Loading...
HomeMy WebLinkAboutContract 33929-FP1 . . 1 , 9 FORTWORTH Receiveddo Y 1 Bust Brandy Crane roup OCT 4 6 2010 �q��ICE * C533V1-FN.9L TRANSPORTATION AND PUBLIC WOAl[b'" " 14j 0 NOTICE OF PROJECT COMPLETION 5lt o`�``s�o CITY SECRETARY D.O.E.NO: 4698 CONTRACT NO. 3 as- FPS Regarding contract 33924 for HARI.A.NWOOD DRIVE&CLOER DRIVE as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 08/03/2006' through M&C C-21594 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $756,594.25' Amount of Approved Change Orders: $81,989.97`N2 1-4 Revised Contract Amount: %M,574.22' Total Cost Work Completed: $833,316.19 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $933,316.1901 Less Previous Payments: $757,289.76' Final Payment Due $76,026.43� Recommended for Acceptance Date Asst. Director,TPW - Infrastructure Design and Construction pte Date Director, TRA PORTATION AND PUBLIC WORKS DEPARTMENT ity Manag Date C gM- 5yl top - :203 `l DU 015 og 3 ffFT- ICIAL RECORD Y SECRErARY WORTH, TX __ + Project Name: HARL.ANWOO*RIVE& CLOER DRIVE 41.O.E. Ns: 4698 Comments: Transportation& Public Works BUSINESS SUPPORT GROUP Contact Person-BRA DY CRANE-Ext.2852 Dtpar,nxnt pprov Signaurrcla KAREN RI DEPARTMENT CHECK PICK-UP YES ❑ FINAL PAY ACH DATE SENT TO MP OCT 2 0 2010 City Project Numbers DOE Number 4698 Contract Name HARLANWOOD DRIVE&CLOER DRIVE Estimate Number 30 Contract Limits Payment Number 30 Project Type PAVING For Period Ending 10/23/2008 Project Funding C200 2084001583 Project Manager Tornero City Secretary Contract Number 33929 Inspectors MCFADIN / LEONE Contract Date 8/3/2006 Contractor McCLENDON CONSTRUCTION COMPANY,INC. Contract Time 160 WD P.O.BOX 996 Days Charged to Date 192 WD BURLESON, TX 76097 Contract is .993729 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $833,316.19 Less %Retained $0.00 Net Earned $833,316.19 Earned This Period $76,026.43 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $757,289.76 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $76,026.43 Wednesday,September 22,2010 Page 5 of 5 1291P SUMMARY REPORT -- ___m- 0 Contract: CS33929A P.O.# CSCO-06-37845 Payment Date: 10/23/2008 TO:McClendon Construction Inc INV.# FINAL Estimate No. 30 P O Box 996 DOE: 4698 Burleson TX 76097 ProjectManager Cannon Henry FOR: Cloer Drive&Harlanwood Drive Contract Amount: $938,609.72 Construction-Streets Total to Date: $833,316.19 $0.00 $833,316.19 Previous Estimate: $797,147.12 $39,857.36 $757,289.76 Earned to Date: $36,169.07 ($39,857.36) $76,026.43 Payments: C200-541200-203400015083 $838,609.72 LINE#1 Incl CO#1,CO#2 and CO#4 Total to Date: $833,316.19 $0.00 $833,316.19 Previous Estimate: $797,147.12 $39,857.36 $757,289.76 Earned to Date: $36,169.07 ($39,857.36) $76,026A3 Wednesday,October 06,2010 Page 1 of 1 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HARLANWOOD DRIVE&CLOER DRIVE Contract Limits Project Type PAVING City Project Numbers DOE Number 4698 Estimate Number 30 Payment Number 30 For Period Ending 10/23/2008 WD City Secretary Contract