Loading...
HomeMy WebLinkAboutContract 48148-FP4 RECEIVED .9 FORTWORTH, DEC 10 2018 CITY SECRETARY UV of r0favvo rll i CONTRACT NO. ` CITY ECREM TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Project N4: 02375 Regarding contract 48148 for FW SOUTH PAVEMENT REPLACEMENT (FY15-CD9) as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 08/23/2016 through M&C C-27883 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: $3,079,663.55 Amount of Approved Change Orders: $143,731.65 N%*L Revised Contract Amount: $3,223,395.20 Total Cost Work Completed: $3,081,362.56 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $3,081,362.56 Less Previous Payments: $2,927,294.43 Final Payment Due f1 $154,068.13 Recommended f r Acceptance - Date Asst. Director, TPW - Infrastructure Design and Construction i Accep a Dat 4M Di ctor, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT QVaa-�'— tt. C Manager Dat Comments: 1C)0-9Pt:1°I—()000A14L4 34b14-Z0kp0000- COL3-kS- C1ZEIPrn1 ��e,S�b 3g0v-UW000 - CO?-'6-)r5 - ('"-x N %3%)032.0 o OFFICIAL RECORD 5 0005- 2000)00- l.0 L44N5- CI-T hm $-+,1-+U-53 CITY SECRETARY loo 1 t-z�0000 - C,ot�ty 5-c,�-cz -nl $kg0,Slit, •lob FT.WORTH,Tx Sotos► - JOUMOO -CO23�5- CARE'[PI-� $� , �*•SO Department of TPW Const. Services C?N#(� ... Date 'a Project Manager Risk Management S. Gatewood - D.O.E. Brotherton Water V. Gutzier —Iwo CFA Janie Morales/Scanned ❑ The Proceeding people have been Contacted concerning the request for final payment&have released this project for such payment. Clearance Conducted By Et`- W .. EW Construction Invoice 1s ;a ""1 Contract: CS48148A P.O.# 17-96726 Payment Date: 10/23/2018 TO:McClendon Construction Company Inc INV.# CS48148A-19 Tl N P(L Estimate No. 19 DOE: P O Box 996 J ProjManager Mary Flanna Burleson TX 76097 FOR: FW South Pavement Replacement Contract Amount: $3,223,395.20 Completed Ret Pen Adj Pay Total to Date: $3,081,362.56 $0.00 $0.00 $0.00 $3,081,362.56 Previous Estimate: $3,081,362.56 $0.00 $0.00 $0.00 $2,927,294.43 Earned to Date: $0.00 ($154,068.13) $0.00 $0.00 $154,068.13 Payments: 34014-0200431-5740010-CO2375-002180-9999-14010211 $936,084.74 Total to Date: $931,616.40 $0.00 $0.00 $0.00 $931,616.40 Previous Estimate: $931,616.40 $46,580.82 $0.00 $0.00 $885,035.58 Earned to Date: $0.00 ($46,580.82) $0.00 $0.00 $46,580.82 39007-0200431-5740010-CO2375-CO2183 $853,814.75 Total to Date: $760,651.91 $0.00 $0.00 $0.00 $760,651.91 Previous Estimate: $760,651.91 $38,032.60 $0.00 $0.00 $722,619.31 Earned to Date: $0.00 ($38,032.60) $0.00 $0.00 $38,032.60 56011-0600430-5740010-CO2445-C01780-9999 $1,097,779.36 Total to Date: $1,039,678.81 $0.00 $0.00 $0.00 $1,039,678.81 Previous Estimate: $1,039,678.81 $51,983.94 $0.00 $0.00 $987,694.87 Earned to Date: $0.00 ($51,983.94) $0.00 $0.00 $51,983.94 Monday,November 19,2018 Page 1 of 2 Contract: CS48148A P.O.# 17-96726 Payment Date: 10/23/2018 TO:McClendon Construction Company Inc INV.# CS48148A-19 T:IN f�L Estimate No. 19 DOE: P O Box 996 ProjManager Mary Hanna Burleson TX 76097 FOR: FW South Pavement Replacement Contract Amount: $3,223,395.20 Completed Ret Pen Adj Pay Total to Date: $3,081,362.56 $0.00 $0.00 $0.00 $3,081,362.56 Previous Estimate: $3,081,362.56 $0.00 $0.00 $0.00 $2,927,294.43 Earned to Date: $0.00 ($154,068.13) $0.00 $0.00 $154,068.13 Payments: 56011-0700430-5740010-CO2445-C01780-9999 $204,131.65 Comments:CO#2:$98,391.65 Total to Date: $170,654.75 $0.00 $0.00 $0.00 $170,654.75 Previous Estimate: $170,654.75 $8,532.74 $0.00 $0.00 $162,122.01 Earned to Date: $0.00 ($8,532.74) $0.00 $0.00 $8,532.74 59651-0200431-5740010-CO2375-002880 $36,250.00 Total to Date: $35,350.00 $0.00 $0.00 $0.00 $35,350.00 Previous Estimate: $35,350.00 $1,767.50 $0.00 $0.00 $33,582.50 Earned to Date: $0.00 ($1,767.50) $0.00 $0.00 $1,767.50 56005-0600430-5740010-CO2445-C01780-9999 $95,334.70 Total to Date: $143,410.69 $0.00 $0.00 $0.00 $143,410.69 Previous Estimate: $143,410.69 $7,170.53 $0.00 $0.00 $136,240.16 Earned to Date: $0.00 ($7,170.53) $0.00 $0.00 $7,170.53 PURCHASE ORDER MUST APPEAR ON INVOIC Transportation&Public