROJECT MANAGER: ROBERT SAUCEDA PHONE Ng: (817) 392-2387 COMBINED WATER SEWER T/PW ORIGINAL CONTRACT AMOUNT $ 755,694.35 $ 162,052.50 $ 234,704.40 $ 358,937.45 EXTRAS TO DATE $ 59,731.09 $ 10,274.55 $ 10,095.00 $ 39,361.54 CREDITS TO DATE $ - $ - $ - $ - ORIGINAL AMOUNT TO DATE $ 815,425.44 $ 172,327.05 $ 244,799.40 $ 398,298.99 AMOUNT OF PROPOSED CHANGE ORDER $ 3,192.00 $ - $ - $ 3,192.00 REVISED CONTRACT AMOUNT $ 818,617.44 $ 172,327.05 $ 244,799.40 $ 401,490.99 ORIG. CONTINGENCY FUNDS AVAILABLE FOR CHANGE ORDERS $ 37,783.10 $ 8,100.50 $ 11,735.60 $ 17,947.00 REMAINING FUNDS AVAILABLE FOR THIS CHANGE ORDER $ 1,640.60 $ - $ 1,640.60 $ - ADDITIONAL FUNDING (IF NECESSARY) $ 3,192.00 $ - $ - $ 3,192.00 REASON(S) FOR CHANGE ORDER: This Change Order is necessary to pay for over-runs on concrete pavement repair. This item was inadvertently omitted from change order#3. o� -7-&A Inspector Date ;_M_a_nager ject Manager ate �1 16 zz_ t ///7 Director of ging Dept. Date of Co tr ion Services Date tb Director of Contracting Dept. Date `���' v DISTRIBUTION: WHITE-FILE CITY OF FORT WORTH CANARY-CONSTRUCTION SERVICES PINK-PROJECT MANAGER CHANGE ORDER REQUEST GOLDENROD-CONTRACTOR CHANGE ORDER Nse JDATE PROJECT No D.O.E.W 4 10/24/2008 IC200-541200-20440001.01983 4572 PROJECT DESCRIPTION ITY EC Ne BIRD ST,GWYNNE ST,KIMBO CT. WATER SEWER T/PW TOTALS ORIGINAL CONTRACT AMOUNT.................................................................... $ 162,052.50 $ 234,704.40 $ 358,937.45 $ 755,694.35 EXTRAS TO DATE........................................................................... $ 10,274.55 $ 10,096.00 $ 39,361.64 $ 59,731.09 CREDITSTO DATE.......................................................................... $ - $ - $ - $ - CONTRACT COST TO DATE............................................................................ $ 172,327.05 $ 244,799.40 $ 398,298.99 $ 815,425.44 AMOUNT OF PROPOSED CHANGE ORDER.................................................. $ - $ - $ 3,192.00 $ 3,192.00 REVISED CONTRACT AMOUNT...................................................................... $ 172,327.05 $ 244,799.40 $ 401,490.99 $ 818,617.44 ORIGINAL FUNDS AVAILABLE FOR CHANGE ORDERS............................... $ 8,100.50 $ 11,735.60 $ 17,947.00 REMAINING FUNDS AVAILABLE FOR THIS CHANGE ORDER..................... $ - $ 1,640.60 $ - ADDITIONAL FUNDING(IF NECESSARY)....................................................... $ - $ - $ 3,192.00 $ 3,192.00 CHANGE ORDERS TO DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT COST %b 8.33 MAX.ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $ 944,617.94 ITEM DESCRIPTION-ADDITIONS DEPARTMENT QTY UNIT UNIT COST TOTAL UNIT 2-PAVING $ _ - b - 14. (INC.)CONCRETE PAVEMENT REPAIR _ T/PW 76.00 SY $ 42.00 $ 3,192.00 WATER $ SEWER $ - T/PW $ 3,192.00 SUBTOTAL A, $ 3,192.00 IN ACCORDANCE WITH THIS CHANGE ORDER THE CONTRACTOR SHALL: It is understood and agreed that the acceptance of this Change Older by the Contractor constitutes an accord and Satisfaction and represents.Payment in full(both pme and money)for all Costs arising out of,or incidental to,the above Change Order. I CONTRACTOR'S NAME: CON ( INT) nn CONTRACT `7G R�) ? DATE: MCCLENDON CONSTRUCTION �5 �L7"��t ORIGINAL CONTRACT TIME ADDL.APPROVED TIME TO DATE APPROVED CONTRACT TIME TO DATE ADDITIONAL TIME FOR THIS C.O. 210 WD 10 WD 220 WD 0 WD MANAGER I CONST.SER. DATE PROJECT MANAGER DATE DIRECTOR/MANAGING DATE DIRECTOR/CONTRACTING DEPT. v DATE '/ r ;CITY ATTORNEY ..!