Number 33929 Contract Time 169VD Contract Date 8/3/2006 Days Charged to Date 192 Project Manager Tornero Contract is .993729 Complete Contractor McCLENDON CONSTRUCTION COMPANY,INC. P.O.BOX 996 BURLESON, TX 76097 Inspectors MCFADIN / LEONE Wednesday,September 22,2010 Page I of 5 City Project Numbers DOE Number 4698 Contract Name HARLANWOOD DRIVE&CLOER DRIVE Estimate Number 30 Contract Limits Payment Number 30 Project Type PAVING For Period Ending 10/23/2008 Project Funding C200 2084001583 UNIT II PAVING RECONSTRUCTION C200 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 UTILITY ADJUSTMENT CO#4 51389.23 LS $1.00 $51,389.23 51389.23 $51,389.23 3 STORM WATER POLLUTION PREVENTION 1 LS $1,850.00 $1,850.00 1 $1,850.00 PLAN 4 REMOVE EXIST CURB&GUTTER 7500 LF $2.25 $16,875.00 7487 $16,845.75 5 REMOVE EXIST CONC VALLEY GUTTER 350 SF $1.50 $525.00 350 $525.00 6 REMOVE EXIST CONC SIDEWALK 1000 SF $1.25 $1,250.00 977 $1,221.25 LEADWALD,STEPS,WHEELCHAIR RAMPS 7 REMOVE EXIST CONCRETE DRIVEWAY CO#4 10119.33 SF $1.25 $12,649.16 10119.33 $12,649.16 9 UNCLASSIFIED STREET EXCAVATION 2250 CY $26.00 $58,500.00 2250 $58,500.00 10 REMOVE EXIST 5 FOOT INLET 2 EA $900.00 $1,800.00 2 $1,800.00 11 REMOVE EXIST 10 FOOT INLET 4 EA $900.00 $3,600.00 4 $3,600.00 12 REMOVE EXIST STD.DOUBLE 10-FOOT INLET 1 EA $900.00 $900.00 13 PROP STD 10-FOOT INLET(CO#1) 7 EA $2,300.00 $16,100.00 7 $16,100.00 15 PROP 6-INCH PVC SUBSOIL DRAIN SYSTEM 1675 LF $10.00 $16,750.00 1675 $16,750.00 W GRAVEL AND FILTER FABRIC 16 PROP 6-INCH SUBSOIL DRAIN CLEANOUT 9 EA $275.00 $2,475.00 9 $2,475.00 W/RISER AND CAP 17 PROP SPEED CUSHION(INCLUDING 2 EA $950.00 $1,900.00 2 $1,900.00 REFLECTORS AND MARKINGS) 19 PROP STD 4-INCH CONC SIDEWALK 4600 SF $3.50 $16,100.00 4590.52 $16,066.82 LEADWALK STEPS WHEELCHAIR RAMPS 20 PROP STD 4-INCH CONC LEADWALK 209.7 SF $5.50 $1,153.35 2093 $1,153.35 W/EXPOSED AGGREGATE CO#4 21 PROP STD 6-INCH CONCRETE DRIVEWAY 9137.5 SF $6.50 $59,393.75 9137.5 $59,393.75 CO#4 22 PROP STD 6-INCH CONCRETE DRIVEWAY 982.23 SF $7.50 $7,366.73 982.23 $7,366.73 W/EXPOSED AGGREGATE CO#4 23 PROP BORROW 375 CY $13.00 $4,875.00 390 $5,070.00 24 PROP 6-INCH HMAC TRANSITION CO#4 121.86 TN $105.00 $12,795.30 121.86 $12,795.30 25 TOPSOIL AS DIRECTED BY ENGINEER CO#4 242 CY $11.00 $2,662.00 242 $2,662.00 26 ADJUST WATER VALVE BOX 12 EA $200.00 $2,400.00 12 $2,400.00 27 ADJUST MANHOLE 18 EA $350.00 $6,300.00 18 $6,300.00 28 ADJUST WATER METER BOX 42 EA $35.00 $1,470.00 42 $1,470.00 29 PAINT REPLACEMENT OF EXISTING 59 EA $17.50 $1,032.50 59 $1,032.50 STANDARD AND SPECIALTY PAINTED CURB CO#4 Wednesday,September 22,2010 Page 2 of 5 City Project Numbers DOE Number 4698 Contract Name HARLANWOOD DRIVE&CLOER DRIVE Estimate Number 30 Contract Limits Payment Number 30 Project Type PAVING For Period Ending 10/23/2008 Project Funding C200 2084001583 30 REMOVAL AND REPLACEMENT OF PARKWAY 1 LS $28,500.00 $28,500,00 1 $28,500.00 ITEMS 31 21"RCCP STORM DRAIN PIPE(CO#1) 74 LF $80.00 $5,920.00 74 $5,920.00 32 SAW CUT REMOVE 27"RCCP(CO#1) 