HomeMy WebLinkAboutContract 47675-FP4 epartment of TPW Const. Services
PN#_� Date
ket ager W-e4.1 ,T WO RT H®Management S. Gatewood��',7��, l CITY SECRETARY
O.E. Brotherton - =f CONTRACT NO. IM75-f
rater V. Gutzier —L?-/
FA Janie Morales/Scanned o TION AND PUBLIC WORKS
s Proceeding people have been Contacted concerning the request PROJECT COMPLETION
�evelopet Projects)
final payment&have released this project for such payment.
�FA star n ea( sl—wlo City Project N4C: 100033
:arance Conducted By Etta Bacy C�y7��J
Regarding contract 100033 for AUGUSTA MEADOWS-LIGHTING as required by the as approved by City Council
on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENTS
upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted
the project as complete.
Original Contract Price: $47,148.75
Amount of Approved Change Orders: Ne 1
Revised Contract Amount: $47,148.75
Total Cost Work Completed: $47,148.75
I
' r
Ail 1
Recommend fb tance Date
Asst. Directo , P - Development Services
Accepted Date
i Director
Asst..City Manager Date
Comments: �. OFFICIAL RECORD
CITY SECRETARY
RECEIVED FT.WORTH..TX
SEP —3 2019 .
cnY0FF0RTWQnM
CITYSECR�rA
Rev.9/22/16 �`�
FORT WORTH
CITY OF FORT WORTH
PARTIAL PAYMENT REQUEST
Contract Name AGUSTA MEADOWS
Contract Limits
Project Type LIGHTING
City Project Numbers 100033
DOE Number 3300
Estimate Number 1 Payment Number I For Period Ending 3/2/2017
Project Funding
CD
City Secretary Contract Number Contract Time 180 CD
Contract Date Days Charged to Date 351
Project Manager NA Contract is 100.00 Complete
Contractor INDEPENDENT UTILITY CONSTRgCTION,INC.
5109 SUN VALLEY
FORT WORTH, TX 76119
Inspectors DICKINSON / WATSON D
Friday,April 27,2018 Page 1 of 4
I ,
City Project Numbers 100033 DOE Number 3300
Contract Name AGUSTA MEADOWS Estimate Number I
Contract Limits Payment Number I
Project Type LIGHTING For Period Ending 3/2/2017
Project Funding
UNIT V:STREET LIGHTING IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 RELOCATE STREET LIGHT POLE 1 EA $3,299.00 $3,299.00 1 $3,299.00
2 RDWY ILLUM FOUNDATION TY 1,2,AND 4 10 EA $1,535.00 $15,350.00 10 $15,350.00
3 RDWY ILUM ASSEMBLY TY 8,11,D-25 AND D- 10 EA $2,182.00 $21,820.00 10 $21,820.00
30
4 2"CONDT PVC 80(T) 385 LF $13.78 $5,305.30 385 $5,305.30
5 #8 ALUMINUM CABLE 385 LF $3.57 $1,374.45 385 $1,374.45
Sub-Total of Previous Unit $47,148.75 $47,148.75
I
Friday,April 27,2018 Page 2 of 4
City Project Numbers 100033 DOE Number 3300
Contract Name AGUSTA MEADOWS Estimate Number 1
Contract Limits Payment Number 1
Project Type LIGHTING For Period Ending 3/2/2017
Project Funding
Contract Information Summary
Original Contract Amount $47,148.75
Change Orders
Total Contract Price $47,148.75
40:2��4- / i ate �'� �V Total Cost of Work Completed $47,148.75
Inspection Supervisor Less %Retained $0.00
Net Earned $47,148.75
Date 5- �� Earned This Period $47,148.75
Z�/L
Manager / fRetainage This Period $0.00
.. w Date Z/ O Less Liquidated Damages
Direc r/Contracting Departme t Days @ /Day $0.00
LessPavement Deficiency $0.00
Less Penalty $0.00
Less Previous Payment $0.00
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $47,148.75
Friday,April 27,2018 Page 3 of 4
City Project Numbers 100033 DOE Number 3300
Contract Name AGUSTA MEADOWS Estimate Number I
Contract Limits Payment Number I
Project Type LIGHTING For Period Ending 3/2/2017
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors DICKINSON / WATSON,D Contract Date
Contractor INDEPENDENT UTILITY CONSTRUCTION,INC. Contract Time 180 CD
5109 SUN VALLEY Days Charged to Date 351 CD
FORT WORTH, TX 76119 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 $47,148.75
Less %Retained $0.00
Net Earned $47,148.75
Earned This Period $47,148.75
i
Retai�age 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 $0.00
Plus Material on Hand Less 15% $0.00
Balance Due This Payment $47,148.75
Friday,April 27,2018 Page 4 of 4
01142 43
DAP.BID PROPOSAL
Pane I of I
SECTION 00 42 43
Developer Awarded Projects-PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidders Proposal
Bidlist Item pa uriplion Specification Unit of Bid Unit Price Bid Value