Works BUSINESS SUPPORT GROUP Monday,November 19,2018 Contact Person/Phone Numbw ITZEL ALMAGUER X 8627 Page 2 of 2 Department Approval Signatu Pdntso CA L BUKOVIC X 8648 p rt t Approv ig I 101 1 -2/ T �: or o O Q O N m p N n O o � a oo�mnoo W m o M o N omoorn O N .fV OaOmm N NG.00i Q.. p Ln wNcclim Oami N N _N W�O O m � ' ONOm�NUJ mm 0 0 0 0 0 cro r :- cci N O M N NO>O�mir1 �m00010m o inom'Itocv'o h Nc'!c000m N mo–min p maOOLod m O O oo colmooN m m Ncl!ro�murni_ o nomci ao 10 G F 0 NNvi0 W(o01rn0 p c G ��oorn�N Ld 7 d oulom�a coo LL Q' Q-' MNMthOOrn N v Om m m o^oommo oulomMM�oo m N v N O O rn N O hmvl �OO...C6 p mc4�o mom .mm�c4om Nam vl m O O rn N a.Om M N on cq-:OtoO m°D, o mo a v m oomu o�m m ompm trio N m m rn .w cgoaa m n q N o 0 0 m m N 00 omm6OiON o v)N W 0001 rn N _O.a N N a O Orn oo.-am�avl oomc?oiom� Z Z Z Z Z Z Nn!o�ONvrni r Q Q Q Q Q Q N a 0 0 rn N O F H F r r ON S W W W W w a K W W O.m C !�,:N O a K 0 m "4 oa u Om^ NMN v U U 0 U U U U Noioomul a o oaM��o oulrnm<ooaO1 M m N?o o m O1 NN—a,a m m m fA n a v 11 r o o Ncloomcio�mornl M M a a A M ryN—a'm�. J o O O O o o N � Q U U U U U U ovlmm�o�rn NN N O m rn o N �Iomn�o •tyN M Q O m ;!N O Ornl Ncio,a,cq � Q) OO�mMaQ O OO Ncl!OOnm O Q) m O N V M m m o O N J p o m M M O o N V (C No OM1 N� Q O O c! G) �N�OTvat�c0. ♦n Q o n M M V o m m o o aQ16.mv o Nnl vla ma v1� njmO rnNC.jO p O mm" d o N m Ma a 0 ON OI�m N a 0 N m v vi�O rnmo rn Q O m m m y O O m m O O oa.-O rn 10Nm omMMc,jp o: O m M m m N 0 0 0 0 It MSO rnN !� O m M M M N h lrn0 N rn m NM rn O O m NOO�mmco NCO rnv) vi O 0 m m 0 a 0 rnm n!NOOmO n rn 0 m m m oocoo�mLq'oo omm m N m p.0 n!mOON mIq O O N a O m mm O m m jN 0 0 0 rn^N O O O m 0 m N m O N N M pomom��o O fp00 M��O N m ooNc'1 c6000 U N N m d d N OJ �n!a o o N lm0(O O d d d r Q a O N m N _ O N (0 l0 A t 0 T T O rn 1- O o w a c N g o o M m m m m m v rn m m m m m 1q c0 c c m c c c c @ co 'A 'm to 2 m m O o 0 ^ a a w .5� rn N O O O o a 0 0 0 0 �i x x c W W coo coo coo coo coo coo o v o m a o aoi (� D7 rO_ a o a 1w N N N N N N of lL Q J ll Q d LL CL m ) Is N co O 1n N h Vi C' b 0 Ic X ^ M M M N O O W M 10 N F n M N 00 W N 7 N N V' V a _ N In VM9 6M9 4M9 6NA fA 4f *� W4 Vf 69 fA H9 69 fA 69 LLLLLL O 8 T73 a - E Q a F U a m Q O a o m fl m o (j ~ ? Fw U a o a e 9 G c w d 3 z d a + .0 ;, a Z h H i F Q C S A 40 M m u e e u Z + Q w .a F d v C� z N C � O o e W U U U a u c m A z a e I� � .� Q F 9 d O a a h o a d Oto V x k C Wj C rxi� a" t l U 00) O U a fi e F :.7 �D w W n` F >: Z .a d o 0 �j Uw a u W Q o U SA \ C z W z e U U z z a z U d a Q d o o c a z 0 W a 0o U > O z U F a d a d p� U C` '^ ZO m ri �i a vi c r ao d N — U C — i��d.lI .. �; 0 O O pCVb 0 ❑V FM 0 to z O C 0.O R'C ty 00 o U m o aL oy z >w =Q go Oouo.0 N aq b Z M v CVJ c2 T a mF aQi « � � Oz � L~ > o °o U ° 3o �C'`za� � � O S w U M 0�°U � �= ,a, � ° .. 31 CL ftA y b C C v ' O .1 rn H o omo`.°F aFi y a i. -'*r 0~0 u ° b vm omo M R3p3•��'�w y a Q cqi o o Fa w a y O J MPLO al IN Q V �.IIa�oid � y � � O 0 � � .V ❑.S.y � Y ' cVC U m m p� LL - .t C O G U z O o oU0.oa ° y O C7 w- 3bm°'° aioti c � N.��. �z o o . H 3b O v .. U W r b zU o e aUi'a S,v °o dao F Q V C eC UCy y G G F 0 6�tl 0.084," cC ttltl ff00 06 o o m 2 I Z N ! i tn " M N _M ti co E Q d 00 Z C C s V d O CD Q O cn o r*jcr cu L V , O 0(00 ccooMN0O d 'C LlY O— - M m m O O M V m m N E �r C/) co 00 o a " _ L j t 7 D 0 0 0 N 0 N Cl LLq O(D V:q((OMLQ LLQ M E NOf00 Cl)O�MON M v V • v v' " F " U EA 69�fAO�fA is EA O (V LL O U0 g o 8 COOo 0 (66 I LL oo c N N 700 o O L7 0 Q. U IyN NN r 00 Co O �� O W N r r Q '- +�+U U U U U U 0 0 0 "O U N H LOU) LO LO O L6 6 U U C �. �i ♦ Y o M m Cl) coM N V M O acn N N N N N N NA 10, U' Q 0 0 0 0 0 0 0 Z U U U U U U U o 0 o0000c) 00 o LL 000o000oto v vvvvvvo o U h R M Lo V)LO Ln LO LA LI-M 06 0� 0 L9 w co Cl)M M M co M O O qT O O O O O M O O O o O O O O Ln N N N (O(O N 0 0 y� 0 0 0 0 0 0 0 U � o0r: Lnoo 000000 (DM CO cvm(o (Dmmmm m M M LO U� Ln LO LO In-.1 o 'd M 00Z O � kn t- en N v E Q Z ° N N 0 ci c N o N , C � O v 000 Mv00 O(OW MN U00 = X00 z •C 00 W)O M O 0) m 64 kn fi to to6��� E w � � z a co W M N V O O LO v 0(00 W I p O - O O O N O a •d.