1 LS $1,750.00 $1,750.00 1 $1,750.00 33 2"HMAC ON 6"BASE(TEMP PAVEMENT)CO 74 LF $10.00 $740.00 74 $740.00 #1 34 TRENCH EXCAVATION(CO#1) 66 CY $15.00 $990.00 66 $990.00 35 TRENCH SAFETY(CO#1) 74 LF $1.00 $74.00 74 $74.00 36 8"WATER LOWERING(3808 HARLANWOOD) 1 LS $5,520.00 $5,520.00 1 $5,520.00 CO#1) 37 INSTALL 20'INLET TOP(CO#2) 1 EA $2,860.00 $2,860.D0 1 $2,860.00 37A 12"SUBDRAIN(CO#3) 180 LF $43.20 $7,776.00 180 $7,776.00 38 8"SUBDRAIN(CO#3) 170 LF $39.60 $6,732.00 170 $6,732.00 39 6"SUBDRAIN(CO#3) 40 LF $30.00 $1,200.D0 40 $1,200.00 40 CONNECT TO INLET(CO#3) 1 EA $1,552.50 $1,552.50 1 $1,552.50 41 CONNECT TO CATCH BASIN(CO#3) 6 EA $420,00 $2,520.00 6 $2,520.00 42 12"CATCH BASIN(CO#3) 10 EA $2,200.00 $22,000.00 10 $22,000.00 43 4"SEWER CLEANOUT(CO#3) 2 EA $150.00 $300.00 2 $300.00 44 4"D.I.SEWER PIPE(CO#3) 20 LF $54.00 $1,080.00 20 $1,080.00 45 STORM DRAIN MANHOLE(CO#4) I EA $3,510.00 $3,510.00 1 $3,510.00 46 CURB&GUTTER(CO#4) 50 LF $23.00 $1,150.00 50 $1,150.00 Sub-Total of Previous Unit $396,286.52 $395,490.34 UNIT H PAVING RECONSTRUCTION ALT'B"HMAC C200 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quauity Total ---------------------------------------- 1 PROP 6-INCH CONCRETE PAVEMENT 13450 SY $25.50 $342,975.00 13275.3 $338,520.15 2 PROP 6'LIME STABILIZED SUBGRADE @ 13689.22 SY $2.50 $34,223.05 13689.22 $34,223.05 28LBS./S.Y;CO#4 3 PROP LIME FOR STABILIZATION 215 TN $100.00 $21,500.00 215.49 $21,549.00 4 PROP SILICONE JOINT SEALANT CO#4 16129 LF $0.85 $13,709.65 16129 $13,709.65 5 PROP STD 7-INCH CONCRETE CURB 7470 LF $4.00 $29,880.00 7456 $29,824.00 -------------------------------------- Sub-Total of Previous Unit $442,287.70 $437,825.85 --------------------------------------- Wednesday,September 22,2010 Page 3 of 5 City Project Numbers DOE Number 4698 Contract Name IIARLANWOOD DRIVE&CLOER DRIVE Estimate Number 30 Contract Limits Payment Number 30 Project Type PAVING For Period Ending 10/23/2008 Project Funding C200 2084001583 Contract Information Summary Original Contract Amount $756,584.25 Change Orders Change Order Number 1 $17,294.00 Change Order Number 2 ($1,440.00) Change Order Number 3 $43,160.50 Change Order Number 4 $22,975.47 Total Contract Price $838,574.22 TEijate 2* /� Total Cost of Work Completed $833,316.19 non actor Less %Retained $0.00 ! u Vw Net Earned $833,316.19 ate Inspection Supervisor f Earned This Period $76,026.43 �� Retainage This Period $0.00 ?� U! Date /O�G /�d Less Liquidated Damages Project Man r Days @ /Day $0.00 Date — LessPavement Deficiency $0.00 Asst.Director Less Penalty $0.00 to �d ¢/D Less Previous Payment $757,289.76 Director/Co trading De ment Plus Material on Hand Less 15% $0.00 Balance Due This Payment $76,026.43 Wednesday,September 22,2010 Page 4 of 5 BuySpeed Online https://bso.fortworthgov.org/bso/purchaseorder/invoice/invoiceSununar.. TM tsuyl Online Accounts Payable Department Access NIGP Code Browse I My Account I Customer Service I About October 8,2010 9:04:38 AM CDT Brandy Crane Status:41R- Invoice #: CS33929-FINAL Vendor#:0000007403 Vendor Group #:01 Ready for Approval Header Items Subcontractors Accounts Attachments Notes Reminder Summary Back to PO Header Information Invoice Number: CS33929-FINAL Invoice 41R-Ready Invoice 3 way Status: for Approval Type: matching Invoice Effect Description: CS33929-FINAL Invoice Date: 10/23/2008 Date: 10/08/2010 Invoice Amt: $76,026.43 Handling ACH(DIRECT Payment Code: DEPOSIT) Date: 11/17/2008 Payment Terms: Payment 0 Payment o 0% Term Day: Discount: Paid-Bank/Check: Entered B Brand Entered y� y Crane Date: 10/08/2010 Updated By: Brandy Crane Updated 10/08/2010 Date: Purchase Order Information Purchase order PO Number: PO-10-00062576 CS33929A Description PO Amount: $36,169.07 Remaining Karen To Invoice: $3s,169.07 Buyer: Striker PoVendor Information Vendor: 0000007403-MCCLENDON Address CONSTRUCTION COMPANY INC 01 Grp: Vendor Remit-to JUSTIN BLAIR Address: P O BOX 996 ACH ONLY BURLESON,TX 76097-0996 US Fed ID: 75-2331206 Remit Email:jbiair@mcclendonconstruction.com Text: Phone:(817)295-0066 FAX:(817)295-6796 Website:www.???.com Misc & Freight Invoice Account 1 of 2 10/8/2010 9:04 AM BuySpeed Online https://bso.fortw ov.org/bso/purchaseorder/invoice/invoiceSummar.. • Event Type Fiscal Year Account Code Transaction Amount Misc 10 C200-205000-000000015000 $39,857.36 Total: $39,857.36 Item Information Cloer Drive and Harlanwood Drive Includes C091,2,3&4 C200 541200 203400015083 CS33929A Invoice Item#/PO Item M&C:C-22619 Date:011508 Original PO:CSCO-06-00037845 Amount Remaining:$41,427.10 #: 1 CO#4 was revised per DOE 102408 Final Pay Line Item Amount to be encumbered is$36,169.07 the difference of$5,258.03 will remain closed with original PO PO Permit Invoice Discount% Original Final Item Status To Pay Amount Pay Amount Pay 3PCR-Complete Receipt $36,169,07 $36,169.07 0.0% $36169.07 Yes Copyright©2010 Periscope Hollings,Inc.-All Rights Reserved. 2 of2 10/8/2010 9:04 AM I� lD N m N N M CO C(' M CO n V- Ln O m Cl) 011 Ln O O N U) 00 Ln CY) N N V' -q LD .:$ n CO 00 m m O M M kD -4 -4 ,--L .-I +-i N N N N N N N O O O O O O O O O O O O y. O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Z Z Z Z Z Z Z Z Z Z Z z O L O L o L O L O L O L o L O L O L O L o L O L ot - O >Z z Z H z Z Z Z Z Z Z Z z Z Hz Z z Z 000000 0 =) - Ob - ob - o o > o > � o > > o > > o > > o � > o > > o > > o > > o > > o > > o �> > w > wHH ZC' Z � z Z Z a aw awawa a a a LL � aw aw aLL aw a _L Ln a J LnJ na Jn a Jn a. U-) a J n a J na J Ln aJn a J na J n a U z 2U z 2U Z 2U Z 2U z�Z 2 U Z 2 U z 2 U z 2 U Z 2 U Z 2 U z 2 U z 2 U O CU o CU O CU O Cv O CU O CU O CU o CU O CU O CU O CU O C U L Z U L Z U L2: U L Z U L2: U L Z U L Z U L Z U L Z U L Z U L Z U �.. a a a a a D D a a a a a z z z z z z z z z z z z Ln ,-L N V- Ln O O Ol m 00 M ." f- O 7 M LD O Ln i- LD n LD -rl N n 00 O Ln Ol Ln M O a) t\ 1-1 M ID r� O Ol ON 1� M lD rM Ln a O'> Ln lD LO CY N to 1-1 Ln m O Ln m M N M tpr O O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N (N N L() Ln O LO c- LO LO Ln LO O 07 M 'IT tt