Loading...
HomeMy WebLinkAboutContract 49790-FP4 City Secretary Contract No. 49790 -FP4 Date Received May 13,2019 FORTWORTR., Val VS �wd�ti NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Palmilla Springs Phase 4 City Project No.: 101026 Improvement Type(s): Water ® Sewer Original Contract Price: $921,201.40 Amount of Approved Change Order(s): $178,688.50 Revised Contract Amount: Total Cost of Work Complete: $1,099,889.90 May 8,2019 Contractor T� Date Presidential Title Moss Utilities Company Name bko& Taw Habte Taexax(May 8,2019) May 8,2019 Project Inspector Date KeHi?Ghanrna May 10,2019 Keith Ghanma fay 1%20191 _ Project Manager Date e Scarlett Morales(May 10,2019) May 10,2019 CFA Manager Date 6kw [OFFICIAL RECORD Susan Alanis(May 10,20191 May 10,2019 Asst. City Manager Date SECRETARY FT. WORTH,TX Page 1 of 2 Notice of Project Completion Project Name: Palmilla Springs Phase 4 City Project No.: 101026 City's Attachments Final Pay Estimate ❑ Change Order(s): ❑x Yes ❑ N/A Pipe Report: 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety I Statement of Contract Time Contract Time: 85 CD Days Charged: 85 Work Start Date: 11/29/2017 Work Complete Date: 12/5/2018 Page 2of2 FORT WORTH "'lllmv� CITY OF FORT WORTH PARTIAL PAYMENT REQUEST Contract Name PALMILLA SPRINGS PHASE 4 Contract Limits Project Type WATER&SEWER City Project Numbers 101026 DOE Number 1026 Estimate Number 1 Payment Number I For Period Ending 12/5/2018 Project Funding CD City Secretary Contract Number 1101026 Contract Time 85 CD Contract Date 10/5/2017 Days Charged to Date Project Manager NA Contract is 100.00 Complete Contractor MOSS UTILITIES,LLC 18631 REMBRANDT TERRACE DALLAS, TX 75287 Inspectors MILLER,W / TAEZAZ Friday,January 11,2019 Page I of 6 City Project Numbers 101026 DOE Number 1026 Contract Name PALMILLA SPRINGS PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/5/2018 Project Funding UNIT I-A ONSITE WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFETY 3604 LF $0.50 $1,802.00 3604 $1,802.00 i 2 DUCTILE IRON WATER FITTINGS 3.5 TN $4,000.00 $14,000.00 3.5 $14,000.00 W/RESTRAINT f 3 8"PVC WATER PIPE 3604 LF $21.00 $75,684.00 3604 $75,684.00 4 FIRE HYDRANT 6 EA $4,163.00 $24,978.00 6 $24,978.00 5 CONNECTION TO EXISTING 4"-12"WATER 2 EA $900.00 $1,800.00 2 $1,800.00 MAIN 6 1"WATER SERVICE 78 EA $900.00 $70,200.00 78 $70,200.00 7 8"GATE VALVE 7 EA $1,100.00 $7,700.00 7 $7,700.00 Sub-Total of Previous Unit $196,164.00 $196,164.00 UNIT I-B OFFSITE WATER IMPROVEMENTS(CHAPIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFETY 1809 LF $1.10 $1,989.90 1809 $1,989.90 2 30"CASING BY OPEN CUT 30 LF $106.00 $3,180.00 30 $3,180.00 3 DUCTILE IRON WATER FITTINGS 2.5 TN $4,000.00 $10,000.00 2.5 $10,000.00 W/RESTRAINT 4 8"PVC WATER PIPE 92 LF $33.00 $3,036.00 92 $3,036.00 5 16"WATER PIPE 1423 LF $68.00 $96,764.00 1423 $96,764.00 6 16'WATER CARRIER PIPE 30 LF $131.00 $3,930.00 30 $3,930.00 7 FIRE HYDRANT 2 EA $4,163.00 $8,326.00 2 $8,326.00 8 CONNECTION TO EXISTING 16"WATER MAIN 1 EA $2,200.00 $2,200.00 1 $2,200.00 9 8"GATE VALVE 2 EA $1,100.00 $2,200.00 2 $2,200.00 10 16"GATE VALVE W/VAULT 3 EA $13,000.00 $39,000.00 3 $39,000.00 11 6"BLOW OFF VALVE 1 EA $4,500.00 $4,500.00 1 $4,500.00 5A 8"PVC WATER PIPE(CO A2) 84 