Loading...
HomeMy WebLinkAboutContract 43552-FP1 Received By FORT WORTH Business Support Group > Brandy crane FEB 212015 TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION D.O.E.Ns: 6963 Regarding contract 43552 for W ROSEDALE ST PH1 LIPSCOMB TO S JENNINGS as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 07/17/2012 r through M&C C-25731'&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: $244,047.00V, Amount of Approved Cbange Orders: $43,610.30 Ns 1,2 Revised Contract Amount: $287,65730✓ Total Cost Work Completed: $284,954.40' Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $284,954.40 Less Previous Payments: $242,61336 Final Payment Due $42,341.04 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction L -vab�> Accepted Date a Director, TRANSiLTATION AND PURLLI WORKS DEPARTMENT --;iz" ' ZL— 'fir jic City Manager Date Comments: FUND ACCT:GR76-541200-02203125830 OFFICIAL RECORD iCIYY SECRETARY RECEIVED SEP 8 0 2015 FT, WORTH,T TPW Construction Invoice COntraCt: CS43552 P.O.# PO-13_74202 PaYrt=t Date: 11131/2014 TO:C.Green Sing RN.# CS43552- . 4L Estimate No. 51 DOE: 6963 9025 Cardinal Lane ProjManagea Patrick Buckley North Richland Hilts TX 76180 FOIL West Rosedale a4womb to South j )B&cftdcstnm Landscape&Bdmcemmts FINAL PAY c4utract Amount: $287,65730 Total to Date: 5284954.40 $0.00 5284954.40 Previous Estimate: $269,570.40 $26,957.04 $242,613.36 ACH Earned to Date: 5151384.00 (526,957.04) $42,341.04 FF 1 5217,65730 C001-521,2 CE1/.2-513,3N,00 Total to Date: 5284,954.40 $0.00 ,284,954.40 Previous Estimate: $269,570.40 $26957.04 5242„613.36 Earned to Date: $15,384.00 ($26957.04) $42,341.04 Transportation&Public Works BUSFNESS SUPPORT GROUP Contact Person IRANDY CRANE-Ext_2852 DcparMwntA Val Si rc for. KAREN STRIKER N 1K DEPARTME C CK-UP YES ❑ Thnraday,February 26,2015 Page 1 of 1 City Project Numbers 00459 DOE Number 6963 Contract Name W ROSEDALE ST PH I(LHWOMB TO S JENNINGS) Estimate Number 51 Contract Limits BIKE(PEDESTRIAN LANDSCAPE ENHANCEMENTS Payment Number 51 Project Type MEDIANS For Period Ending 12/312014 Project Funding Project Manager Buckley City Secretary Contract Number 43552 Inspectors DICKINSON / COLLIER Contract Date 7/17/2012 Contractor C.GREEN SCAPING,LP Contract Time 240 CD 8917 HAWK AVE. Days Charged to Date 218 CD NORTH RICHLAND , TX 76180 Contract is •000000 Complete HILLS CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $284,954.40 DepartnIenjo W Const.Services Leas %Retained $0.00 LDOE#O(an� Date Net Earned $284,954.40 �n k(-o' et Manager /[��C Earned This Period 142,341.04 Risk Management ' Retainage This Period 10.00 D.O.E. Brothe on Less Liquidated Damages CFA Westerman/Scanned ❑ 0 Days(@ 10.00 /Day $0.00 TW Proceeding people have been Contacted concerning the request LessPavement Deficiency $0.00 for final payment&have released this project for such payment Less Penalty $0.00 Clearance Conducted By Etta Bacy Less Previous Payment $242,613.36 Plus Material on Hand Less 15% $0.00 Balance Due This Payment 542,341.04 Monday,January 12,2015 Page 5 of 5 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name W ROSEDALE ST PH I(IBSCOMB TO S JENNINGS) Contract Limits BIKE/PEDESTRIAN LANDSCAPE ENHANCEMENTS Project Type MEDIANS City Project Numbers 00459 DOE Number 6963 Estimate Number 51 Payment Number 51 For Period Ending 12/312014 CD City Secretary Contract Number 43552 Contract Time 246D Contract Date 7/172012 Days Charged to Date 219 Project