No. Section No. Measure Quanuty
UNIT V:STREET P 0 ME TS
1 Relocate Street Light Pole 31 41 20 EA 1 $3.299.00 S1.299.00
2 3441.3301 Rdwy Illum Foundation TY 1.2.and 4 34 41 20 EA 10 $1,535.00 $15.350.00
3 3441.3002 Rdwy Alum Assmbly TY 8.11.D-25.and D-30 34 41 20 EA 10 $2,182.00 S21,820.00
4 T'Condt PVC 80(T) 34 41 20 LF 385 $13.78 $5.305.30
5 #8 Aluminum Cable 35 41 20 LF 385 $3.57 $1.374.45
6
7
8
9
10
11
12
13
TOTAL UNIT V:OTHER CONSTRUCTION COST $47.148.75
Bid Summary
UNIT V-STREET LIGHT IMPROVEMENTS S47,148 75
'1'01nl Comtrucf oo Bid $47,148.75
Contractor agrees to complete WORK for FINAL ACCEPTANCE within 180 calendar days alter the date when the
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCIAIENTS•DEVELOPER AWARDED PROIFM
Form Vertwn Seplemb:r 1 -4115 IMi 42 43 Bid Propesal_DAP rot rs.M_2n II,I131416
DO 4100
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
Page 3 of 3
TOTAL BID $ 47 148.75
7. Bid Submittal
This Bid is submitted on 2119/2016 by the entity named below
Respectfully submitted,
Receipt is acknowledged of
By: the following Addenda: Initial
(Signature) I
Richard Wolfe Addendum No. I
(Printed Name) Addendum No.2
Title: Vice President Addendum No. 3
Company: Independent Utility Construction, Inc. Addendum No.4
Address: 5109 Sun Valley Drive
Fort Worth, TX 76119
State of Incorporation: Texas
Email: rwolfe@iuctx.com
Phone: 817-478-4444
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION BID FORM-DEVELOPER AWARDED PROJECTS 00 4100 Bid Form-DAP docx
Form Revised April 2,2014
004100
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
Page i of 3
SECTION 00 4100
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
TO: D.R.Horton—Texas,LTD., a Texas Limited Partnership
By: D.R. Horton,Inc.,a Delaware Corporation,Its Authorized Agent
6751 North Freeway
Fort Worth,TX 76131
FOR: Augusta Meadows
City Project No.: 100033
Units/Sections: Unit V/Roadway&Pedestrian Lighting
1. Enter Into Agreement
The undersigned Bidder proposes
and agrees, if this Bid is accepted,to enter into an Agreement with Developer in the form included in the
Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other
terms and conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO
BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing
with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract
award,and will provide a valid insurance certificate meeting all requirements in the
construction contract.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any
undisclosed individual or entity and is not submitted in conformity with any collusive
agreement or rules of any group,association,organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or
sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for
the Contract. For the purposes of this Paragraph:
a. "corrupt practice"means the offering,giving,receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process.
b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to
influence the bidding process to the detriment of Developer(b)to establish Bid prices at'
CITY OF FORT WORTH
STANDARD CONSTRUCTION BID FORM—DEVELOPER AWARDED PROJECTS 00 4100 Bid Form—DAP.docx
Form Revised April 2,2014
00 41 00
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
Page 2 of 3
artificial non-competitive levels,or(c)to deprive Developer of the benefits of free and
open competition.
c. "collusive practice"means a scheme or arrangement between two or more Bidders,with
or without the knowledge of Developer,a purpose of which is to establish Bid prices at
artificial,non-competitive levels.
d. "coercive practice" means harming or threatening to harm,directly or indirectly,persons
or their property to influence their participation in the bidding process or affect the
execution of the Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified
contractors and subcontractors:
a. - Roadway& Pedestrian Lighting
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 180 calendar days after the date when
the Contract Time commences to run as provided in the General Conditions.
