Loading...
HomeMy WebLinkAboutContract 48582-FP1 City Secretary 48582 -FP1 Contract No. RECEIVED FORT WORTH..) Date Received Nov 4,2019 NOV -42019 CITYOFFdRTWCRTH C'TYSECRETARY 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: BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD City Project No.: 02621 Improvement Type(s): ® Paving ® Drainage 0 Street Lights ❑ Traffic Signals Original Contract Price: $2,970,036.11 Amount of Approved Change Order(s): $185,973.70 Revised Contract Amount: $3,156,009.78 Less Previous Payment $1,216,698.67 Total Cost of Work Complete: $1,939,311.11 Sam Davis(Oct 25,2019) Oct 25,2019 Contractor Date President Title JLB Contracting,LLC Company Name Joe r- Oct 25,2019 Project Inspector Date Oal Taafari Khal Jaafari(Oct 29,2019, Oct 29,2019 P ject Mana er Date J e Scarlett Morale,(Oct 30,2019) Oct 30,2019 CFA Manag r Date Dana Burghdoff(N 1,2019) Nov 1,2019 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT WORTH,TX Notice of Project Completion Project Name: BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD City Project No.: 02621 City's Attachments Final Pay Estimate ❑x Change Order(s): x❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid . Consent of Surety Statement of Contract Time Contract Time: 325 CD Days Charged: 1069 Work Start Date: 5/16/2016 Work Complete Date: 4/25/2019 Page 2 of 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Contract Limits Project Type DRAINAGE,PAVING&ST LIGHT City Project Numbers 02621 DOE Number 7481 Estimate Number 4 Payment Number 4 For Period Ending 9/26/2019 CD City Secretary Contract Number 117481 Contract Time 326:1) Contract Date Days Charged to Date 1069 Project Manager Buckley Contract is 100.00 Complete Contractor JLB CONTRACTING,L.L.C. PO BOX 24131 FORT WORTH, TX 76124-1131 Inspectors LAYER/ GRINDSTAFF Monday,October 21,2019 Page 1 of 8 City Project Numbers 02621 DOE Number 7481 Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Estimate Number 4 Contract Limits Payment Number 4 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 9/26/2019 Project Funding DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------------- 1 REMOVE 15"STORM LINE 41 LF $10.85 $444.85 41 $444.85 2 REMOVE 18"STORM LINE 24 LF $13.00 $312.00 24 $312.00 3 REMOVE 27"STORM LINE 56 LF $16.00 $896.00 56 $896.00 4 REMOVE HEADWALL/SET 3 EA $435.00 $1,305.00 3 $1,305.00 5 TRENCH SAFETY 3115 LF $1.08 $3,364.20 3115 $3,364.20 6 21"RCP CLASS III CO#1 669 LF $89.00 $59,541.00 669 $59,541.00 7 24"RCP CLASS III 32 LF $99.00 $3,168.00 32 $3,168.00 9 36"RCP CLASS III CO#1 808 LF $152.00 $122,816.00 808 $122,816.00 10 5X3 BOX CULVERT 68 LF $305.00 $20,740.00 68 $20,740.00 11 7X4 BOX CULVERT CO#1 1144 LF $467.00 $534,248.00 1144 $534,248.00 12 8X4 BOX CULVERT 702 LF $505.00 $354,510.00 702 $354,510.00 14 4"STORM JUNCTION BOX 1 EA $4,820.00 $4,820.00 1 $4,820.00 15 4'STACKED MANHOLE 4 EA $1,400.00 $5,600.00 4 $5,600.00 16 10'CURB INLET CO#1 4 EA $4,280.00 $17,120.00 4 $17,120.00 17 10'RECESSED INLET 2 EA $4,500.00 $9,000.00 2 $9,000.00 18 4'DROP INLET 3 EA $7,150.00 $21,450.00 3 $21,450.00 19 LARGE STONE RIPRAP 40 SY $130.00 $5,200.00 40 $5,200.00 20 10'X8'STORM JUCTION BOX 1 EA $11,760.00 $11,760.00 1 $11,760.00 21 CONNECT TO EXISTING 6'X3'BOX CULVERT I EA $3,250.00 $3,250.00 1 $3,250.00 22 CONNECT TO EXISTING WINGWALL 1 EA $1,515.00 $1,515.00 1 $1,515.00 23 8'X6'JUNCTI0NBOX-CONSTRUCT I NS $11,975.00 $11,975.00 1 $11,975.00 24 CONNECTION TO EXISTING 6'X6'JUNCTION 1 EA $3,800.00 $3,800.00 1 $3,800.00 BOX 25 SINGLE GUARDRAIL TERMINAL-INSTALL 2 EA $3,410.00 $6,820.00 2 $6,820.00 26 STANDARD GUARDRAIL-INSTALL 69 LF $22.50 $1,552.50 69 $1,552.50 27 WINGWALL AT STA 0+00.00 1 EA $11,270.00 $11,270.00 1 $11,270.00 28 33"RCP CLASS III CO#1 23 EA $135.00 $3,105.00 23 $3,105.00 29 CONC COLLAR FOR 7 X 4 J.BOX CO#1 1 EA $5,850.00 $5,850.00 1 $5,850.00 30 30"RIM&COVER FOR J.BOX CO#1 3 EA $425.00 $1,275.00 3 $1,275.00 -------------------------------------- Sub-Total of Previous Unit $1,226,707.55 $1,226,707.55 -------------------------------------- Monday,October 21,2019 Page 2 of 8 City Project Numbers 02621 DOE Number 7481 Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Estimate Number 4 Contract Limits Payment Number 4 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 9/26/2019 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE ASPHALT DRIVE 2773 SF $0.81 $2,246.13 2773 $2,246.13 2 REMOVE MAILBOX 1 EA $57.00 $57.00 1 $57.00 3 REMOVE 8"WATER LINE CO#3 1125 LF $7.60 $8,550.00 1125 $8,550.00 4 REMOVE ASPHALT PVMT 10520 SY $6.50 $68,380.00 10520 $68,380.00 5 SITE CLEARING 1 LS $90,180.00 $90,180.00 1 $90,180.00 6 UNCLASSIFIED EXCAVATION BY PLAN 7300 CY $15.55 $113,515.00 7300 $113,515.00 7 10'WIDE ASPHALT PVMT REPAIR 1115 LF $101.00 $112,615.00 1115 $112,615.00 8 6"FLEXIBLE BASE TYPE A 1530 SY $6.80 $10,404.00 1530 $10,404.00 9 8"FLEXIBLE BASE TYPE A 347 SY $9.50 $3,296.50 347 $3,296.50 10 HYDRATED LIME 302 TN $160.00 $48,320.00 302 $48,320.00 11 8"LIME TREATMENT 12563 SY $2.73 $34,296.99 12563 $34,296.99 12 8"CTB FOR TEMP ASPHALT 957 SY $36.30 $34,739.10 957 $34,739.10 13 2"ASPHALT PVMT TYPE D 1530 SY $11.26 $17,227.80 1530 $17,227.80 14 3"ASPHALT PVMT TYPE D 2193 SY $15.04 $32,982.72 2193 $32,982.72 15 4"ASPHALT PVMT TYPE D 957 SY $23.79 $22,767.03 957 $22,76T03 16 4"ASPHALT BASE TYPE B 1530 SY $20.04 $30,661.20 1530 $30,661.20 17 10"CONC PVMT 11806 SY $61.61 $727,367.66 11806 $727,367.66 18 4"CONC SIDEWALK 14607 SY $4.75 $69,383.25 14607 $69,383.25 19 BARRIER FREE RAMP 11 EA $885.00 $9,735.00 11 $9,735.00 20 6"CONC CURB AND GUTTER 6205 LF $2.85 $17,684.25 6205 $17,684.25 21 6"SLD PVMT MARKING HAS(W) 1419 LF $1.90 $2,696.10 1419 $2,696.10 22 6"BRK PVMT MARKING TAPE(W) 3692 LF $1.90 $7,014.80 3692 $7,014.80 23 18"SLD PVMT MARKING HAE(W) 297 LF $14.90 $4,425.30 297 $4,425.30 24 24"SLD PVMT MARKING HAE(W)CO#3 143 LF $15.45 $2,209.35 143 $2,209.35 25 LANE LEGEND ARROW CO#3 7 EA $230.00 $1,610.00 7 $1,610.00 26 TOPSOIL 250 CY $16.40 $4,100.00 250 $4,100.00 27 BLOCK SOD PLACEMENT 839 SY $3.58 $3,003.62 839 $3,003.62 28 SEEDING,HYDROMULCH 1496 SY $1.73 $2,588.08 1496 $2,588.08 29 TRAFFIC CONTROL CO#CO#3 10.8 MO $2,840.00 $30,672.00 