Manager Buckley Contract is 99.000 %Complete Contractor C.GREEN SCAPING,LP 8917 HAWK AVE. NORTH RICHIAND , TX 76180 HILLS Inspectors DICKINSON / COLLIER Monday,January 12,2015 Page 1 of 5 1 City Project Numbers 00459 DOE Number 6963 Contract Name W ROSEDALE ST PH I(LIPSCOMB TO S JENNNINGS) Estimate Number 51 Contract Limits BW.E/PEDESTRIAN LANDSCAPE ENHANCEMENTS Payment Number 51 Project Type MEDIANS For Period Ending 121312014 Project Funding W.Rosedale BikdPedestrian Praj Hemphill Medians Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 Mobilization-Services(Mobilimtio 1 LS S4,700.00 S4,700.00 1 S4,700.00 2 Pavement-Unclassified Street Excav 1100 CY $13.00 $14,300.00 1100 $14,300.00 3 Conduit-Install(Conduit Bore with 130 LF $23.00 52,990.00 130 $2,990.00 4 Pipe-6 in drain(non-perforated)I 400 LF $13.80 $5,520.00 400 $5,520.00 5 Sign-Street signs-Install(sign 9 EA $90.00 $720.00 9 $720.00 6 Conduit-2 in Sch 40-Install(2' 1260 LF $7.40 $9,324.00 1260 $9,324.00 7 Median-Brick-Install(Permeable 5000 SF $7.30 $36,500.00 5000 $36,500.00 8 Miscellaneous Services-(River Pebb 20 EA $137.00 $2,740.00 20 S2,740.00 9 Miscellaneous Services-(Lva Sand 7 EA 5157.00 $1,099.00 7 $1,099.00 10 Miscellaneous Services-(Maintenanc 30 EA $100.00 $3,000.00 30 $3,000.00 11 Miscellaneous Services-(Metal Edgi 1950 EA $2.20 S4,M.00 1950 54,290.00 12 Site Preparation-Grading-Service 1 LS $700.00 $700.00 1 5700.00 13 Topsoil-Install(Planting Soil Mix 1325 CY $43.00 $56,975.00 1325 $56,975.00 14 Landscaping-per plans-Install(P 1 IS $35,289.00 $35,289.00 1 S35,289.00 15 Irrigation System w/Control&Electr 1 LS 528,600.00 $28,600.00 1 $28,600.00 16 Storm Water Pollution Prevention Pla 1 LS $1,600.00 $1,600.00 1 $1,600.00 17 Traffic Control-Install(Tnaffic C 1 LS $10,000.00 $10,000.00 1 $10,000.00 18 Sign-Project Designation-Install 2 EA $350.00 $700.00 2 $700.00 19 Utility A*stmmt-Repair(Mise Ut 10000 LS $1.00 $10,000.00 10000 $10,000.00 20 Miscellaneous Farce Account(Mist Fo 15000 FA $1.00 $15,000.00 12297.1 $12,297.10 IA Mobilization Services(CO ill) 1 LS 54,160.82 54,160.82 1 54,160.82 2A Pavement Unclassified(CO 01) 1100 CY $1.85 52,035.00 1100 $2,035.00 3A Conduit Install Bore(CO 01) 130 LF $5.00 5650.00 130 S650.00 4A Pipe 6 Inch Drain Install 12•Multiflow Pipe& 400 LF $0.70 5280.00 400 $280.00 Appurtenances(CO 41) 7A Medium Brick(CO*1) 5000 SF $0.58 $2,900.00 5000 S2,900.00 8A Miscellaneous Services River Pebbles(CO Sl) 20 CY $76.00 $1,520.00 20 $1,520.00 9A Miscellaneous Services Lava Sand(CO 01) 7 CY $52.00 $364.00 7 5364.00 10A Miscellaneous Services Decomposed Granite(CO 01) 30 CY $18.00 $540.00 30 $540.00 11A Miscellaneous Services Metal Edging(CO 01) 1950 LF $0.58 $1,131.00 1950 $1,131.00 12A Site Preparatory Grading Fine Grading(CO 8l) 1 LS $2,200.00 $2,204.00 1 $2,200.00 Monday,January 12,2015 Page 2 of 5 City Project Numbers 00459 DOE Number 6963 Contract Name W ROSEDALE ST PH i(LIPSCOMB TO S JENNINGS) Estimate Number 51 Contract Limits BIKE/PEDESTRIAN LANDSCAPE ENHANCEMENTS Payment Number 51 Project Type MEDIANS For Period Ending 12/31/2014 Project Funding 13A Topsoil Insall Planting Soil Mix(CO gl) 1325 CY $220 $2,915.00 1325 52,915.00 14A Landscaping per Plans Insall Planting Per Plans 1 LS $6,600.48 $6,600.48 1 $6,600.48 15A Irrigation System with Control&Electrical Service 1 IS $2,930.00 $2,930.00 1 $2,930.00 (CO 41) 21 Remove Lava Sand Area and repalce w/concrete 1 LS 515,384.00 515,384.00 1 515,384.00 