LO Ln CO r- r- 00 00 m m Q Q Q Q Q Q Q Q Q Q a � Q 0) _� N O) _� 0') 0) �_ m O) 0) 0') �_ O) O O) 0') N L N N N N `- N N N N N N N (V N N N W M Ch M M co M M co M M co M U) M U) coU) M (n coU) co (n co (n M (n Cl) U) Cl) cn C`) U) coCn (n W U) W (n W (n W CO W U) W (n W CO W (n W U) W U) W Cn W O U U U U U U U U U U U U a-J (n N N V 161), L00 M00.' C- V LD ` /1 O W O M 0 U a how M O O O O O C. O O O O O O O - In Ln l!') In Ln Ln L!] L!') In Ln Ln to Ln W 07 00 OJ W W OJ 00 00 00 00 00 O (\ N N n n t\ (\ N n t\ t\ n n Cl) M M M M M M M M M M M M O O O O O O O O O O O O O O O O O O O O O O O O O O • O O O O O O O O O O O O O t0 LO to l0 LD LO LO ID 1.0 LD iD LD LO O O O O O O O O O O O O O O O O O O O O O o o O O O U U U U U U U U U V U U u Ln Ln Ln cn Ln Ln Ln Ln Ln Ln cn to Ln U U U V U U U V U U U U U 00 00 t0 00 fV O CD � 00 O O OM-i N N N M 00 00 N O O O O N N M O O O O O O O O O O O Z z z z Z Z Z Z z Or✓ O (, Orr O OL OL O OL OL o � zo � zo � zo � zo � zo � ? o � z0 -0— 0 > > C � > M � > 0 � > 0 Z) > 0 D > 0 > > C) Z) > C) > > z z z � z Z � Z z � Z z CL Z z � z z � Z z � z z 4' z J (n a J U-) a J V) a J U-) a J U-) a J V) a J U-) a J (n a J � a U z 2U z 2U z 2U z 2U z 2U z 2U z 2U z 2U z 2 U L � O L � O L � O L � O L � O L � O L � O L � O L 0_ a 0_ a D_ a a a D_ Q � rn o Iq o 0 V� rN o �.o c ID (D c V- V- 00 IliM T-� f V OR. a Oi (DiCD � 00 00 .--i M ,--i N a) (V fV M [V (V N rV !R N o O o 00 o O r` r- r- a O O o 0 0 0 0 0 0 N N N O CV N O O O t- (f V) N O � N N N n Cl) c- c- 0) co — LO U6 M O (14 N - (N - M N nJ H Z Q Q Q Q Q Q Q Q Q W G) V LO O� r- 00 0-) c�'M 0) � M 0) � � 00 O U N CV � N * N N * N i$ N �# N 4t N �# z O M M M M CO M U) Cl) M M M J Z U w U w U w U w U w U w U w U w U w ~O LL O o_ 04 N tT V? =) Z O z Q Q O w IL Ir 0 o O O O o o O o U') uUi Lr) (n rn in rn n Lr 00 00 00 00 00 00 00 00 00 M M M M M M Cl) M M O O O O O O O O O O O O O O O O O O O O O O O O O O O (D (D (D �D kD (D tD ID kD O O O O O O O O O O O O O O O O O O � V) V) V) In V) U (U(n U U U U U U U U U Page 1 of 1 i a AVAILABLE FUNDS Fund:C200 Type: C FM 12/FY2010 Center Account Acct.Desc. Current Expenditure Encumbrance Commitment Available Budget p 0000000015000 205000 RETAINAGE PAYABLE $0.00 ($39,857.36) $0.00 $0.00 $39,857.36 $0.00 ($39,857.36) $0.00 $0.00 $39,857.36 http://www.cfwnet.org/fsa/FundBal/FBResult.asp 10/7/2010 CONSENT OF ` OWNER ❑ SURETY COMPANY ARCHITECT CONT ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) Pavement Reconstruction and Water and Sanitary Sewer Replacement on Harlanwood Drive, PROJECT: from Preston Hollow Road to Lynnerest Drive and Cloer Drive, from Winfield Avenue to (name,address) Boyd Avenue(2004 CIP Project No. 00150) TO (Owner) Fort Worth, Texas ARCHITECTS PROJECT NO: City of Fort Worth CONTRACT FOR: Above Project 1000 Throckmorton II Fort Worth, Texas 76102 L� CONTRACT DATE: 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 ,SURETY COMPANY, Dallas, Texas 75201 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 24th day of September 2009 VIGILANT INSURANCE COMPANY Surety an ,p By C 4z �—A / �• Signature of Authorized Repres6niAtive Attest: (Seal): Charles D. 