/ DATE- �. ASSISTANT CITY MANAGER DATE 0/0.6 COUNCIL ACTION(IF REQUIRED) 1 I DATE APPROVED _DISAPPROVED _OTHER V� �o OV \`O CONSENT O OWNER ❑ SURETY COANY ARCHITECT OCT ❑ 9 200$ CONTRACTOR El § TO FINAL PAYMENT o�R ❑ U (SIMILAR TO AIA DOCUMENT G707) „__„--.,......___.-- PROJECT: Pavement Reconstruction and Water and Sanitary Sewer Replacement on (name,address) Portions of Bird Street, Gwnne Street, Kimbo Court and Mesquite Road Fort Worth, Texas TO (Owner) ARCHITECT'S PROJECT NO: City of Fort Worth CONTRACT FOR: Above Project 1000 Throckmorton Fort Worth, Texas 76102 I CONTRACT DATE: July 25, 2006 CONTRACTOR: McClendon Construction Company, Inc. 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) Vigilant Insurance Company 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 ,SURETY COMPANY, on bond Of(here insert name and address of Contractor) McClendon Construction Company, Inc. P.O. Box 999 ,CONTRACTOR, Burleson, Texas 76097 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 insert name and address of Owner) City of Fort Worth 1000 Throckmorton 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 7th day of October 2008 'VI1rII4ANAS1Z1z,,mF, COMPANY Su C By Signa e o 'ze resentattve Attest: (Seal): K le Sweeney Attorney—in—Fact Title Note:This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition Chubb POWER Federal Insura ompany Attn: Surety Department 0 OF Vigilant Insuran Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 cr-�uee Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Kyle W.Sweeney,Charles D. Sweeney and Michael A. Sweeney of Fort Worth,Texas-----------------------------_________ each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 13th day of August,2008. L enneth C.Wendel,Assistant Secretary avid B.Norris,Jr.,Vice Pre STATE OF NEW JERSEY ss. County of Somerset On this 13th day of August,2008 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like.authority;and that he is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris,Jr.,and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE KALBACHER NOTARY PUBLIC OF NEW JERSEY i Y N�OTggY= No. 2316685 p�eLlc Cormnission Expires July 8,2009 Notary Public y ✓ERS�y CERTIFICATION Extract from the By-Laws of FE AL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,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 Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (if) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this October 7, 2008 W C'9 �• R4� OS_k� V `xiOXIN1 - K9t VFWYpR� Kenneth C.Wendel,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@ chubb.com Form 15-10-0225B-U (Ed.5-03) CONSENT _ 10421/2006 08:14 8172956796 MCCLENDON CONST PAGE 01/01 ,AFFIDAVIT STATE OF TEXAS COUNTY OF TAP-RANT Before me,the undersigned authority,a Notary Public in the style and county aforesaid,on this day personally appeared Dan McClendon,President of McClendon Constractioxi Colopany,Incorporated,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 orgmization.s furnishing labor and/or materials have been paid in hull; That the wage scale established by the City Council in the City of Ft'Worth has been paid; and. That there are no claims pending for personal injury and/or property damages; On Contract described as; Bird St., Owynne St., and limbo Ct.,DOT # 4572 By �---� Dan McClendon — Subscribed and sworn before me on this / day of 20 03' - tary I�uUlic in "1"arralxt County, Texas MARYIPOFAR MYOOW ISSI(NJ Expsgs MW 17,2012 FORTWORTHREV:02/20/07 DEPARTMENT OF ENGINEERING PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name me clendon bird,gwynne,kimbo. DOE Inspector DOE Number kim,brenz 5472 DOE Inspector