River Pebbles Sub-Total of Previous Unit 5287,657.30 $284,954.40 Monday,January 12,2015 Page 3 of 5 City Project Numbers 00459 DOE Number 6963 Contract Name W ROSEDALE ST PH I(LIPSCOMB TO S JENNINOS) Estimate Number 51 Contract Limits BIKE/PEDESTRIAN LANDSCAPE ENHANCEMENTS Payment Number 51 Project Type MEDIANS For Period Ending 17/312014 Project Funding Contract Information Summary Original Contract Amount $244,047.00 Chance Orders Change Order Number 1 $28,226.30 Change Order Number 2 $15,394.00 Total Contract Price $287,657.30 Batei 5 Total Cost of Work Completed $294,954.40 CoLess %Retained $0.00 e �. Co Earned $284,954.40 In Earned This Period $42,341.04 Retainage This Period 50.00 Date Less Liquidated Damages Project M / Days® /Day 60.00 ate LessPavement Deficiency 50.00 t ' torfrPW-Infrastructure Design and Construction Leas Penalty 50.00 Date VLLY Less Previous Payment 5242,613.36 Dire for/Contracting Dep t Plus Material on Hand Less 15% $0.00 Balance Due This Payment $42.341.04 Monday,January 12.2015 Page 4 of 5 BuySpeed Online hupSJ/bso.fortworthgov oig/ O/punchascorder/invoiCdinvoiceSumma... Buy `u Online Accounts Payable ewe Purchasing; Dep.rtrrr«rt Acesas NQGP Code drowse 1 My Account I Customer Serve I Current Oryanizedo ®OF FORT WORTH April 13,201510:01:46 AM CDT p 0 r About x Invoice#: CS43552-FINAL Vendor#:0000008098 Vendor Group#:01 Status:41R-Ready for Approval General items Credits Subcontractors Accounts Routlnp Attachments N01105(1) Reminder Chat"Order summary Back to PO Gomm 1AraiNrlion iMarlrYrpa • Aow nt code 154GR78-541200-022203125830 is in the rod by$3,404.00. • Ycu ere going to final pay the fdkrving partially paid po Name,[21. Header Information Invoice Number. CS43552-1-INAL 4112-Ready for 3 way Invoice Status: Invoke Type: Invoice Description: CS43552-FINAL west Rosedale aiks/Pedeebw Pr*ct P Phase 1_1-113scomb to s Jennlrps Invoice Date: 12/3112014 Effect Date: 04/13/2015 Payment Amount: $42,341.04ACH(DIRECT Payment Handling Code: DEPOSIT) Date: 01/25/2015 Payment Tetras: Payment Term 0 Payment 0.0% Day: Discount: Paid-Bank/Check: Altemate Id: Entered By: Brandy crane Entered Date: 0411312015 Credit Amount: $0.00 Updated By: Brandy Grans Updated Date: 04/1312015 Received Date: 05/02/2014 09:47:00 AM Notes: Had to wdt for Finance to move the C299-541200-2092300459631 and C293-20000-0000000459w chw9as bit b GR70. Purchase Order information Purchase order PO-15 00087080 PO Description CS43562 Number. PO Amount: $16,095.90 Remaining To $2,702.90 Buyer. Brandy Invoice: Crane PoVendor Information Vendor. 0000008096-C GREEN$CAPING LP Address Grp: 01 Vendor Remit-to DANA LOUCKS Address: DBA GREEN SCAPING CO 2401 Handley EdervNb Rd. ACH ONLY Fart worth,TX 76110 us Fed ID: --2913 Remit Text Email:DLOUCKSCGREENSCAPING.COM Phone:(817)577-91299 FAX:(817)577-9331 WYbalie www.m.00m Id:18672 Misc d.Freight Invoice Account Event Type Fiscal Yew Arrant Code Transaction Amount Wee 15 GR78-205000-000203125000 $28,95/,04 Total: $28,957.04 Item Information 1 of 4/13/2015 10:01 AM BuySpeed Online httpsJ/bso.fonwmftov m&Ua✓purch&wmda/invoice mvoiceSumma.. Invoice Item#/PO Rom#•1 COg1-$28,228.30-West Rosedale Bk&PadesWm Plnject GR76-541200.022203125830 CS43552 DOE:6283 Oriprial PO-13-74202 FD Permit Invoke Discount% original Final item Status 7b pay Amount PayAmount by 3PCR-Carnplels Receipt $0.00 $2,70290 0.0% $0.00 Yes MAKE: ASSET MODEL• ASSET_MANUF: ASSET_SERIAL- ASSET VIN: ASSET TAG: Event