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 Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 CNU�fs 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 Jennifer R.Marsh,Charles D. Sweeney, Kyle W. 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 3rd day of September,2009. (�enneth C.Wendel,Assistant Secretary David is, r.,Vice Priestdent STATE OF NEW JERSEY ss. County of Somerset On this 3rd day of September,2009 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 J.ADELAAR NOTARY PUBLIC OF NEW JERSEY OTAp No 2316685 �. r •" Commission Expires July 16,2014 I PUBL Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL 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, (it) 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 seats of said Companies at Warren,NJ this September 24, 2009 �Vgp`ir •1 r NS��' *�tW VO��y C / Kenneth C.WWendef,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 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 Dan McClendon, President of McClendon Construction Company, 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 organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Harlanwood Drive& Cloer Drive DOE #498 By Dan McClendon Subscribed and sworn before me on this 402 day of 2009 �TXotary Public in Tarrant County, Texas M1 MARY J.PORTER MY COMMISSION EXPIRES Sepbmber 17,2012 FORTWORTHWit:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 10/1/2009 Name of Contractor Project Name McClendon Const.Inc. 2004 CIP Contract 2 Year 2 DOE Inspector Project Manager George Leone Victor Tornero DOE Number Project Difficulty Type of Contract F 98 0 Simple *Routine 0 Complex ❑water- ❑waste water ❑Storm Drainage []Pavement tial Contract Amount Final Contract Amount t56,584.25 $838,574.22 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of In or 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 ApplicabRity of Specifications 4 DiWlay Of Professionalism 4 Accuracy of Plan Quantities 3 5 Citizen Complaint Resolution 3 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Process!ng Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe 7/ III)COMMENTS&SIGNATURES COMMENTS Signature Contractor LA Signature DOE Inspector 1,71 Signature DOE Inspector's Supervisor - - tit !7 INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS � s The City of Fort Worth•100011mxkmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name McClendon Const Inc. Year 2-2004 C.I.P.program Group 2-Harlanwood Dr./Cloer DOE Inspector DOE Number George leone 4698 DOE Inspector Project Manager 0 Water 21 Waste Water 0 Storm Drainage Pavement Victor Tornero Initial Contract Amount Project Difficulty $ 1,285,624.25 0 Simple Routine 0 Complex Final Contract Amount Date $1,437,853.72 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 3 20 15 3 Plans on Site 5 Y 4 20 20 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 