LF $21.00 $1,764.00 84 $1,764.00 12 6"GATE VALVE(CO A2) 1 EA $800.00 $800.00 1 $800.00 13 6"PVC WATER PIPE(CO A2) 74 LF $20.00 $1,480.00 74 $1,480.00 14 COMBINATION AIR ASSEMBLY FOR WATER 1 EA $15,000.00 $15,000.00 1 $15,000.00 (CO A2) 15 4"PVC WATER PIPE(CO A2) 15 LF $19.00 $285.00 15 $285.00 16 4"-12"PRESSURE PLUG(CO A2) 2 EA $400.00 $800.00 2 $800.00 Friday,January 11,2019 Page 2 of 6 City Project Numbers 101026 DOE Number 1026 Contract Name PALMILLA SPRINGS PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/5/2018 Project Funding 17 16"PRESSURE PLUG(CO A2) 1 EA $1,200.00 $1,200.00 1 $1,200.00 18 2"WATER SERVICE(CO A2) 91 LF $2.00 $182.00 91 $182.00 Sub-Total of Previous Unit $196,636.90 $196,636.90 UNIT II-A ONSITE SANITARY SEWER IMPROVMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 POST-CCTV INSPECTION 3730 LF $1.00 $3,730.00 3730 $3,730.00 2 MANHOLE VACUUM TESTING 21 EA $300.00 $6,300.00 21 $6,300.00 3 TRENCH SAFETY 3585 LF $1.00 $3,585.00 3585 $3,585.00 4 4"SEWER SERVICE 78 EA $700.00 $54,600.00 78 $54,600.00 5 8'SEWER PIPE 3425 LF $29.00 $99,325.00 3425 $99,325.00 6 8"SEWER PIPE CSS BACKFILL 160 LF $56.00 $8,960.00 160 $8,960.00 7 EPDXY MANHOLE LINER 69 VF $265.00 $19,285.00 69 $18,285.00 8 T MANHOLE 20 EA $2,500.00 $50,000.00 20 $50,000.00 9 T DROP MANHOLE 1 EA $8,000.00 $8,000.00 1 $8,000.00 10 T EXTRA DEPTH MANHOLE 92 VF $240.00 $22,080,00 92 $22,080.00 11 8'SEWER PIPE METHOD OTHER THAN OPEN 145 LF $260.00 $37,700.00 145 $37,700.00 CUT Sub-Total of Previous Unit $312,565.00 $312,565.00 UNIT lI-B OFFSPI'E SANITARY SEWER IMPROVEMEN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 POST CCTV INSPECTION(CO A3) 4562 LF $1.00 $4,562.00 4562 $4,562.00 2 MANHOLE VACUUM TESTING(CO A3) 15 EA $300.00 $4,500.00 15 $4,500.00 3 TRENCH SAFETY(CO A3) 4344 LF $1.00 $4,344.00 4344 $4,344.00 4 CONCRETE COLLAR 13 EA $137.00 $1,781.00 13 $1,781.00 5 CONCRETE ENCASEMENT FOR UTILITY PIPES 5 CY $220.00 $1,100.00 5 $1,100.00 6 8"SEWER PIPE 2167 LF $29.00 $62,843.00 2167 $62,843.00 7 8'SEWER PIPE CSS BACKFILL 53 LF $54.00 $2,862.00 53 $2,862.00 9 EPDXY MANHOLE LINER(CO A3) 66 VF $320.00 $21,120.00 66 $21,120.00 10 T MANHOLE(CO A3) 12 EA $2,500.00 $30,000.00 12 $30,000.00 11 4'DROP MANHOLE 3 EA $4,100.00 $12,300.00 3 $12,300.00 12 T EXTRA DEPTH MANHOLE(CO A3) 98 VF $265.00 $25,970.00 98 $25,970.00 14 8"SEWER PIPE METHOD OTHAN OPEN CUT148 148 LF $290.00 $42,920.00 148 $42,920.00 Friday,January 11,2019 Page 3 of 6 City Project Numbers 101026 DOE Number 1026 Contract Name PALMILLA SPRINGS PHASE 4 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/5/2018 Project Funding 15 CONNECT TO EXISTING SEWER MANHOLE 1 EA $1,500.00 $1,500.00 1 $1,500.00 16 BLOCK RIPRAP DRY(12") 248 SY $80.00 $19,840.00 248 $19,840.00 17 15"SEWER PIPE(CO Al&A3) 1612 EA $46.00 $74,152.00 1612 $74,152.00 19 18"SEWER PIPE 512 LF $165.00 $84,480.00 512 $84,480.00 20 4"SEWER VENT 1 EA $250.00 $250.00 1 $250.00 Sub-Total of Previous Unit $394,524.00 $394,524.00 i i I I. i j r i Friday,January Janua 11,2019 Page 4 of 6 i i i City Project Numbers 101026 DOE Number 1026 Contract Name PALMILLA SPRINGS PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/5/2018 Project Funding Contract Information Summary Original Contract Amount $921,201.40 Chanl4e Orders Change Order Number Al $23,030.00 Change Order Number A2 $69,918.50 Change Order Number A3 $85,740.00 Total Contract Price $1,099,889.90 Total Cost of Work Completed $1,099,889.90 Less %Retained $0.00 Net Earned $1,099,889.90 Earned This Period $1,099,889.90 Retainage This Period $0.00 Less Liquidated Damages 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 $1,099,889.90 P f� Friday,January 11,2019 Page 5 of 6 City Project Numbers 101026 DOE Number 1026 Contract Name PALMILLA SPRINGS PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/5/2018 Project Funding Project Manager NA City Secretary Contract Number 1101026 Inspectors MILLER,W / TAEZAZ Contract Date 10/5/2017 Contractor MOSS UTILITIES,LLC Contract Time 85 CD 18631 REMBRANDT TERRACE Days Charged to Date CD DALLAS, TX 75287 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 $1,099,889.90 Less %Retained $0.00 Net Earned $1,099,889.90 Earned This Period $1,099,889.90 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 fj Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,099,889.90 Friday,January 11,2019 Page 6 of 6 i' .I!, DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Palmllla Springs,Phase 4 CHANGE CONTRACT: (A)Water,Sewer,and Drainage. B Pavin ,and C Street Li flts ORDER No: CFA# 2017-100 CITY PARTICIPATION: Yes CITY PROJECT# 101026 DOE# Al WATER PROJECT# 56008-0600430-101026-001580 SEWER PROJECT# 56008-0700430.101026.001380 FILE# X-24438 INSPECTOR: Jim Raines Phone No: 214-543-3255 PROJECT MANAGER: Gopal Sahu Phone No: 817-392-7949 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Coat Cost City Cost Cost City Cost Cost City I Cost Cost City Cost ORIGINAL CONTRACT $322,882.40 $596,3119.00 $995,358.13 $646,865.00 $89.098.00 85 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $322,802.40 $0.00 $598,319.00 $0.00 $995,368.13 $0.00 $646.866.00 $0.00 $69.098.00 $0.00 85 AMOUNT OF PROP.CHANGE ORDER $0.00 $0.00 $20,030,00 $0,00 f0.00 $0.00 REVISED CONTRACT AMOUNT $322,882.40 $0.00 $598,319.00 $23,030.00 $995,368.13 1.00 $646,865.00 $0.00 1 $89,098.00 1 $0.00 85 TOTAL REVISED CONTRACT AMOUNT PER UNIT $322,882,40 $621,349.00 $995,358.13 $646.866.00 $89,098.00 REVISED COST SHARE Dev.Cost: $2,652,522.53 City Cost: $23,030.00 TOTAL REVISED CONTRACT $2,675,552,53 RUOr� .�y,1 000 y� �0 o�0 s� Revised:10-12-2011 1�/�"�� Page 1 You are directed to make the followln than es in the contract documents: CITY BID REM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL II-B.8 3331.4201 -1445 LF 10"Bawer Pipe $ 32.00 $ 46 240.00 II.8.13 9999.9999 -70 LF 10"Sewer Pipe,Method Other Than Open Cut $ 360.00 $ 25,200.00 11-13.17 3331.4215 1445 LF 15'Sewer Pie $ 46.00 $66 470.00 II-8.18 9999.9999 70 LF 15'Sewer Pipe.Method Other Than Open Cut $ 400.00 $28,000.00 SEWER TOTAL $ 23.030.00 REASONS FOR CHANGE ORDER The downstream 1,515 LF of offsite sewer Is being upsized from 10"to 15"at the request of the City to provide capacity for future development upstream Changes correspond to Revision No.1 as shown on sheets 12,19 and 20 of the construction plans RECOMMENDED: APPROVED: APPROVED: Teague NBangfort,!E- ll&Perki ,Inc, Jabez D velopmenf, Q Moss Utifitfes, C By Name: Jonathan Name: Bruce French Name: Ga a