Type Fiscal Year Aocaed Cads Transection Artptht Exp. 15 C295-541200-209230045983 $2,70290 Enc. 15 C295-541200-209230045983 -82,70290 Invoke Item#1130 Item#:2 C01112-$15,384.00-Wast Rosedale BlkelPedesiden Project GR76-511200.022203125830 CS43552 DOE:6283 OrWnW PO-13-74202 PO Permit Invoke Discount% Original Final Item Status To Pay Amount Pay Recent Pay 3PCR-ConlpleM Receipt $2,702.90 $1$681.10 0.0% $0.00 Yes MAKE: ASSET—MODEL: ASSET MANUF: ASSET_SERIAL• ASSET VIN: ASSET TAG: Event Type Fiscal Year Account Code Traraectbn Artnoud Exp. 15 GR75- 41200-022203125830 $12,681.10 Erie. 15 GR7$-541200.022203125830 412,681.10 Approval Path: Delete Approver Order Approval level Approver Dote Doh ApprovadlDYapproved Comment Sequence Path Type Requested ApprovedlDMapproved Aasaeekd View ID AArewled by Add New PIMINly AddlDelele Approver Print CopyrW O 2015 Periscope HokkW,kre.-AN Ripltte Reserved.default 2 of 2 4/132015 10:01 AM Page: 1 Document Name: untitled BC AVAILABLE FUNDS INQUIRY 162 NEXT FUNCTION: ACTION: ------------------------------------------ --------------------- COMP / ACCT / CNTR ALTERNATE COMP / ACCT / CNTR GR76 205000 000203125000 ACCT DESC: CONTRACT RETAINAGE PAY ORIG APPROPRIATION: 0.00 CNTR DESC: W ROSEDALE ST RETROFIT S.D. PROJECT LAST ACTIVITY: 04/11/2015 0.00 NA 0.00 0.00 NA - 0. 00 - 0.00 NA - 0.00 26, 957.04- (LIABILITY ) - 0.00 --------------------- --------------------- 26, 957.04 (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 1 0 Date: 04-13-2015 Time: :57:35.92 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before tae,the undersigned authority,a Notary Public in the state and county aforesaid,on this day personally appeared Curtis Green,Vice President,of C. Green Scaping LP.,known to me to be a credible person,who being by me duly sworn,upon his oath deposed and said; That all persons,firms,associations,corporations or other organizations furnishing labor and/or materials have been paid in full; and that there are no claims pending for personal injury-and/or property damages; on Contract described as; W Rosedale St.Ph 1 (Lipscomb to S.Jennings)DOE Number 6963 Contract number 43552 By: — Subscribed and sworn before me on thisday ,of 2015. DANA AI LDi1CKS * * �oa o Notary Public in Tarrant County,Texas Comm.6M.0?1oM17 CONSENT OF OWNER X SURETY COMPANY ARCHITECT [:] TO FINAL PAYMENT CONTRACTOR E] SURETY .4/.4 DOCUMEAT G707 OTHER PROJECT: City of Fort Worth Project:West Rosedale Bike estnanProject- em t tans (name,addmss) Bond No.022036878 TO(ClAvner) City of Fort Worth ARCHITECTS PROJECT NO: 1000 Throckmorton CONTRACT FOR: Fort Worth,TX 76102 CONTRACT DATE: July 17,2012 CONTRACTOR C.Green Scaping,LP 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) West American Insurance Company 136 N.Third Street Hamilton,Ohio 45025 ,SURETY COMPANY, on bond of(here insert name and address of Contractor) C.Green Scaping,LP 2401 Handley Ederville Road Fort Worth,TX 76118 ,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) City of Fort Worth 1000 Throckmorton Fort Worth,TX 76102 ,OWNER. as set forth in the said Surety Company's bond IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 13 day of January ,2015 West American Insurance Company ty Com pan PHtect: Rachyl Mullin Signature of Authorized Representative -_ - Atteerae7�-in-Fa©t TTttle NOTE: This fapn4sl6 be used as a companion document to AIA DOCUMENT G706.CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS.Current