+ O _O a�NO 000 N a 00 c M O(- IgCli U)U) uvi M i w .--iE N 0(00 VM'O n N O N00) ' N 69 O E9 EA fA fA fA (A O Z y 0 U � I c I O N O N O N O O O O O O 00 0 (n 6 (O t0 f0(O LL 00 'ii C V N N �..,N N N N N I I I o O W 0 0 0 0 0 0 p ',. 0 0 0 0 0 0 y •� �0T co co 0 OIo0000000000000000 0 co a00 a00.0.0 Go 00000 ' 0. U C NNN C W W EN N Nnnn0000 C) 9NNN nn n Op ' o = V0000000nn p0000000nn poo00o00�� UUUUUUo00 y9000UUOoo yUUUUUUQoo m c 0 Lo U)U-) U0 Lo 000 Un Un Un in in Un(n U z0 QCL6 c6 0` 000v� � N nnnvvvn0 �UU VC0(nn 0Unn 0Unn 0�n U0)0(vn M 6roMMMvM N MM Mvv "Tm NNNONNNC NNNNNN N N N N N N M OO O O 0 OC 0 O O O O O O O N N O O OO O 0 n0 NUUUn UUNN VUUUUUUUUUUUUUUU 000 00 0000U 000000ao LL 0000000 0 0000000 O 0000000 0 °0 0000000000 00000000(0 00000o00Un vvvvvvv00 vvvvvvvOo vvvvvvv00 U n n n n n n n v M n n n n n n n IT co n n n n n n n v (M L9 L9� to L?'q n M (n LOLO(0LOU)U)nM LnLO(n(q(0 LOu')nM L? LI? LO(n L919 F MM M(0'M M M co OO (MMMMMMMM00 MMMMMMMOO v v v v v v v M M v v v v v m-,.O,.-o C) v v v v v v M M O O O O O O O v v O O O O v O O O O S O O v v V) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000 NNN 0O)n N 00 NNNO(00 NN N(OOn N00 9999909,m- o0000n o000000(Qn U vv � (n .- � vv � (r�� � vvn -Z: ; r� oo� � Uno0 oo7o oo � � UnoO P, :3 (0 00000M00000Va1 CO(O(O Q1 Q) W V 0) (0 (o( 0) v v rn(0 (0 (0 0 Mc") (M M�O U)(O � In in O O � M <o M LO LO I (O O O j L M M M �O LO �O LO v) M O O C 60 0 0 0 z7- ,D n n 0 CD E9 V4+33T ~ Y 1 ----------- ----------- O m M N O .r r M N ––––––—––––––––––––—––---–––––– —–––––––– - –—––––––––––– y i A Q d z o d D. a - O W N I N N I N � O U a E o A az - t6 E w E E F i¢ � z C� °' W M a 17- Q a +' 0 E FM U 1 � 00 o a 3 CD 3 W ON rnN OOjr O O O 00 00 O O O O O O OC 'O C IM N N i i :� N N 1 ` 1 i 1 N N O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CF:,0 0 0 0 0 '@ �Gi"t a0 W^W 000 ya00Oao CO aD000 N Na00 a0 W W CD 0+ ) ��NNN N ono W 'O N N N r r n 04 'a N N Z n N OOD COD po00o000 00000000 p000000orr dUUUUUU0o0 0000UUU900 yUUUUUUOoo m 0rnLnArnuirnUU LOLOrnL6LhL6LoUV LOrnrbLOrn0rnUU ' 1a7 r- r- fr7 t -,t V r—6 b Ic r� nrl- <t 't V r- L6 Crl- r-r- V V' V n �0' Ia CO CO M IT "t V M . MMM V V V M a _t N N N N N N N 0�000NN0 U UN N( NU NCN UN N O O O O O O O t () U UN UN UN CN�UN NU U0N N NN O O O O o CD ;a O 0CD OO 000 000000000 0000000UU LL 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 000 0 0 0 0 0 0 0000000o�n 00000000L oOOOOOOorn vvvvvvvoo vvvvvvvoo vvvvvvvoo U nnnrrnr ? M nn r n n rr- Cl) rn n n n nn V,M In to to L9 t0 rn to n M rn L9 r0 LO C? to to rM M L? L9 L9 I? L?19 L9 r M Y OM Mco O u 9� O O O L9 M O O O L?L? MMM (M O O w fM M M M MIq %r It IT IT M M 0 0 M M M Cl) Cl)I-zr 'IT co co O O O 00 0 0 0 0 0 0 V 0 0 0 0 0 0 0 V V 0 0 0 0 0 0 0 V tt 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 NNN co (O r N O O N N N t0 0 n N O O N N N CO(D r N 00 yam+ O O 00 O O O(D U !_.._.0vM0MvornMcTorornBOO OvOvOrn0m07co0�coOrnrnO rnr 1'- L" n1 4v VvrnL cOormrOvrronrooOOOOOO O C) 0oo0 (Orn mrn0ocmno LO oOrn M MM r0 l0 to l0 tl) lOOO �.4,MMM r0� OM 101f7OO j O r N 1 Q � z U U � a a 31 I J C O iy ^CO) 0 W ~ � cu i L U O ¢z N kn A E l � z W M i O oa. r. 0 � E Z Q w 00 0 LL0 I o4-0 U o 00 00 00 �� �� �� 0c6 c6 c6 b 66 LL ac �Vma+ Iny Nv NN aro aro aro 00 - vdNV NOOrrro Nro N00 co O O O O .1 rm ao ao 0 o 0oO�� oor N Nao Oao OoorD OOroOar0o NOp po0Oo00opV00 UUUUUUrr Uco 0 Qo00 dUUUUUO00 999UU00 W)mLoLo6L6 �UU toLhmLoA o00 �Oop-0O a W) inLOALhL6LO 0 crrr VVr crrr r crrrVv r M M CO M � V V M �a0 � � � �� fC CO M M V V 4 M� o0 a r N N N N N N N A r N N N N N N N = N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z ¢ V UUUUUUUpp U V U(..)000U pp UUUUc.>UUU 00 O O O O O O O O O I O O O O O O O O O - 0 0 0 0 0 0 0 0 0 LL 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O C 0 0 0 0 0 0 0 0 LO 0 0 0 0 0 0 0 0 LO 0 0 0 0 0 0 0 0 Lo O V V V V V V O O V V V V V V V O O V V V V V V O O U r r r r r r r V CO r r r r r r r V Cl) r r r r r r r v Cl) L9L9 L9L9 stn torM 9L99 ML919 L? 1-- 9L99 In L?L9 L9 I-- 9 � 9 9 y MMM Cl) M c r) M O O MMM Cl)OCOM M co CJ 0 MMM Cl)0c`O')M Cl)O O V V V V V V'M M V' V V' 'V V' V' M M V V V V V V M M 00 O O O O O V V 0 0 0 0 0 0 V V 0 0 0 0 0 0 V V y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0404 COr NC, NNNcO COrN00 NNNc0 c0rN 00 0000009� r OO0009ocorr 0009000c9r v r- LO v�� �n�.