4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event
of failure to complete the Work {and/or achievement of Milestones) within the times specified
in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Bid Bond(if required), Section 00 43 13 issued by a surety meeting the
requirements of the General Conditions.
c. Proposal Form, Section 00 42 43
d. MBE Forms (if required)
e. Prequalification Statement, Section 00 45 12
f. Any additional documents that may be required by Section 12 of the Instructions
to Bidders
g. Bidder pre-qualification application(optional)
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following
bid amount. In the space provided below,please enter the total bid amount for this project. Only
this figure will be read publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid
amount entered below is subject to verification and/or modification by multiplying the unit
bid prices for each pay item by the respective estimated quantities shown in this proposal and
then totaling all of the extended amounts.
6.3. Evaluation of Alternate Bid Items <use this if applicable,otherwise delete>
Total Base Bid
CITY OF FORT WORTH
STANDARD CONSTRUCTION BID FORM—DEVELOPER AWARDED PROJECTS 00 4100 Bid Form—DAP.docx
Form Revised April 2,2014
FORTWORTH REV:8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Independent Utility Construction,Inc Street Lights for Augusta Meadows
Inspector City Project Number
Donald Watson 100033
Construction Components Project Manager
❑ Water❑ waste Water❑ Storm Drainage Pavement Fred Ehia
Initial Contract Amount ProjectDculty
$47,148.75 Q Simple Routine Q Complex
Final Contract Amount Date
$47,148.75 4/27/2018
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 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 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 3 60 45
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 3 20 15
11 Property Restoration 5 Y 4 20 20
12 After Hours Response 5 Y 3 20 15
13 Project Completion 5 Y 3 20 15
TOTAL ELEMENT SCORE(A) 361
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 361
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating([TS/MS] *100%) 361 / 448 = 81%
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)
�a�Inspector Signature Contractor Signature
Inspector's Supervisor Signature !�
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116• (817)392-8306
FORTWORTH REV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 4/27/2018
Name of Contractor Project Name
Independent Utility Construction,Inc Street Lights for Augusta Meadows
DOE Inspector Project Manager
Donald Watson Fred Ehia
DOE Number Project Dculty Type of Contract
100033 Q Simple QQ Routine Q Complex L$47,148.75
water❑ WasteWater❑ StormDrainage0 Pavement
Initial Contract Amount l Contract Amount
$47,148.75
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION PLANS&SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 47
T Knowledge of Inspector 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities 4T 3 Applicability of Specifications
4 Display Of Professionalism 4 Accuracy of Plan Quantities
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager
1 Change Order Processing Time 3 Communication
T Timliness of Contractor Payments 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
, � The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817) 392-7845
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, on this day personally appeared RICHARD
WOLFE, Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC., known
to me to be a credible person, and after being duly sworn by me, upon his oath deposed
and said;
"That all persons, firms, associations, corporations, or other organizations
furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of Fort Worth has
been paid in full;
That there are no claims pending for personal injury and/or property damages;
On Contract described as: Augusta Meadows- City Project No. 100033
BY:
Richard Wolfe, Vice President
SU$ CRIBED AND SWORN TO BEFORE ME on this day of
2017.
�%`Ivlvfx CHRISTINA GARCIA
,PZJs �e
i$•' Notary Pubiio,State of TOM
J Comm.Expires t2.2o-2020 otary Public, State of Texas
Notary ID 130940785
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY
El
OTHE(SIMILAR TO AIA DOCUMENT G707)
Bond No. 4598206
PROTECT: Street Lights for Augusta Meadows
(name,address)Fort Worth, Texas
TO (Owner)
ARCHITECTS PROJECT NO:
City of Fort Worth CONTRACT FOR: Above Project
1000 Throckmorton Street
Fort Worth, Texas 76102
CONTRACT DATE:
CONTRACTOR: Independent Utility Construction, 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) Westfield Insurance Company
555 Republic Drive, Suite 450
Plano, Texas 75074 SURETY COMPANY,
on bond of(here insert name and address of Contractor)
Independent Utility Construction, Inc.