10.8 $30,672.00 30 6"COMPACTED SUBGRADE 345 SY $6.00 $2,070.00 345 $2,070.00 31 MEDIAN CONCRETE 4479 SF $4.03 $18,050.37 4479 $18,050.37 Monday,October 21,2019 Page 3 of 8 City Project Numbers 02621 DOE Number 7481 Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Estimate Number 4 Contract Limits Payment Number 4 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 9/26/2019 Project Funding 32 1"RETAINING WALL ADJACENT 10'WALK 65 LF $87.85 $5,710.25 65 $5,710.25 33 BINDER FOR TRENCH REPAIR 1 LS $1.08 $1.08 1 $1.08 34 JERSEY BARRIERS 30"WL CO#1 1 LS $30,000.00 $30,000.00 1 $30,000.00 35 TEMP SIGNAGE FOR 30"WL CO#1 1 LS $5,000.00 $5,000.00 1 $5,000.00 36 4"SLD PVMT MARK HAS(Y)CO#3 1372 LF $1.25 $1,715.00 1372 $1,715.00 37 8"SLD PVMT MARK HAS(Y)CO#3 458 LF $2.50 $1,145.00 458 $1,145.00 38 8"SLD PVMT MARK HAS(W)CO#3 817 LF $2.50 $2,042.50 817 $2,042.50 39 6"DOT PVMT MARK HAS(W)CO#3 209 LF $1.95 $407.55 209 $407.55 42 LANE LEGEND ONLY CO#3 3 EA $275.00 $825.00 3 $825.00 43 REMOVE LANE LEGEND ARROW COU 3 EA $38.50 $115.50 3 $115.50 44 REMOVE LANE LEGEND ONLY CO#3 2 EA $49.50 $99.00 2 $99.00 45 REMOVE 8"PVMT MARKING CO#3 214 LF $1.00 $214.00 214 $214.00 46 REMOVE 4"PVMT MARKING CO#3 1110 LF $1.00 $1,110.00 1110 $1,110.00 47 4"CONCRETE SIDEWALK CO#3 605 SF $9.60 $5,808.00 605 $5,808.00 48 REMOVE CURB CO#3 22 LF $20.00 $440.00 22 $440.00 Sub-Total of Previous Unit $1,587,481.13 $1,587,481.13 STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------- -------------------------- 1 GROUND BOX TYPE B 8 EA $650.00 $5,200.00 8 $5,200.00 2 SALVAGE TRAFFIC SIGNAL 4 EA $270.00 $1,080.00 4 $1,080.00 3 RDWY ILLUM ASSMBLY 9 EA $2,220.00 $19,980.00 9 $19,980.00 4 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 1765 LF $3.25 $5,736.25 1765 $5,736.25 5 RDWY ILLUM FOUNDATION 9 EA $1,512.00 $13,608.00 9 $13,608.00 6 2"SCH 80 PVC 1765 LF $10.84 $19,132.60 1765 $19,132.60 7 3"SCH 80 PVC 394 LF $16.25 $6,402.50 394 $6,402.50 8 PAD MOUNTED CONTACTOR W/METER 1 EA $5,960.00 $5,960.00 1 $5,960.00 9 POWER POLE W/240480V TRANSFORMER 1 EA 1 10 PROVIDE POWER TO STREET LIGHTING 1 LS $2,700.00 $2,700.00 1 $2,700.00 Sub-Total of Previous Unit $79,799.35 $79,799.35 -------------------------------------- Monday,October 21,2019 Page 4 of 8 City Project Numbers 02621 DOE Number 7481 Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Estimate Number 4 Contract Limits Payment Number 4 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 9/26/2019 Project Funding TRAFFIC SIGNAL Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 FURNISH/INSTALL ELEC SERV PEDESTAL 1 EA $2,790.00 $2,790.00 1 $2,790.00 2 2"CONDT PVC SCH 40 72 LF $10.85 $781.20 72 $781.20 3 3"CONDT PVC SCH 40 CO#1CO#2 242 LF $16.25 $3,932.50 242 $3,932.50 4 3"CONDT PVC SCH 40 368 LF $19.50 $7,176.00 368 $7,176.00 5 3-SECT SIGNAL HEAD ASSEMBLY CO#1 13 EA $895.00 $11,635.00 13 $11,635.00 6 4-SECT SIGNAL HEAD ASSEMBLY 2 EA $1 030.00 $2 060.00 2 $2 060.00 7 PED SIGNAL HEAD ASSEMBLY CO#1 12 EA $705.00 $8,460.00 12 $8,460.00 8 AUDIBLE PEDESTRAIN PUSHBUTTON 16 EA $1,670.00 $26,720.00 16 $26,720.00 STATION CO#1 