- r� vvr� n�� 8- 00 � 0o u�oO i oo noo oO inoo 0 000 00 m co cD 0000000 co m 000000(OOO M M (07 �LO LO � O O M M M O O M Ln U)LO O O Contractor Final Estimate Approval Final - 1 - Submit Page 2 of 3 FORTWORTHO-9 Contractor Final Estimate Approval Date Started: 10/23/2018 Date Due: 11/6/2018 Invoiced Amount: (Amount from $ 154,068.13 Request No.: Final - 1 - Submi Line 8 of C-620) Project Name: 02375 - FY15 - CD 9 Street Repair and Reconstruction Program Project Number: 02375 Invoice No.: 19 & Final Reference: Contractor: Justin Blair Discussion: (Limit 5000) Approval Status: https://projectpoint.buzzsaw.com/ bz_web/Forms/FormPrint.aspx?Siteld=51500&ProcessI... 11/9/2018 Contractor Final Estimate Approval Final - 1 - Submit Page 3 of 3 Approved: Yes Comments: User: Gary Deyon Date: 2018-11-01 8:35 AM Approved: Yes Comments: User: Etta Bacy Date: 2018-11-01 1:43 PM Approved: Yes Comments: User: Justin Blair Date: 2018-11-01 2:15 PM Approved: Yes Comments: User: Mike Glover Date: 2018-11-01 2:49 PM Approved: Yes / Comments: v User: Mary Hanna Date: 2018-11-05 12:53 PM Approved: Yes Comments: User: Lane Zarate Date: 2018-11-05 8:41 PM Approved: Yes Comments: User: Ricardo Matute Date: 2018-11-08 10:41 AM https:Hprojeetpoint.buzzsaw.com/ bz_web/Forms/FormPrint.aspx?Siteld=51500&ProcessI... 11/9/2018 Contractor Final Estimate Approval Final - 1 - Submit Page 1 of 3 Routing Assigned To: TPW AP Reconciliation Due Date: 11/13/2018 Assigned By: Justin Blair Due Time: 10:41 AM Links M fortworthgov/Infrastructure Proiects/02375 - FY15 - CD 9 Street Repair and Reconstruction Program/Contractor/Submitted Invoices/Estimate 019 Final/02375 - C-620 Estiamte #19 Final - October 2018 xlsm Attachments(0) No Attachments have been added to this form. https://projcctpoint.buzzsaw.com/ bz_web/Forms/FonnPrint.aspx?SiteId=51500&ProcessI... 11/9/2018 E a 8888888 8888% 888888 Egg Eggs BE 8888 BESS 8 8 1. a � m d v u w -.-.-- R a sw E v u 5 Z O - SSS 880.ETo— NoNm�' SAN S .........8888888888 88888888888888 8883 8 BESSE 88888 SSS $e EL 88888888888888888§§ 88 888 888 888 8 88� 888 's 88888888888888 88 8888 88SS S� w U's S 8 8 0 838888888988 SISS., �a a m 088888SS99888-08888—....8 .88..—o 38 888888888888 .188.1 88888888 8888 Na �o �z 88888 5.888 - �' mmM ---_- m< M -W - w_ H z w U � F E E 3 2 E z u m z 3 m g z a E 3 o r 3 3 c Q> 00 n a m m z_ Q >o K Ta m a m a n n E°��' 3 '.2 2 Z 2 3 2 Q >o Q L >33333 3 za¢ �33� >> E 0�, �3Aa yEEE33 E 3333 -` L 3��.�f a.Ci oNE 2c �EEE.E o c>u�m 3 a�wrm m v Om ^C 3 8 N SRS a S8 r ti v, w �m Rn Mem W ti � z a a m E_ C m8 e8 8 °8 a � «< < -- __ - --__ cC - L L' �. uwi�mmn vmi�o��oon o on O ^o m Ep w w w 2 88888,SSSS,oSS�SSS 088888 S8o. I Io Io Io ol oo 1888 � �eM RS888S8S�S�S8�888 $m SmN c 9 w w ww w wwww ww w ww w w w www d' w �w w www w w w S S S 88oSSSSS88So S� 81 81 880808 ssasss. 8888800s00000ss8s 8 s s e 8 o 0 0 0 0 soogssssssss8s sss s.ess8888 oomrv�v'ooi� m f rn m m r ewi c��i E w O� g g 0 m g o o €EF5i � - w w w w wwwww w�w w ww ww$� w w w w w w w w w w w w w w w w w w w 3 a m o �z w w ww - � mg w��ww �irv�om8 ww w. �i��8 w w Ec U° � ee000000m000000o oo 00800 o g g o o S o m S S o �o ry�� o888oS�om�S8888o000888I I888 ol ° wiz>z»»wu-LLaaa>oa w� www'� ww O Wz _ 58888 _ 8 ______ _ _ -- - S w Z < ¢ a W � � x w v � fr7 z U a O d ° = cz onN�o-_U8 ? caw= z o ate = ¢Q k7 n U V r g EEE- NEm y�c�Ea3o a"� € U--= o w o > r Y N H o r o U v E 9 3 rc G ro E W<2 o a m E o. `o Z¢`� - U V L U -_ =o 1 E v >U U U c =nn=c >a 2 > > n 2 i d c n c c `m L 2 z a9 aa"ciUU"- �` EEE- - - o� � �ov�a"Uo y KwJ2io2�- �nFa- wr > U 0-6 i°K4)U p -iN U U a : iim U r F V m >U a r e O 0 S A 8 8 8 �. _ r r A A An A X A A M M A W h � z , ����-�rNrn nrvrvnrvrmwmoi c� rvm ewmrm � ��� _rvm ammrm � «rvm a m E NS. w fi A oe z s e a` a > °s s 0 0 55 55 5 5 s� .558 8 8888858 SS 8 mS,�RB. mSM oo < m o� h< E Fi � w w w w ui w✓a d 8 8 8 8 8 8 0 S p fN M ry e A a 8 F z o U W JO D > U z w � o - � o t 65a > E E.yo w> E r a E E � o > m E E o tt y E 3 2� E OE Pa. U in v Q.Q o F m ¢ K a K d i n 3 .a Q a 3 o F v v = > v 1.a v >a O o = = M w 3 - - W w �m m a d a z a }\ z } S. /\ j 2§ } { k© §/ !a ! a ! aaa »!na as a 4 !) : � - -- ---- - - !, !! 