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 383 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 383 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 383 / 448 = 85% 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 R� '�f Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS G TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-63 11 (a (817) 392- 7941 •Fax: (817)392- 7845 ' . FORT WORTH* rev 03/05/07 TRANSPORTATION AND PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:30 NAME OF PROJECT: Year 2-2004 C.I.P.-Group 2: Harlanwood Dr./Cloer St. PROJECT NO.: C200 541200-203400015083 CONTRACTOR: McClendon Const Inc. DOE NO.: 4698 PERIOD FROM,12/01/07 TO: 12/06/07 FINAL INSPECTION DATE: 12/6/2007 WORK ORDER EFFECTIVE:10/16/2006 CONTRACT TIME: 215 O WD O CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. SAT 0 16. 2. SUN 0 17. 3. 0 others 18. 4. 0 others 19. 5. 0 others 20. 6. 0 Final Insp. 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 2 0 0 4 0 6 PERIOD PREVIOUS 132 74 0 24 192 422 PERIOD TOTALS 134 74 0 28 192 J 428 TO DATE *REMARKS: *OTHERS-Time was stopped waitng on Final Inspection CO CTOR DATE IN OR DATE TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392- 7941 •Fax:(817)392- 7845 Date l ROUTING AND TRANSMITTAL SLIP TO: Initials Date 1. , V-VT1 2 ��. 3. 5. Action O File ❑Note and Return ❑Approval ❑For Clearance ❑Per Conversation ❑As.Requested O For Correction 0 Prepare Reply ❑Circulate ❑For Your Information O See Me 0 Comment D Investigate ❑Signature ❑Coordination O Justify ❑Other REMARKS: V• P- F `"X- Department of TP &W Const. Services FROM: DOE# Date Project Manager '�; Dep. Of Law Ramsey V6 Risk Management McKenzie D.O.E. Ezernack -fz) CFA Knight/Scanned ❑ The Proceeding people have been Contacted concerning the request for final payment&have released this project for such payment. Clearance Conducted By Etta Bacy BuySpeed Online https://bso.fortworthgov.org/bso/purchaseorder/poSummary.sdo?docl... tsuy Accounts Payable Department Access NIGP Code Browse I My Account I Customer Service I About October 7,2010 9:16:15 AM CDT i) ? { Brandy Crane Open Market Purchase Order CSCO-06-00037845 Status:3PCO-Closed a General Items Vendor Address Accounting Routing Attachments Notes Change Orders(5) Reminders Summary Header Information Purchase Order CSCO-06-00037845 Release 0 Short CS33929A Number: Number: Description: Status: 3PCO-Closed Purchaser: Camillia Ryan Receipt Quantity Method: Fiscal Year: 2006 PO Type: Open Market Minor Status: Department: TRANP-TRANSPORTATION& Location: GO -T/PW Type Code: PUBLIC WORKS Administration Alternate ID: CS33929A Entered Date: 09/30/2006 11:08:50 Control Code: AM Days ARO: 0 Retainage %: 5.001/o Discount %: 0.00% Required By Promised Date: Print Dest If Different Date: Detail: Pcard Enabled: No Contact Tax Code: Actual Cost: $838,574.22 Instructions: Print Format: Default Agency Format Ship-to Address: Transportation and Public Works Bill-to Address: Transportation and Administration