CO#2 9 FURNISH/INSTALL BBU SYSTEM EXT 1 EA $7,370.00 $7,370.00 1 $7,370.00 MOUNTED 10 5/C 14 AWG MULTI-CONDUCTOR CABLE CO#1 675 LF $1.08 $729.00 675 $729.00 11 7/C 14 AWG MULTI-CONDUCTOR CABLE C091 410 LF $1.30 $533.00 410 $533.00 12 20/C 14 AWG MULTI CONDUCTOR CABLE 583 LF $4.33 $2,524.39 583 $2,524.39 CO#1CO#2 13 3/C 14 AWG MULTI CONDUCTOR CABLE CO#1 2308 LF $1.08 $2,492.64 2308 $2,492.64 CO#2 14 NO 6 INSULATED ELEC CONDR 57 LF $1.35 $76.95 57 $76.95 15 NO 8 INSULATED ELEC CONDR 800 LF $1.08 $864.00 800 $864.00 16 NO 8 BARE ELEC CONDR CO#1CO#2 1259 LF $1.08 $1,359.72 1259 $1,359.72 17 GROUND BOX TYPE B W/APRON 1 EA $650.00 $650.00 1 $650.00 18 GROUND BOX TYPE D W/APRON 4 EA $760.00 $3,040.00 4 $3,040.00 19 FURNISH/INSTASLL 10'-14'PED POLE 7 EA $920.00 $6,440.00 7 $6,440.00 ASSMBLY CO#1 20 FURNISHANSTALL TYPE 41 SIGNAL POLE 2 EA $3,370.00 $6,740.00 2 $6,740.00 21 FURNISH/INSTALL TYPE 42 SIGNAL POLE 1 EA $2,815.00 $2,815.00 1 $2,815.00 22 FURNISH/INSTALL TYPE 42 SIGNAL POLE 1 EA $4,020.00 $4,020.00 1 $4,020.00 23 FURNISHANSTALL MAST ARM 16'-36' 3 EA $2,500.00 $7,500.00 3 $7,500.00 24 FURNISH/INSTALL MAST ARM 40'-48' 1 EA $3,200.00 $3,200.00 1 $3,200.00 25 SIGNAL FOUNDATION CO#1 7 EA $920.00 $6,440.00 7 $6,440.00 26 SIGNAL FOUNDATION 3 EA $2,170.00 $6,510.00 3 $6,510.00 27 SIGNAL FOUNDATION 1 EA $2,765.00 $2,765.00 1 $2,765.00 28 SIGNAL CABINET/BBU FOUNDATION 1 EA $2,165.00 $2,165.00 1 $2,165.00 Monday,October 21,2019 Page 5 of 8 City Project Numbers 02621 DOE Number 7481 Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Estimate Number 4 Contract Limits Payment Number 4 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 9/26/2019 Project Funding 29 FURNISH/INSTALL CONTROLLER&CABINET 1 EA $19,775.00 $19,775.00 1 $19,775.00 ASSEMBLY GROUND MNT 30 LED LIGHTING FIXTURE 3 EA $870.00 $2,610.00 3 $2,610.00 31 FURNISH/INSTALL ITERIS VANTAGE VECTOR 4 EA $7,855.00 $31,420.00 4 $31,420.00 DETECTION SYSTEM 32 PREEMPTION SYSTEM 2 EA $3,715.00 $7,430.00 2 $7,430.00 33 INSTALL/FURNISH ALUM SIGN MAST ARM 4 EA $1,030.00 $4,120.00 4 $4,120.00 MOUNT 34 5 SECT SIGNAL HEAD ASSEMBLY CO#1 3 EA $1,250.00 $3,750.00 3 $3,750.00 35 RELOCATE SIGNAL HEAD CO#1 6 EA $300.00 $1,800.00 6 $1,800.00 36 INSTALL VIVDS CO#1 1 EA $625.00 $625.00 1 $625.00 40 SALVAGE TRAFFIC SIGNAL CO#1 I EA $2,750.00 $2,750.00 1 $2,750.00 42 TEMP TRAFFIC SIGNALS CO#1 1 LS $20,000.00 $20,000.00 1 $20,000.00 43 INSTALL ALUM MAST ARM MOUNT CO#1 1 EA $1,030.00 $1,030.00 1 $1,030.00 44 4"CONC SIDEWALK CO#2 160 SF $4.75 $760.00 160 $760.00 45 REMOVE SIDEWALK CO#2 128 SF $1.50 $192.00 128 $192.00 46 RADAR CABLE CO#2 5 LF $4.65 $23.25 5 $23.25 47 2/C 12AWG MULTI-COND CABLE CO#2 1936 LF $2.25 $4,356.00 1936 $4,356.00 48 48"X22"TXDOT FOUNDATION CO#2 1 EA $18,350.00 $18,350.00 1 $18,350.00 49 RELOCATE EX POLE&65'MAST ARM CO#2 I EA $5,750.00 $5,750.00 1 $5,750.00 50 DEMO EX FOUNDATION CO#2 I EA $1,500.00 $1,500.00 1 $1,500.00 51 TRAFFIC CONTROL POLE RELOCATE CO#2 I EA $1,275.00 $1,275.00 1 $1,275.00 52 VIVDS CABLE CO#2 154 LF $4.65 $716.10 154 $716.10 53 INSTALL ALUM SIGN MAST ARM MOUNT CO#2 1 EA $2,000.00 $2,000.00 1 $2,000.00 -------------------------------------- Sub-Total of Previous Unit $262,021.75 $262,021.75 -------------------------------------- Monday,October 21,2019 Page 6 of 8 City Project Numbers 02621 DOE Number 7481 Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Estimate Number 4 Contract Limits Payment Number 4 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 9/26/2019 Project Funding Contract Information Summary Original Contract Amount $2,970,036.11 Change Orders Change Order Number 1 $164,745.76 Change Order Number 2 $1,919.78 Change Order Number 3 $19,308.16 Total Contract Price $3,156,009.78 Total Cost of Work Completed $3,156,009.78 Less %Retained $0.00 Net Earned $3,156,009.78 Earned This Period $1,939,311.11 Retainage This Period $0.00 Less Liquidated Damages Days @ /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $1,216,698.67 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,939,311.11 Monday,October 21,2019 Page 7 of 8 City Project Numbers 02621 DOE Number 7481 Contract Name BAILEY BOSWELL WIND RIVER TO OLD DECATUR RD Estimate Number 4 Contract Limits Payment Number 4 Project Type DRAINAGE,PAVING&ST LIGHT For Period Ending 9/26/2019 Project Funding Project Manager Buckley City Secretary Contract Number 117481 Inspectors LAYER/ GRINDSTAFF Contract Date Contractor JLB CONTRACTING,L.L.C. Contract Time 325 CD PO BOX 24131 Days Charged to Date 1069 CD FORT WORTH, TX 76124-1131 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 $3,156,009.78 Less %Retained $0.00 Net Earned $3,156,009.78 Earned This Period $1,939,311.11 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 $1,216,698.67 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,939,311.11 Monday,October 21,2019 Page 8 of 8 a < O < o Oz m x ;1 cn r- m D O M 0 a w c -1 o O D m m D z O a o z m n D �f`TI mk m mkk - m n - ° o -I 0 -0 C- n N A U1 Ui Z -0 0 ° ➢ Z '�7 �1 ° m ° p D m m C_ O` 0 D Z rnrn � � m 0 c0 � C) m D m m —i m c°i N+ ZZ+ ➢ _ O � o In �n o z m �* Z = p � z m 3 m -1 O m � mm Z N N N v EA Vi EA N 03 � N ➢ CXJ N w j U7 --� N N N W 1., O C7 0 o 0 o p N N N O O N O V ~ CDC) --A O (n !r W W OJ m ( o - m T N N W < OC C r �. z oa _o � � W cos O o w. ,o N y p p�j = W Q O m M N O N CD m m m T T 0 0 ° ➢ ➢ ➢ n s C > O O O U) O ❑ m m m a .D ❑ '❑ W O A A - ? .Z1 O O O �J O A N N N 0 - O O TDT i L w O O O 0 0 N x m - w N 0 ° a 0 e+ y r w 0n m N w W = 0 C) D = v° Oz _I Z A N N 10 < > OD OD m -4 W io C) N } mco w co a) co z a ti ' '. '� ❑ o N A m G G m m ID wm o. m N CO -4 .D n C) m n _- �.[7 N N CD N O r2 U (n 31I N -0 _O�1 O O N ry l (D N Q N W N N a O ' O N v Z > ,ZO7 n m _ V N N j C) s Z N a m W W OD 00 W W W O N p N D X w w m -4 mi 69 w CA C) Cr T CA m CTI Ul 0 � .Z7 .A O O O b - W w w m 0000 m i0 0 0 0 0 o w �a EA ffl w E; 69 _ vl .n yr 0 m W ttl N w N w w w :N+ N ut m rn o A O o 0 o D A A N A 0 0 0 0 0 D 0 0 0 0 0 W 0 \� Z w m cx� �J N a O N N m m m Z Z m m m m m W t0 W W c0 W W W W W W W W W W W w w W W W w N w 10 W m (0 W W W W W W W W W N t0 A c0 A A c0 A A A A A A A A A A A A A A A A A 0) 10 [0 A 10 )0 W w w W W W W W A 10 A A 10 