2A A - �{ #7; 81 $}4 r® §| `! ! ( � n & � ) \ f ;! § � � x a ■ « , § � 2 ) � 3 ! } ! k ) k ) ) g ; \ ) i j " \ � Z a d w 15 a 0 U O g O>. W w W a 05 — Sg a z E� 3 O s }' U V F" y zEt o U z U � U a z H - w y o 0 y � z § \ \ � \ { ! a ) \k a \ 4 # 444 . , ■ _ • �� } }\})/ e \f ¥$ |\ . , * � 2 , , }i . o § � < j k - § \( \ ;^q !; ■ 7 / \ ] k! . t 1 0 u z a C N 0 U L � C Z O w _ z z z �x :E 9 9y3 � 3 U 5 z° r w� �7g E � Q o �m 5 E rl E m s Fr N OU �B FSI o d W P d O � d W b0 U C U a z a G a CC VI M _ N - w y � � 0. � � C 5 o s w � � m v � off. Q _ 0 9� U H� € w �B ma SSsS SSSSsss �€ s� go . . . . .. . aaoa 8� E z � E o "s E gz d W � U U � a �q W U _ OL �z 'nGaGacc,cocobaaa O � ',,. � ', ',,. CQ X ',. U ',, '� � '. a Q 'w �' � y � a i. z 0 u � � L � ',, C z '., L) ',, X � � ',. �� � Z ',,. ¢' ¢' I. ', Z ',. 5 'y, I ' '�v Z ', <s a'€ o � �� z �v �� � �� � ? `�� z w �� � u; 2 St 05 g� 99 E� ', �m 2 $$$ � � g � a� '., �'c �g a� Z d � �� O s y L W � � 9 � � ..i � F-i h �z v � - O '�w �� an � ° a � r a U � �' � a ^ a 9 F � �, O 3�3 E '', ', I. Rt � I N ',. V y W B y � .- Y a, rl.i ¢' U c z o � � •� c o Q 'w ti � o ��� i. v $ � v� � o�w C ��o U F� I � � �d z ci w �r _ vB = �N a a �8 I I. v.� >°' '. '. $� �x �> �� �9 o s ;s v� o _ �� �a x; ao v $fig ,, '. - ',, - - '',. - �'S �s ' �� w '. �� �z � �� �� � °s= o „S �_> I 9$ G u � o P a° � B8 0. g� e� �� en < � �� �� V] 'n F e Z d ° O s � � °° °m A R_ '� � �� ��o ] Z � �z aLi � �€ ,D � L �z+ W d W b0 G J a .q 0. U � z > � oa. c F � t� ti 3 CC h �.+ N W y B � i a � U o � u e N d w M $ L z 0 o � i U z o � ¢ Ra 7 w 4 $9 $ �m � e O z L O w b0 U h 0. d FoRTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:19 NAME OF PROJECT: FW South Pavement Replacement PROJECT NO.: 02445&02375 CONTRACTOR: McClendon Construction DOE NO.: PERIOD FROM:11/01/17 TO: 11/09/17 FINAL INSPECTION DATE: 3-Jul-18 WORK ORDER EFFECTIVE:9/20/2016 CONTRACT TIME: 416 Q W0 CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. Wed 1 16. 2. Thurs 1 17. 3. Fri 1 18. 4. Sat 1 19. 5. Sun 1 20. 6. Mon 1 21. 7. Tues 1 22. 8. Wed 1 23. 9. Thu 1 24. 10. Fri 0 NA 25. 11. Sat 0 NA 26. 12. Sun 0 NA 27. 13. Mon 0 NA 28. 14. Tue 0 NA 29. 15. Wed 0 NA 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS * CHARGED DAYS THIS PERIOD 9 9 PREVIOUS PERIOD 407 407 TOTALS TO DATE 416 416 *REMARKS: -/3 - CT DATE SPE TO DA �E _ ENGINEERING DEPARTMENT ' The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 FORT WORTH "80"t TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: FW South Pavement Replacement PROJECT NUMBER: 02445&02375 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF 12" PVC 2119 8" PVC 3540 6" PVC 140 4" PVC 79 FIRE HYDRANTS: 8 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" SDR-26 472 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 "M&C Review Page 1 of 5 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FOR COUNCIL ACTION: Approved on 8/23/2016 - Ordinance No. 22365-08-2016, 22366-08-2016, 22367-08-2016 & Resolution No. 4665-08-2016 DATE: 8/23/2016 REFERENCE C-27883 LOG NAME: 20FW SOUTH PAVEMENT NO.: RELACEMENT (FY15-CD9) CODE: C TYPE: NON- PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract with McClendon Construction Company, Inc., in the Amount of$3,079,663.55 for Round 1 of the Council District 9 Street Repair and Reconstruction Program and Near Southside Medical District Water and Sanitary Sewer Main Improvements, Provide for Additional Project Costs and Contingencies for a Project Construction Cost of$3,434,853.55, Adopt Appropriation Ordinances and Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official intent to reimburse with proceeds of future debt for the Near Southside Medical District Water and Sanitary Sewer