Project Manager 0/ Water El Waste Water [A Storm Drainage El Pavement robert,sauceda Initial Contract Amount Project Difficulty $358,937.45 0 Simple 0 Routine 0 Complex Final Contract Amount Date $398,298.99 10/6/2008 II)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 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 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 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 413 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 413 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 413 / 448 = 92% 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 Signature Contractor Signature DOE Inspector's Supervisor 0 0 b CONTRACTOR'S COMMENTS ENGINEERING DEPARTMENT _� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 ! REV:02/22/07 FoRTWORTH DEPARTMENT OF ENGINEERING CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 1vhiTeF Name o Contractor Project Name DOE Inspector Project Manager t3rf- vim .S - DOE Number P�roject�fficulty Type of Contract q5�7Z- (? mple O Routine O Complex gVater ate Water [�Sfo' Drainage O'Paavement Initial Contract Am t -3 5 Final Contract AmoWit 9s- In PERFORMANCE EVALUATION 0-Inade uate I -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector `3 1 Accuracy of Plans to Existin Conditions 2 Knowledge of Inspector 3 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities -3 3 Applicability of Specifications "3 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 3 4 Resolution of Utili Conflicts 3 Bid to Pre-Con Meeting Timeframe ­4- III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor � �Zjglog INSPECTOR'S COMMENTS _ ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT WoRA rev 03/05/07 DEPARTMENT OF ENGINEERING STATEMENT OF CONTRACT TIME STATEMENT NO.: 31 NAME OF PROJECT: 2004 cip bird,gwynne,kimbo PROJECT NO.: c200.541200.204400.16087 CONTRACTOR: me clendon p264.541200.6441700.1988 DOE NO.: 4572 PERIOD FROM:10/01/08 TO: 10/31/08 WORK ORDER EFFECTIVE:11.22.06 CONTRACT TIME: 230 0 WD O CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 0 16. 0 2. 0 17. 0 3. 0 18. 0 4. 0 19. 0 5. 0 20. 0 6. 0 21. 0 7. 0 22. 0 8. 0 23. 0 9. 0 24. 0 10. 0 25. 0 11. 0 26. 0 12. 0 27. 0 13. 0 28. 0 14. 0 29. 0 15. 0 30. 0 31. 0 SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 0 0 0 AK 3 0 3 PERIOD PREVIOUS 125 48 0 44 201 418 PERIOD TOTALS 125 48 0 ,1�75 201 lk'g- TO DATE 7 *REMARKS: project complete job finaled 1-14-08 waiting on final c/o INSPECTOR DATE ENGINEERING DEPARTMENT -� � The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817)392-7941 •Fax: (817)392-7845 FORTWOR rev 03/05/07 DEPARTMENT OF ENGINEERING FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:31 NAME OF PROJECT: 2004 cip bird,gwynne,kimbo PROJECT NO.: c200.541200.204400.16087 CONTRACTOR: Mc Clendon p264.541200.6441700.1988 DOE NO.: 4572 PERIOD FROM:11/01/08 TO: 11/30/08 FINAL INSPECTION DATE: 1/18/2006 WORK ORDER EFFECTIVE:11.22.06 CONTRACT TIME: 230 WD O CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 0 16. 0 2. 0 17. 0 3. 0 18. 0 4. 0 19. 0 5. 0 20. 0 6. 0 21. 0 7. 0 22. 0 8. 0 23. 0 9. 0 24. 0 10. 0 25. 0 ]1. 0 26. 0 12. 0 27. 0 13. 0 28. 0 14. 0 29. 0 15. 0 30. 0 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 0 3 0 31 PERIOD PREVIOUS PERIOD 125 48 0 7S 201 4k8'y�9 TOTALS 125 48 0 106 201 TO DATE gi$No 7'*REMARKS: project complete job finaled 1-14-08 paying fmal 9 0 I - j cag CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT t ,- The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817)392-7941 •Fax: (817) 392-7845