A A A A A A A A A A A A A A A A A o c0 co O O A A A A A A A A O c0 0 O O 0) W > O O O O O O 0 0 0 0 0 0 J J 01 0) m A_ W W j W N 0 0 0 0 0 0 a 0 0 O O O O A N W W W N > O O W W O O O N > O N > > O W > O O O N W W O w N 0 0 0 0 0 0 0 0 O 'W N > A A W W > (J> > Ut N W A N m N > 0) > > A W > N > O c0 > W N > c0 m N -� c0 w N o 0) w N W O W W > J O t0 m r r r r m m m m m m r r r r r m �rt m m m m r r r m m m r r r r r r r r m m D CO T -n w D D D D D D -nT T T -nD D D D D D T CO w 0 D D D T T T T T T T T D D .- c D c r - m � 0 m m o 1 w (D �' m m p 3 m m N N D N p N w T -n 2 W O J N II N O c c s n n C) C� Q cn w W O 3 W s p -� ?' w z DCC <D C DC CDC m p- aU (D CD 0 CO' 3 n 30 W W N < W > > �_ C G C C N O (n _n O Lj� N m 3, m p1 3 m w m m �" n=i v m0N omr xvoJ no W N — m p 0 Icn . o N 0 Ox n . nnG -uW n co , D < < 0hwwNm w c(.�DN O > > ( U ( m m oCnas DD = p a N N n o o n �+ 3 (D c ➢ 0) -0 v n m m cn � � � ID � m (D 3 N N N (0 x o - m c 69 EA N Efl b9 b9 EA Efl b9 EA w b9 4A EH EA O Q) N W cp Cn O N (T A (n 69 Eo m fI w Efl b9 EA f, W b9 b9 ffl ffl ...�O O cT J O) co O (p W Q) CD W N W Efl 0 0 OD .�A co N of m W ffl N CO 0 W Off, p O Ut O N O O N E2 E2 V Efl 69 N J O O Ut O D O O R N U) co CD Q1 O Ul W N 0 C, cJ) Vt O O O O O O O O O O O A CJ) O CT O O Vl O O O O cJi O O O O O O D O O O O O O O O CD CD O CD O 'W w O 000000 iV yoo0 DO 000000000 DooO ro OOOOOOOOOOOOco W CD co OOOo00 (n r000 rOOooa OoOoorru, 00 Efl N [A EA Vi ffl ffl Efl to 69 b9 bi U3 EA EA ffl W N Ef) Efl fA (fl N W i N N W N (O Ol N EA N G9 6`i 6, fA 0) N W N A W W A <) 0) W O O H3 Efl W J 1 W W O) N O J N 0) W N > O N)EA N w Q) W 0 0 0 U) (J)) o m o a OJ) 0 00J N ti J UN) W N O VJi J N O (f) O v t00J) 0N0 N O N O A '(, Oi J �p N J 0 0 0 0 0 0 0 0 0 0 0 0 (0 _ O O O O N J 'P O O A O UN 0 0 0 O (P W O Q1 W 0 0 0 O O N O W O W A O O N N O O O J y 0 0 O O O O O O O O J O 0 0 0 bib 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 01 0 0 -u ID N Co < o °Z m A � C m y O m 0 In m vi c o O m m m < D Z O a m p Dr m z m z m # m m o D G m 00 O -j p O cri 0 � A A Zl D C) ° � 0 0 -I O O n -I N v Q m m .o m -zi A a D D z .0 Q Q fm Z z z z _ < o mo o D m m D ' C- � C) D mmm .� ° m p inn -I n Z m m -I N o U) ZZ D = m O C) m a n E D a * CD Z 2 pk 4< CD -,-i, A -j Z m �D o m D A o -0i 3 Cm Z A 1 C7 0' 0 n a wA wA oN w wA wA WA N O Z -O N A N . W N N NW. A A A A A A 4t p In O o o m O N co W W NW W V m W N j W W O �J j V N CO A 0 0 N N N M " A O O N 0 D Ul O N o m m T CD = C7 3 m c o j j D ,' com NCY) ONo o ' ' °. w °m p y N D w a r. O d A O m? D 3 m C N N N N A < SD T T� D D D D Z N N N 0 w o 0 o to O m NA o m m m n 0 m W O A A A A 0 0 0 I W W W (p (p N N Ul tl -u � O O O N 0 0 > X O N C oo Q m c� O O V W V N T y 10 m O N 'D Q z 0 OD OD N C 18-0 JJn L7 m wQoO Nmsm m w� dw w "l n n N AL) 3 (�3 d fq m m " !