Main Improvements Project; 2. Authorize the transfer of$147,600.00 from the Sanitary Sewer Main 503 and Main 257, Part 1 project to supplement the funding of the Near Southside Medical District Water and Sanitary Sewer Mains Improvements project; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of$147,600.00 in the Near Southside Medical District Water and Sanitary Sewer Mains Improvement Project of the Water/Sewer DPN Fund and reduce fund appropriation in the Sanitary Sewer Main 503 and Main 257, Part 1 project by the same amount; 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$2,000.00 from available funds for the purpose of funding Near Southside Medical District Water and Sanitary Sewer Mains Improvements; 5. Authorize an amendment to the Fiscal Year 2016 Stormwater Capital Improvement Plan to increase appropriations in the amount of$25,000.00 for drainage improvements in the Council District 9 Street Repair and Reconstruction Program by decreasing appropriations for Victoria Emerywood/North Riverside project (C-02272) in the same amount; 6. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of$25,000 in the Council District 9 street repair and reconstruction program for drainage improvements and decrease estimated receipts and appropriations in the Victoria Emerywood/North Riverside project by the same amount within the Stormwater Capital Project— Bond Fund; and 7. Authorize the execution of a contract with McClendon Construction Company, Inc., in the amount of$3,079,663.55 for Round 1 of the Council District 9 Street Repair and Reconstruction Program and Near Southside Medical District Water and Sanitary Sewer Main Improvements Project. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=2261... 11/12/2018 M&C Review Page 2 of 5 DISCUSSION: On August 5, 2014, (M&C C-26906) the City Council Authorized a Resolution executing a funding agreement with Fort Worth South, Inc., in the amount of$10,000,000.00 for Council District 9 Street Repair and Reconstruction Program. The Program leveraged funding in an amount up to $5,000,000.00 from the Tax Increment Reinvestment Zone No. 4 (Southside TIF) over four years. The City of Fort Worth matched the funds in an amount up to $1,000,000.00 using 2014 Bond Program-Street Improvements Funds and 2014 Bond Program-Grant Matches Funds in an amount up to $4,000,000.00. On March 3, 2016 and March 10, 2016 the combined Council District 9 Street Repair and Reconstruction Program Round 1 and Near Southside Medical District Water and Sanitary Sewer Main Improvements project was advertised for bids in the Fort Worth Star-Telegram. On April 31, 2016, bids were received as shown in table below. Bidders Amount McClendon Construction Co., Inc. $3,079,663.55 Jackson Construction Ltd. $3,401,154.47 Project management, inspection, material testing and contingency amounts for Water Department management, inspection and material testing amount up to $129,900.00 (water: $108,600.00; sewer: $21,300.00) and contingency amount up to $43,800.00 (water: $35,500.00; sewer: $8,300.00). TPW project management, inspection, material testing and contingency amount up to $181,490.00. This project requires additional funding for Water and Sanitary Sewer, in the amount of$147,500.00 for cost overruns as well related project management and contingency costs. Staff recommends these additional funds be transferred from the Revenue Bond Funds for the Construction of Junction Structures on Sanitary Sewer Main 503 and Sanitary Sewer Main 257, Part 1. The project scope and schedule for the construction phase will change based on the results of the ongoing flow study investigations in the Village Creek basin. Both projects are included in the Fiscal Year 2016-2020 Five-Year Capital Improvement Plan, adopted February 2, 2016 (M&C G-18662). Additional $2,000.00 is required for Staff charges in the Sewer Capital Projects Fund. Construction of the Council District 9 Street Repair and Reconstruction Program and Near Southside Medical District Water and Sanitary Sewer Main Improvements is one component of the overall project that includes Engineering, Project Management, Real Property Acquisitions, material testing, Inspection, and contingencies. Total overall project budget is $3,837,878.55. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized is under the Direct Purchase Note (DPN). Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the DPN program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=2261... 11/12/2018 M&C Review Page 3 of 5 The City Council adopted the Water Department' s Fiscal Year 2016-2020 Five-Year Capital Improvement Plan on February 2, 2016 (M&C G-18662). The adopted plan includes this specific project, with funding identified through the DPN Program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax- exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. The City Council adopted the 2016 Stormwater Capital Improvement Plan on December 15, 2015 (M&C G-18625). The adopted plan authorized funding of$1,100,000.00 for Roadway Crossings and Channel Improvements for project C-02272 for drainage improvements at Victoria Emerywood/North Riverside. Based on updated cost estimates, the North Riverside project budget can be reduced by $25,000.00 and made available for funding drainage improvements for Council District 9 street repair and reconstruction in the amount of$25,000.00, under project C-02375. A portion of this project will include 2014 Bond Funds. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse, that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and the subsequent ordinance authorizing debt in 2016 (Ordinance No. 22216-05-2016). Construction is anticipated to commence in September 2016, with a contract time of 280 calendar days, the construction is estimated to be complete by the end of July 2017. Upon completion of this capital project, it is anticipated that there will be no impact on Transportation and Public Works annual operation budget and no impact to the Water Departments operating budget. M/WBE OFFICE: McClendon Construction Co., Inc., is in compliance with the City's BDE Ordinance by committing to four percent MBE participation and documenting good faith effort. McClendon Construction Co., Inc. identified several areas subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 12 percent. The project is located in COUNCIL DISTRICT 9, Mapsco 76H, 76M, 77E and 77J. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances funds will be available in the current capital budget, as appropriated, of the 2014 Bond Program Fund, the Specially Funded Projects Fund, the Stormwater Capital Projects Fund, and the Water Capital Projects Fund and the Sewer Capital Projects Fund. The Fiscal Year 2016 Water and Sewer Operating Budget includes appropriations of$26,300,046.00 for the purpose of providing Pay-As-You-Go funding for Sewer Capital Projects. After this the transfer for Fiscal Year 2016, the balance will be $7,292,741.00 The Director of Finance also certifies that the appropriation is available as directed by (M&C G-18375) in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for the Fort Worth South Pavement Replacement and Near Southside Medical District Water and Sanitary Sewer Main Improvements Project. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=2261... 11/12/2018 M&C Review Page 4 of 5 Existing Additional Proposed Description Appropriations Per Appropriations MSEC Appropriation CD9 Street Repair Street Rehab Fund 34014 $191,100.00 $0.00 $191,000.00 CD9 Street Repair Fund $1,500,000.00 $0.00 $150,000.00 39007 �F— CD9 Street Repair Fund $0.00 $25,000.00 $25,000.00 59651 Near Southside Medical District 56005 $1 ,291 ,000.00 $147,600.00 $1,438,600.00 Near Southside Medical District 59601 $106,692.00 $0.00 $106,692.00 Near Southside Medical District $ 17,473.00 $2,000.00 $19,473.00 59607 CD9 Street Repair Grant Match Fund $1,000,000.00 $0.00 $1,000,000.00 34014 Project $106,265.00 $174,600.00 $4,280,865.00 Total TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 596071 0700430 4956001 CO2445 C01730 2016 $2,000.00 596071 0700430 5110101 CO2445 