Moss Title:Sr.Protect Manager Title: Vice President Title: President Revised:10-12-2011 Page 2 D — ncngoc� nc� a o � go ; ;u � z rmDO T' O �O CD oZm � O (n m � -{ m D Z �- m m m m (D 0 r m Z � (n In a m D z A n 0 -4 o a o � � v m O � p-I m v(n z -0 0 o y z D 0 p R1 .. D N 5 o m a m "' a z m m o to 0 � n (� • m 0 y () 0 � m o uoi y°z D = O -1 I 0 � a � a m � Z N o Z D D -1 O 33 A 4 d m 4 w N T N N G '" N O O O 0 D N w m p p 0 o f 3 i n N -�`� No No c WW O 6 co � Q ro N � 0 N S g N °° o o cn N 7 o L7 �_- o o m N 7 S m ! C G a N 8 $ n�i 0 O A _7 m ` I N N Oo NN l�0 O ip o O l0 n . C N yA1 C C m = m N m ? � N O 1W�7 W =3 7 D W $ O CD N a z z > n O 8 8 $ 4 m 0o O t0 s (p W O W C C w O _S �^ In b (n c oo j O D N N Oo c P, c N Z w A Ul w w D Z N w s n OD j m a � �' O W g� W g 4 z co 70 _ r� -4 w m (7 Co Ul m N < N O pQ O O QMm OOy N cnn '+ (nn S S O D z n G p = $ ' m N � z N o m N WW b N �, o w co N N »gypsy Ul aW O FO O S O � y O G m o � c O w 03 a cn cn N v n m � m a C i Q S v �o t�hG+l� bftllAN�000 G! b,(d4 SSSM rmn ?load•`= � ''.s�y � � m � �� � ����������a� r D ur -tg m v � � iApDf9m .� 9 H N N N N N N N N N N N N N N N N N h N N y N N n Nf N N N ;DpbNp� }}.��pp[nipW� pWaA�Wppi��a�(�N�qq� C m � O .X mx ,u Z 'f7 n n n 0 < o z mo o Q � m m D O D 0 a O r o -z D L- m *k m m i *k -i z A -� m n :U m r < o ° o n c� N Mut N Z O O "'"� O T O (7 o m o m m o o > m D � 0 0 m D rn c� c� m -Di m Z L- L- (7 z s D o z m k k D 0 Z m 'U (� m > O 0 o Z -i q a O N �O w w wN O " m A O O° W coao N 00 vp p O O (DpDCCi W(A o v Q) O 7 Uj N O O O O C O O C. (D — c m _L W W ® 0 X 0 O O N 0 O N O O Ol m CDA - 0 CO CD CD N r C Cn O O @ A -O 0 0 m a s a ; w (n cam :a N W o o W c o o m D NM A Vi C C Ip 00 C o O o o o �4 o 0 0 o m N coco m fn df S S Q m o IJ N C) 0 0 m p p .ZD7 O 61 w en 000 n m (7 N N o O O D 0o O m o o z - D2 a � w Z w w D Z n cwn OD rl) 0Z � m 0 z (DUi O w Soo c � N w � (Vo N) m 4�- cn a a CD o (.0Ul m w o M o o O rn v+ •In � L, c oo ut m O A A 00 Z (O1n D c $ m W m Z Z m 0 00 a ur vi o m 0 0 0 o c o 0 m o m o o m mco 1 0 0 0 W o 0 o m 0 0a r_ o n � 0 0 En o a a n O Z wo Mco co U, (11 m N 0 (D . ( � q i & < o ! CD c ODD § wW::3N0 J £ § 2 m / ) cu X co 41 ) , \ §§ §/ w w § W \ � §-§ ~ �m 2§( �\k � ~ ^ �%I � o 03 m CD -4PQ2\ ( m ° » ® :2 d _ R ) / % �m-n n� §§§§ r§ . \ ( \$ ® E » § k k % k k ( i C Cl) \ $ t 3 E -CD 5#kqE _ ®0 (M7om � m / 2 -q /2Er Wm § i - % A / \ s � � ' o § ) � $ � ƒ ` E 49 49 49 ----c § r- q BB�0 §Bk §89G � A k@en�oGo°mn 7 e § C8:C. k§§ FoRTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Palmilla Springs Phase 4 PROJECT NUMBER: CPN: 101026 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF 6" PVC 50 8" PVC 5038 16" PVC FIRE HYDRANTS: 3 VALVES(16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 72(1") Copper 72 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 6200 15" PVC 18" PVC PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 112(4") PVC 112 EA 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 AFFIDAVIT STATE OF TX COUNTY OF Tarrant Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Shawn Lain,Project Manager Of Moss Utilities,LLC, known to me to be a credible person, who being by me duly sworn,upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Palmilla