Edition A IA DOCUMENT G707.CONSENT OF SURETY COMPANY TO FINAL PAYMENT,APRIL 1970 EDITION I AIAS ONE PAGE C 1970.THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,NW,WASHINGTON,D.C.20006 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney Intita the seta of those named herein,and d"Ism no authority to bind the Company except In the manner and to the extant Wet stabil Certificate No.6mo17 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOwN ALL PERSONS BY THESE PRESENTS: That American Fire d Casualty Company and The Ohio Casualty Insurance Comparry am corporations dry oryaniaed under the tars of tte Stdo of New Hampshire,tW Ubo q trlerd hsuranco Company is a corporation duly orger ed tarda rlhe fres of to Stade of Massachusetts,and wast American nsuuahxs Company is a corporalion duly organized under the fares of the Stain of Indiana(herein colter called the*Companical,pursuant to and by adhorky leren sot trip,does hereby name,corraillule and Wpola, James E.King*Jett P.King:Kylb Ketsoa:R11 ft A tAft al of ore city of Demmn stale of TX each indhtludy I fere be mom than one named,its true and fawkrl dkxteyit-W to make,execute,seal,adoh AWp and deliver,for and on ft betel as surely and as its act and deed,any and all a ndert fts,bads,moop tunces and other tamely obligations,in puraiance of these preser Is and shall be as bidlg upon the Corrpantes as ift"have been duly so*by the president and attested by the secretary of the Companies in Cep own proper persons. IN IMTNESS wtIEREOF,this Power of Atlomey has been sutseried by an authorized officer or official of the Compares and the corpora a seals of the Companies have been afPoced Ihsreb this starday of October 2014 ;, American Fane and Casualty Company The Ohio Caauatty Insurance Company a Uberty Mutual Insurance Company c r I West Insurance Company as pj 21�tttit µ / 3 By: xf1111.11�4 STATE OF PENNSYLVANIA ser David Ml Che ,Assistant Secretary 41 COUNTY OF MONTGOMERY _ C IM On tnta 31 at dye of October 2014 bdo a me personally appeared David ML Can who aekrwwbdged himself to be the Aesiatant Secretary of American Fire and tans us Caardly Compaq Liberty Mutual hmmi nee Company,The Ohio Caaaky I st rance Company,and wast American Insurance Conpany end that he,as such,bug authormad oro th do, a ex,x�the tragoing insim ent for the purposes theme contained by signing on behal of tie corporations by himself as a dtdy authorized ol4ca. 1ui al e`n > iN wt mss w iEREoF,i have lerewtosutecxibed 1nymeme and adfhad my nolrid sed d ulh libeling,Pennsylvania,on to day and yea ist above walham. Q CL al ii CUM4KiNWE_ALTH OF PENNSY:VAMA C 1(/ O �yicrera YrtS Blla NdAry PuWk gy ��A�. l� dG k� o rel el j/.. 9 i I Ffyma.&:T*p..Mon!ponwyy Coupty T4ra Penh, y PALfIi� C C i OF } f My Cumimann Ejorw March 29.2017 r a1 4„ Mmrtor.PomAmnlaa Assoc a*'n of Natytc E Q C Ll This Power of An may is made and exeauledvarmo owl by aWwrnly of the blousg Bylaws and Alntbonzaions ofAmen ce n Fie and Casualty Company,The Ohio Casualty im vane as O 6. Company Liberty A"nprance Company.WdWadi Minoan' Insurance Company which resolutlas are now in full faros end elect readily as blows: = CR zai a L ARTICLE N—OFFICERS—Sectorn 12.Power ofAumney.Any olicar or atter oiidel of the Corporation authorized for rid purpose in wrifilp by the Chdmnal a the President,and su b od O C $ b such imitation as the Charman or the PlesidW may prescribe,shad appoint such albmays4gacL a1 may be necessary