CO2445 2016 $2,000.00 &3 56005 0600430 4956010 1 CO24451 C01780 2016 $147,600.00 &3 560051 0600430 5740010 1 CO2445 I I C01780 2016 $147,600.00 596511 0200431 4905420 1 CO23751 1 002880 1 2016 $25,000.00 596511 0200431 1 CO2375 002880 1 2016 $25,000.00 FROM Fund I Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2 560051 0700430 5900015 C01226 C01780 2016 $147,600.00 7 56005 0600430 5740010 CO2445 C01780 2016 $1,182,564.06 56005 0700430 5740010 CO2445 C01780 2016 $82,200.00 7 34014 0200431 5740010 CO2375 CO2480 2016 14010199 $191,100.00 7),34014 0200431 5740010 CO2375 CO2180 2016 14010211 $744,984.74 390071 0200431 5740010 CO2375 CO2180 2016 $853,814.75 59651 0200431 4905420 CO2272 002880 2016 $25,000.00 59651 0200431 1 5330500 ICO2272 002880 1 2016 1 $25,000.00 59651 0200431 5740010 CO2375 002880 1 2016 1 $25,000.00 Submitted for City Manager's Office by: Jay Chapa (5804) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=2261... 11/12/2018 ' M&C Review Page 5 of 5 Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Najib Fares (7802) ATTACHMENTS 20FW S PAVEMENT REPL REIMB RESOLUTION(Rev8.04.16).doc 20FW SOUTH PAVEMENT RELACEMENT (FY15-CD9) FY2016 AO 59651 R(Rev8.04.16).docx 20FW SOUTH PAVEMENT RELACEMENT FY15-CD9 dpn A016 (Rev8.04.16).docx 20FW SOUTH PAVEMENT RELACEMENT FY15-CD9 sewer A016r (Rev8.04.16).docx CD9 STREET REPAIR RECON FYI AND NEAR SOUTHSIDE MEDICAL DISTRICT.pdf McClendon Form 1295.pdf http://apps.cfwnet.org/council_packet/mc—review.asp?ID=2261... 11/12/2018 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 Justin Blair, Secretary Treasurer 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; FW South Pvmt Replacement,FY 15 CD9 Street Repair& Reconstruction Justi 1 Subscribed and sworn before me on this ``�� day of NOVC.(YZ�QP�' 20 MISTY WEBB` f4 �,v pUey� Notary Public,stat®of Teras otary Public in Tarrant i r-,, Comm.Expires 01-09-2022 Notary l0 126838467 County, Texas . Bond Number TXC 608199 CONSENT OF SURETY COMPANY TO FINAL PAYMENT PROJECT. FW South Pave Replacement, FY 15 CD9 Street Repair&Reconstruction (mime.udtim-m) TO(Ou ner) City of Fort Worth'Texas CONTRACT FOR: Construction 1000 Throckmorton Drive Fort Worth,TX 76108 CONTRACTOR: CONTRACT DATL: McClendon Construction Company, Inc. 548 Memorial Plaza Bvxlvvon TX 760?4 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the(here insert mime and Wdrere of surety Co.) Merchants Bonding Company [Mutual] PO Box 14498 Des Moines,IA 50306-3498 .SURETY COMPANY, on bond of(here insert mime and address of Contrador) McClendon Construction Company,Inc. 548 Memorial Plaza Burleson,TX 76024 ,CONTRACTOR hereby approves of the finial 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 ineert name and address or O,.v nerl City of Fort Worth,Texas 1000 Throckmorton Drive Fort Worth,TX 76108 • OXVNRR. as set forth in the said Surety Company's Bona. IN WITNESS WHEREOF, Merchants Bonding Company [Mutual] the Surety Company has hereunto sot its hand this 10th day of September 2018 Me ants 13ondij)4Cinvanv Wutuall •Cpmp SipLure ofAutborizedRepmentative Betty J. R'�V Attorney-in-Fact MERCHANTSS k BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Betty J Reeh;Bryan K Moore;Gary Wayne Wheatley;Michael D Hendrickson their true and lawful Attorney(s}in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 5th day of April 2017 +10N •'• �\%%G Co � 'ho•. MERCHANTS BONDING COMPANY :°��'•`c�oAPORq�•Z• �•OOc�RPO94�•0.. MERCHANTS NATIONAL ONDING,I INC. 5 � —o— dZ+ v.3. 2003 _4). • .y 1933 ;�; By �� .��� •., ..•• `'�. � .. .••l:\a�. President STATE OF IOWA •••`'^��•"`' ••�'••••.. COUNTY OF DALLAS ss. On this this 5th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies,and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. '_� s ALICIAK.GRAM 0 f v Commission Number 767430 �" r My Commission Expires : April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this l Aay of ,.unrey •..�..• ;x 2003 ::yL�.' y' 1933 y, Secretary POA 0018 (3/17) `•�ldddddd•1L+� •.•.•. MERCHANTS BONDING COMPANY IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1/09)