� NO V< Im oo Z Ou -I m T'-ID ,, o y V w (D 0XD . Dcl'n � 0 w en sA p 0 y NN N M 01 N� 0 cm m 3 -�_i co w w c ° (7 F N j N N Z .mi N� 0 0IJ N N Z_ W W C)1 O N N -4 -4 00 W -i m Z ID rn n m n iOj O b 7 m o D o N x Z w oho ° w to O m 00 b N N N m m m V --I w to r v)tnss(A c en ;o Z W w w w o U) v rn 0 00 0 A CDc�u 0 Q 0 000, m m N N W N V U Vl O m 0 0 0 0 m O O i 00 EA H!FA N N ID W ^ W W N O m W O OJ O O N O fOD N N 0 V1oo � 000 � o o D 0 0 0 N V t00 O N 0 T_ o n N (n a W WO N N W Z O ND O N n r p W 0 O A O N (D C m CD m 0 D a y O o y 71 N O n A Z Z Z Z Z D o o 0o W W W N Z O m O O A a a C. O, (D W N W W W W W d Ut CD ��-. , OW N N 0 00 O O x m m o o m o C y CD a d Q A(n(n W (n 61,— y m n � N � O _ R N a0 N O CD Di y �' yIm--nm>>>D = ° 3 o � o N N cQ w a 1 n 3 O ID D � .o^., r W � o n (n A 3 C (D N G) Z7 Fr C �Pi (D D CL c O o n w O m ;, n CD - C) r) m oD apO �-� o o N N D gm 0 0 �' ao -n C7m Q- N C)n D0p,V N (1 D) oM C)ZU (D j D 0- AO . W Q 0 oD.1 U1 SD 2 N >Q' O ? D CD m w 2 m D l n CD ^J, ffl Vi Hi Vi FW EA di EA FA EA W N m V W V NO (n(n OO-� -�AANo 00 O N O O W W 0 0 0 0 O(n OJ OD W (nOOOO EA EA FA Hi fA(A W EA yj NfA V N 0,(O O N O N(n J W W (O O N O (n N (O O Q O Q1 (n O O O V O("n6 N O O O O O 1 O OD O O O O "O D1 (D N m oxA -0 (n 0 nD n-1 —zv m ( * m z 0c: z 0 -umgy I-- o D m m 0 O n w � � n n � q �1 � Z�j � T1 n G O -n � O 0 o '0 'D O n N \ A co Cl) Z v o o y z X ;u C- m Z N o o o > m 0 0 m �----. =� N 0 � n m m Z .. m m 0c� N c z i > m D (� (� m V z m —I z w O C) �L c m 3 � A O o Z A O -i b 0 0 IT. Z_ -O N N N W O A D m N (P O Q) �y ��� w w O •OBI p V O NA O O N N 01 D O D O1 I v) av w e+ m (D C_C G ! N N 0 m w w p coy° n N � W Q r - O O t~ O n VNi N SU A O �• O O 0 0 D m A 0 <A A o co c0 cn p CD m a N v V O A A A O .Zl O O 0 a) w m w n (D (D C n N N O O O N O O 0 0 Q m N a m c� zz D C i A z OD OD +n o0 0o vl W (O CO CO w m o m z Wy 0 tD N NCD N �7 m m o N o n W W O O Z N OJO O) SC• Z ^ b 5 m 0 o D W W N .Ni O A z o N Z m m w w a m 00 V A n O < w w w M m o � � v! j 4 m b m m m o w w m N � r U W W W o 2-4 b 0 N G] Q b tWD 0 1 N W W W 00 w m w w 0 0 0 o N N a O O O ~ y A y� 00 O OJ N N N O m N m C O Ln di A c N con 0 r' p C p ? O Iv ji W i N r m 0 y ` \ N y w a0 CD z a o -n N p O CD on zzzzzz zi zzzz j o :2 ** m o3i � \ m C m O \ 9 o (D A N � a a A a1 2 J v --A r A v r 1 W N ^> 0 0 0 0 0 Q) � 41 O O O O W.Op N O AWN O� A O N N O m CD W w p d p n O= y r� x- (D _ C N w 7 N N o> N w> w POA W NO j0 N W O K (n A W O v N N ' Z O Oa a 3 Ex rj� D o' ID r co r r m m m r m r r r r r 3 w y p ��rtt C j n mmmmDDDD-nymmm-n m0 � w o l � w n � a fn � N r r w � � O l C) y 0 O W N N o A 3 3 3 0 E m 0 m 0 A 0 a a m m D W 'm <<<v v tD omAO�° d�3r �33333 � o w � m m o Ex m m -U-V m r� j w w m m m D3i n p n U)3 3 m m Q Q �x x SDw CL �Zo =MmmX 0 F ic-ic pDD m� m�(n cn" cno z 3 0 v a N C CD J N_ O O ffl EA fA EA EA EA EA EA EA fA fA(A 4,n FA Z N A W O N w N > o O O) o O 41 Ol O O D1 O;A (O Vl N IJ O �Wj7 O O O O O O O O O,O Ol OI O O (fi O EA Uri�>(A�fANEA�EA EA fAN��3 EA 'VOj A co O >O N m N CJi O O -4 W 0 O 00 -+A (n O A OD O O O O N N N D W O O O O O O O O O N O O O O r M 1 w (D N 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 Davis, President of]LB Contracting, LLC, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Bailey Boswell —Wind River to Old Decatur Road City Project # 02621 Sam Davis President ]LB Contracting, LLC Subscribed and sworn before me on this o f 2019. %Orirrrr JAM4E r7r. vmy� , `� Y PUe�;Notary Public,State of Texas - fV.