to act in behalf of the Corporation to maim,exem b,seal, �+m O E aemcwbdge and deliver as arty any and al mle talcinya,bonds,recogn mences and other seely obligations. Such dlaneya4winCt,subject b the Im'taions set bah in thdl maps PH 1i 'a E ori Dowers of mimney.shat have Irl powux to bed to Camorsion by ter dgnekro and execution of any such Wert m eats and to attach l ereb the seal of the Corporation. when oro W m S. l o executed,sunch instruments shat be oro binding es I signed by 1 e Presidard and attested In by Cres Sec eta .Any poweror ahthodly granled to any reprewdetive er agortey-it-tac=W > the pnovisio a of Me**may be revoked of any time by the Board,tie Chairman,the Paesrlent or by the of er or ofcem granting archwer poor authorly. C a w c ARTICLE)(Ill—Execution of Contracts—SECTION 5.Sleety Bonds and l)ndertal"s.Any officer of the Company authorized ler that purpose in wriing byte dhainiat or the president, « > ` and x0o to such WAN=as the chairman or the president may prescribe,aha appoint such attareys-in tail,as may be necessary b act n behalf of the Compaq to mile,execute, �90 " aubrapaildlestaatcryadrheadgbolarbhrzaeadoteratobptieSc � xstbth E0 sad o? Z res m*a pcwrere of attorney shat nava roti power to bid tte Company by ter agnatum aid owatorn of cry such imam wb and b attach thereto t e sed of Cw Company When oro 0 r ae*MaichkuMwwb"bessbk*Vnl*nodbyftpmWWw4 altedled by 1 e nc efay. 019 Certlttcate of Designation—The President of the Compaq.acting pursuant to the Dylan of the Compary,a doizes David ML Cary,Aesidot Secretary to appoint such ationeys n. r fad as may be necessary fo act on behalf of to Company b mde,execute,sed,acknowledge and dOw as arty arty and all u ndaieldr%bads,recognizences and other stray off• Aaihorlatton—By unerdmoura cormt of the Companys Board of Directors,to Company coneernta that la almile or mechanically,mproduoed spnatre of a r assistant sectary of to Cortpary,wherever appearing upon a catfied copy of aq paver of attorney issued by the Company In connection with grey bonds,diel be valid and binding upon the,Company with to sense force and etlec as though manually allied. I,Gregory W.Davenport,the undersigned,Assistant sectary,of American FIe and Cadusly Company The Ohio Cm*Insurance Company,Liberty M"I smarm Company,ad Alai Amencen h umnce Company do hereby certiy that In original power of Murrey of which the lorepokg is s fu,tue and caned coq of to Power of Aflor ey exemled by geld Conpaies,is in tell brace and~and hes riot bean wicked. IN TESTIMONY V*IEREOF,I have hereurllo set my had and affixed the heels of said Caapnsslisa thY ttN of ,20 A. Lay* st;,;�� ��:'o"'�+'��'�� •,.f.�,,:;,Lj,�•Y. 0_;`L <r 190Fi l. l1 1919 ti `� 912 G B y QmOn1Y1Ar T'AM'pTrpKjrm.laaW&ti€N eY Utile 12e73 122013 6301100 .'^n CoopoL++ 0000M m ,� „io n? 0 m lO N rNrm Ln a� ion v "" o a ri a Ch °'! 1 2 � n m �a' w cn Lq o0 0 $ v d m N .o N a .4 Q N M •, al •j 111Go Kj l^O 0M1 0'.4444 V N N N N N N N N V► V1 Y d Y r r Y E- u u u S u u CL a n c n n CL c c o C w C C K n K w _ LO r 3 r P r ¢ 3 E. g 2 3 3 3 o « .b f dl .6 o .0 .6 .71 w « 3 � o uc . o � a O 7 t• •e m d' C " Y �• C x x 0 oti x 0 0 Z u V w v v A v v t ccp o ep m c o o p cC u c of e e d V € U tg S� tg U U U �+ �• ,� •+ w w O ` u coffdFi cmmccm O w ^ c a f 2 sV CL p iv v v v v o 0 w w LL � mmmm f F O Z aC a a Nc en 0 0 0 0 0 0 0 0 0 = O O n m u u u u u v u u u u u u a a a a a a d a a a a d _ a a CL— .0 Z 4. N H C m