5109 Sun Valley Drive ,CONTRACTOR,
Fort Worth, Texas 76119
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)
Citv of Fort Worth
1060 Throckmorton 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 21 st day of March 2017
WESTFIELI),INSURAECE COMPANY
Surety Comp
By
-- VAA—Ez�;�
Attest:
Signatur Authorized Representative
(Seal): Kvle W. Sweeney Attorney—in—Fact
Title
Note:This form is intended to be used as a companion document to the Contractors Affidavit of Payment of Debts and Claims,Current Edition
. -. .�., ..___.. . ..._....,,..,....,.. .....,... �.....,.... _..- ------- - -- --- POWER NO. 4220052 06
General Westfield Insurance Co.
Power
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 principal 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 Executive shall
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
Attorney-in-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 �•a��R�j ,• \gfdq�l'• ��$U WESTFIELD INSURANCE COMPANY
seals '��,. ••.rC�'s �P.•...........
WESTFIELD NATIONAL INSURANCE COMPANY
Affixed j�v,.• .ca. p ,c o: P: •<" OHIO FARMERS INSURANCE COMPANY
4~ SEAL �A c~n' SEh t! :m_ _o: lac
State of Ohio """ ........ ""�"""�, BYRichard 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
4
Seal .•`•��\A L S•.,
Affixed
William J. Kahelin,A rney at Law, Notary Public
State of Ohio N J do My Commission Does Not Expire(Sec.147.03 Ohio Revised Code)
County of Medina ss.:
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 21 st day of
March ..A DiyH 20'1-7
�t S .0 t SEALgHARTFREp 33 ry
4 N' :a 3u~i
.:0; •: 1848 :� Frank A. Carrinc, Secretary
BPOAC2 (combined) (06-02)
5109 Sun Valley Drive
Fort Worth,Texas 76119
817-478-4444
www.iuctx.com
March 21,2017
Project Name: Augusta Meadows
City Project Number: 100033
Please accept this letter as our formal acknowledgement to the City of Fort Worth that
Independent Utility Construction, Inc.,the Street Light Contractor for Augusta Meadows, has not
been assessed any liquidated damages under its contract with D.R.Horton,Inc.
If you need any further information in regards to this matter,feel free to contact me.
Sincerely,
lam'V V
Richard Wolfe,Jr.
Vice President
IIIII 111 ) �I 5109 Sun Valley Drive
Fort Worth,Texas76119
817-478-4444
www.iuctx.com
March 21,2017
City of Fort Worth
CFA Administration
1000 Throckmorton St.
Fort Worth,TX 76102
Project Name: Augusta Meadows
City Project No.: 100033
The purpose of this letter is to acknowledge that Independent Utility Construction, Inc. (the
"Contractor")has been paid in full by D.R. Horton, Inc.(the"Developer")for the public improvements
constructed to serve Augusta Meadows in Fort Worth,Texas. As a result,we hereby waive,release and
relinquish all rights to assert any claim or demand for lien in connection with this project.
Please feel free to contact me with any questions you may have.
Sincerely,
Richard Wolfe
Vice President
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT o�ER ❑
(SIMILAR TO AIA DOCUMENT G707)
Bond No. 4598206
PROJECT: Street Lights for Augusta Meadows
(name,address)Fort Worth, Texas
TO (Owner)
ARCHITECT'S PROJECT NO:
F—City of Fort Worth CONTRACT FOR: Above Project
1000 Throckmorton Street
Fort Worth, Texas 76102
CONTRACT DATE:
CONTRACTOR: Independent Utility Construction, 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) Westfield Insurance Company
555 Republic Drive, Suite 450
Plano, Texas 75074 , SURETY COMPANY,
on bond of(here insert name and address of Contractor)
Independent Utility Construction, Inc.