Public Works 1000 Throckmorton Street Administration FORT WORTH,TX 76102 1000 Throckmorton Street FORT WORTH,TX 76102 Primary Vendor Information & PO Terms Vendor: 0000007403-MCCLENDON Preferred Email CONSTRUCTION COMPANY Delivery INC Method: Remit-to Payment ACH(DIRECT Shipping Address: Terms: DEPOSIT) Method: Shipping Freight Terms: Terms: PO Mailing Address: Receipt Information PO Receipts Summary 1 of 4 10/7/2010 9:16 AM Page 1 of 1 in P.O.DATE: 10/7/2010 FORT WORTH CITY OF FORT WORTH Purchase Order PO-10-00062576 SHOW THIS NUMBER ON ALL PACKAGES, INVOICES AND SHIPPING PAPERS. V Vendor Number:0000007403 TRANSPORTATION&PUBLIC WORKS E MCCLENDON CONSTRUCTION COMPANY INC S Transportation and Public Works Administration P O BOX 996 H 1000 Throckmorton Street N ACH ONLY I FORT WORTH,TX 76102 p BURLESON,TX 76097-0996 P Phone: P T S 0 INVOICES: Direct invoices in DUPLICATE to the address shown. NBMJ0V\PDF!JD!EV0MD13UF!UP, STANDARD PURCHASING TERMS AND CONDITIONS set forth in the 6 USBOTOPSUBUPO!' !QVCMD!X PSLT City of Fort Worth's Bid or Quotation, are incorporated herein by I Transportation and Public Works Administration reference and become a part of this order. L 1000 Throckmorton Street L FORT WORTH,TX 76102 T 0 pof' 0 BddpvodDpef;!D311.652311.314511126194 Qbzn f odUf sn t; Ti j49joh!Uf sn t; ge!Op/; Ef rW sz!Dbrfioebs!Ebz)t`!B/S/P/; ifn Trvjtjqpo RvboyLE Voju VojdQSdf Uprbm Drbt t.df n!:24.61 2 Cloer Drive and Hartanwood Drive 2 FB 1/47-27:/18 1/47-27:/18 Includes CO#1,2,3&4 C200 541200 203400015083 CS33929A M&C: C-22619 Date:011508 Original PO: CSCO-06-00037845 Amount Remaining: $41,427.10 CO#4 was revised per DOE 102408 Final Pay Line Item Amount to be encumbered is$36, 169.07 the difference of$5,258.03 will remain closed with original PO MD037_03ddpvodDpef EpnkdBn pvo 2C21m311.652311.314511126194 '/47-27:/18 UP UBM °/47-27:/18 B QQS P W E; Sfw!3i1 2138 Cz; Lbsf o!TL�I f s Qi pof$; )928"!4: 3.7376 CV7FS Page 1 of 1 Striker, Karen R. From: Crane, Brandy Sent: Thursday, October 07, 2010 10:58 AM To: Striker, Karen R. Subject: New PO for Closed PO CS33929A Importance: High Create new po for CS33929A Vendor—0000007403 —McClendon PO CSCO-06-00037845 Closed by Mae-Gray-Rosse CO#1, 2, 3 &4 CLOER DRIVE AND HARLANWOOD DRIVE C200-541200-203400015083 CS33929A M& C C-22619 APPROVED 01/15/08 (CO#4 was revised per DOE 102408) Amount Remaining $41,427.10 from Original PO—CSCO-06-00037845; Final Pay Line Item Amount $36,169.07, we will not encumber the difference. 36169.07 Thank you, Brandy Crane .administrative .assistant 2"ransportation and Public Works Phone #817-392-2852 Fax #817-392-8092 10/7/2010 TRANSPORTATION & PUBLIC WORKS Date ROUTING SLIP 16-e TO:�— Initials Date 1. 1 e-ry o c/o CS 3. 4. 5. C3 Action ❑File ❑Note and Return O Approval ❑For Clearance ❑Per Conversation 0 As Requested O For Correction ❑Prepare Reply O Circulate ❑For Your Information El See Me ❑Comment ❑Investigate ❑Signature ®Coordination ❑Justify O Other REMARKS: P3 6� +1 M Po ),4 FROM: To, r QV\.L Phone No.