Q t « vi c j Q .moi of E q vi in cn Q 6 d N 8 � � O j�j u C u 3 w Q u u d ou yyp Q W ` 3 m co � W e z' CL N 0 D G7 R r o c a U. c N IL D st f- UA W W Q 0 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1 CONTRACTOR&PROJECT DATA Name of Contractor Project Name C.Green Scaping LTD West Rosedale Bike/Pedestrian Project Hemphill Medians DDE Inspector DOE Number Michael Collier 6963 DOE Inspector Project Manager ❑ Water❑ Waste Water Storm Drainage Pavement Pat Buckle Initial Contract Amount Project Difficulty $244,047.00 O Simple Q Routine O Complex Final Contract Amount Date $284,954.40 1/9/2015 11)PERFORMANCE EVALUATION 0-Inadequate I-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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 1 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 1 Y 1 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 391 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 391 111)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MSI 0 100%) 391 / 448 87% Performance Category Excellent <20%=Inadequate 20%10<40%=Deficient 40%to<60%=Standard 600/6 to<80%=Good ?_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector 4, ature Contractor Signature DOE Inspector's Super sor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (a (817)392-7941-Fax:(817)392-7845 FORTWORTH REV:0227/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1 PROJECT INFORMATION Date: 1/9/2015 Name of Contractor Project Name C.Green Sca in ,LTD West Rosedale Bike/Pedestrian Project Hemphill Medians DOE Inspector Project Manager Michael Collier Pat Buckle DOE Number Project Djrlculry Type Of Contract 6963 1 0 Simple Q Routine 0 Complex ❑ water E] Waste Water[]' Storm Drainac,)eE"Pavement Initial Contract Amount Final Contract Amount $244,047.00 $284,954.40 11)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 Inspector 4 1 Accuracy of Plans to Existing Conditions 3 2 Knowledge of Inspector 4 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs Pr 1 Knowledge And/Or Problem Resolution 3 ADMINISTRATION 2 Availability of Project Manager I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe 111)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Super r ��- INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS coo The City of Fort Worth•1000 Thtockmortan Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FoRTWORTH n~03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:51 NAME OF PROJECT: West RosedaleBike/Pedestrain Project Hemphill Medians PROJECT NO.: CPN#00459-GR541200-022203125830 CONTRACTOR: C.Green ft L.P. DOE NO.: 6963 PERIOD FROM:01/01/15 TO: 01/08/15 FINAL INSPECTION DATE: 2-Ma -14 WORK ORDER EFFECTIVE:12/26t2012 CONTRACT TIME: 240 • CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 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 OTHERS* DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD PREVIOUS PERIOD TOTALS TO DATE 218 I I 218 *REMARKS: Time Stopped Per Pat Buckley,on n5-7-13 due to Phase 42 Contractor on Site.Time restarted 9-9-13 Time Stopped Per Pat Buckley,again 10-25-13 due to Phase#Contractors. Tme restarted 3-19-14 DAYS ADJUSTED ON 3-3-14 ESTIMATE Final Inspection 5-2-2014 Time Stopped per Pat Buckle , un list' entified issues. i �- -/ CONT TOR D TE INSPECTOR DATE ENGINEERING DEPARTMENT _ D The City of Fort Worth-1000 Throckmorton Street-Fort Wo h,TX 76012-6311 (817)392-7941 -Fa c:(817)392-7845 : OFFICIAL Geee,0011 CITY SECRETARY FT.WORTH, TX