•`7` Comm,Expires 09 25-2020 Notary ID 1211545-4 NO RUB IC IN AND F R. T R NT COUNTY, TEXAS My commission expires �tr � CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT U CTOR 0 (SIMILAR TO AIA DOCUMENT G707) Bond No. 7992089 PROJECT: Bailey Boswell- Wind River Drive to Old Decatur Road, City Project No. 02621 (name,address)Fort Worth, Texas TO (Owner) ARCHITECTS PROJECT NO: City of Fort Worth CONTRACT FOR: Above Project 200 Texas Street Fort Worth, Texas 76102 �.1 CONTRACT DATE: April 1, 2016 CONTRACTOR: JLB Contracting, LLC In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the(here inset name address of surety Company) Westfield Insurance Company a nd 555 Republic Drive, Suite 450 Plano, Texas 75074 ,SURETY COMPANY, on bond Of(here insert name and address of Contractor) JLB Contracting, LLC P.O. Box 24131 ,CONTRACTOR, Fort Worth, Texas 76124 hereby approves of the final payment to the Contractor, and agrees that the fmal 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 200 Texas Street Fort Worth, Texas 76102 ,OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this 23rd day of October 2019 W STFIELD INSMANCE COMPANY Surety Company By Attest: Signature of AifthWeAepresentative (Seal): KOe W. 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 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING I Iris aAML POWER#AND ISSUED PRIOR TO 04/20111, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as -Companies," duly organized and existing under the laws of the State of Ohio, and having its p41cipal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W.SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - _ LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were;signed by the President,sealed with the:corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: -Be It Resolved,that the President, any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executiveshall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney4n-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.- 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.- (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 . Corporate Sealste�rQsgR`tNC�:•o+ •``Q��ONAL��;'G' xSU�"p"�'4, WESTFIELD INSURANCE COMPANY Affixed ..: .a. •`,' •• '.S �t3 •=M". WESTFIELD NATIONAL INSURANCE COMPANY 4. `;Q = •'Z _ �N�� ••�� OHIO FARMERS INSURANCE COMPANY SEAL xv :p �'t 1848 :� c nnn.K^" k By State of Ohio "" Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn,did depose and say,that he resides-in Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal ,.•` R%AL. ~�� Affixed ,rp; S� J William J. Kahelin,A rney at Law, Notary Public State of Ohio "s:N o My Commission Does Not Expire (Sec.147.03 Ohio Revised Code) County of Medina ss.: •Vti M,O�O. I, Frank A. Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of October A° 2019 ••.......s '7 oakRTW SEAL a N: SEAL m= cm Secretary 'f`'•� '�` {�: �7, •o_ =.184a = Frank A. Carrino, Secretary BPOAC2 (combined) (06-02)