5109 Sun Valley Drive CONTRACTOR,
Fort Worth, Texas 76119
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 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 21 st day of March 2017
WESTFIEL SU CE COMPANY
Surety Comp '
By r
Signatur Authorized Representative
Attest:
(Seal): Kyle W. Sweeney Attorney—in—Fact
Title
Note:This four: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 POWFR BEARING I HIS 5AMt
jj POWER#AND ISSUED PRIOR TO 04/20111, FOR ANY PERSON OR PERSONS NAMED BELOW.
4 POWER NO. 4220052 06
L General
t Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY Ohio Farmers Insurance Co.
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 principal 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)-i n-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 Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-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
Attorney-in-Fact shalf 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
O\?�Yfi,(�fC,,'s `�P�1%o AkG;` `,,-QS�lISUR,��, WESTFIELD INSURANCE COMPANY
Affixed �v; .oy L� o.• .._p: ��......�'C�:a WESTFIELD NATIONAL INSURANCE COMPANY
.z' -Ole. OHIO FARMERS INSURANCE COMPANY
4 N' ,7 :r ,. _�: SEAL :m_ o: X. — s
w k gy:
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 "N
Seat R\A L S~•.
Affixed
• William J. Kahelin,A rney at Law, Notary Public
State of Ohio o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
County of Medina ss.: 4
TF ov
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 21 st day of
March .wn.°i:.,, 20.'7
asui�l,�k'", '\\oNA� A1KSU 4
o _ T
' ;• Y �: SELL �" _,�•�NtJtIE �33 J/'4'
:rn- _O: - s¢CfYt[ity
1B48 = = Frank A. Carrino, Secretary
EIPOAC2 (combined) (06-02)
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, on this day personally appeared RICHARD
WOLFE, Vice President of INDEPENDENT UTILITY CONSTRUCTION, INC., known
to me to be a credible person, and after being duly sworn by me, 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: Augusta Meadows - City Project No, 100033
BY: (r/-5�t
Richard Wolfe, Vice President
S
SUBSCRIBED AND SWORN TO BEFORE ME on this day of
2017.
CHRISTINA D12-2101-2020
r'�;�N• � Notary Public.Sts
Comm.expires otary Public, State of Texas
Notary ID 13
5109 Sun Valley Drive
Fort Worth,Texas 76119
817-478-4444
www.iuctx.com
March 21,2017
City of Fort Worth
CFA Administration
1000 Throckmorton St.
Fort Worth,TX 76102
Project Name: Augusta Meadows
City Project No.: 100033
The purpose of this letter is to acknowledge that Independent Utility Construction, Inc. (the
"Contractor") has been paid in full by D.R. Horton, Inc. (the "Developer")for the public improvements
constructed to serve Augusta Meadows in Fort Worth,Texas. As a result,we hereby waive,release and
relinquish all rights to assert any claim or demand for lien in connection with this project.
Please feel free to contact me with any questions you may have.
Sincerely,
Richard Wolfe
Vice President
5109 Sun Valley Drive
Fort Worth,Texas 76119
817-478-4444
www.iuctx.com
March 21,2017
Project Name: Augusta Meadows
City Project Number: 100033
Please accept this letter as our formal acknowledgement to the City of Fort Worth that
Independent Utility Construction, Inc.,the Street Light Contractor for Augusta Meadows, has not
been assessed any liquidated damages under its contract with D.R. Horton, Inc.
If you need any further information in regards to this matter, feel free to contact me.
Sincerely,
Richard Wolfe,Jr.
Vice President
To Whom it may concern CP#100033 Augusta Meadows — Lighting Green sheet
was over looked because the unit price bid for the streets light improvement was
never turned in. The job was completed on 3/2/2017
FORTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Augusta Meadows-Lighting
PROJECT NO.: 100033 CONTRACTOR: Independent Utility Construct
DOE NO.: NA
PERIOD FROM 11/01/16 TO: 03/02/17 FINAL INSPECTION DATE: 2-Mar-17
WORK ORDER EFFECTIVE:5/23/2016 CONTRACT TIME: 180 Q WR* 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 DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS
THIS 122 122
PERIOD
PREVIOUS 0 0
PERIOD
TOTALS
122 122
TO DATE
"REMARKS:
-r
CONTRA T DATE INSPECTOR DATE
ENGINEERING DEPARTMENT
i The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
d
(817)392-7941 •Fax: (817)392-7845