Springs Phase 4 Project# 101026 BY T Shawn Lain Project Manager Subscribed and sworn before me on this date �' of bu t vn led e , d yye . EE LAURA STANFIELD SNotary Public,State of Texas Notary Public Comm,Expires 05-17-2020 l-County��fY�`� State�J "" �a�QfY ID 10994274 THE The Guarantee Company of North America USA GUARANTEE" One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 www. cna.com Bond Number 75150605 OWNER i2r/ CONSENT OF SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ OTHER ❑ PROJECT: Palmilla Spriggs,Phase 4 (name, address) TO(Owner) Jabez Development,L.P. ARCHITECT'S PROJECT NO. 1038 Texan Trail,Grapevine,TX 76051 & CONTRACT FOR: Palmilla Springs,Phase 4 City of Fort Worth -200 Texas St.,Fort Worth,TX 76102 CONTRACT DATE: t0151I7 CONTRACTOR: Moss Utilities, LLC 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 as it appears in the bond). The Guarantee Company of North America USA One Towne Sq uare#1470 Southfield,Ml 48076 , SURETY COMPANY, on bond of(here insert name and address of Contractor) Moss Utilities, LLC 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) labez Development,L.P. &City of Port Worth OWNERS, As set forth in the said Surety Company's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand this 28th day of November 2018 The Guarantee Company of North America USA Suret pa f Sign ur of Authoriz ' epresentative ATTEST: Lloyd Ray Pitts Jr. Attorney-In-Fact (Seal): Melissa Pitts,Sand Secretary Title The language in this document confirms exactly to the language used in AIA Document G707—Consent of Surety Company to Finai Payment. THE The Guarantee Company of North America USA GUARANTEE POWER Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint Lloyd Ray Pitts,Jr-,William D.Birdsong Pitts Fennell and Associates.LLC dbe Pitts Birdsong Fennell&Associates its true and lawful attorneys)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s)in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31"day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1- 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,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority 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. 4- 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. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duty called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed- 0��F IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and ti its corporate seal to be affixed by its authorized officer,this 2"d day of October,2015. $ , gF THE GUARANTEE COMPANY OF NORTH AMERICA USA xAu STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 2nd day of October,2015 before me came the individuals who executed the preceding instrument,to me personally known, and fazing by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Sea[of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of 0Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offices the day and year above written. County of Oakland My Commission Expires February 27,2018 Acting in Oakland County I,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. +Eer IN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this 2$ihoc day of November 2018 `""`` Randall Musselman,Secretary