Loading...
HomeMy WebLinkAboutContract 49695-FP1 RECEIVED APR 2 2 2020 FORTWORTH CSC No. 49695-FP1 BY� WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION S q ( 0 C)o Q7.5— Cs -44q (,, qS DOE. Ns: N\A Regarding contract 49695 for Village Creek Sanitary Sewer Rehabilitation Part A as required by the Water Department as approved by City Council on 9/12/17 through M&C C-28372 die Director of the Water Department, upon the recommendation of the Sr. Capital Projects Officer,Capital Projects Delivery,Water Department,has accepted die project as complete. Original Contract Prices: $1,972,811.00 Amount of Approved Change Orders: Ns Revised Contract Amount: $1,972,811.00 Total Cost Work Completed: $1,944,248.10 Less Deductions: Liquidated Damages: Days @ S210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $1,944,248.10 Less Previous Payments: $1,830,078.20 Final Payment Due S114,169.90 r � `1 Z Recommended for Acceptance Date Assistant Director, Water Department f,/L2Ld i�o�LQiL d—la4e - Christopher Hard (Jui 6,202007:53 CDT) Jul 6, 2020 Accepted Date Director, Water Department Awa&WAdoa Jul 6, 2020 Dana Burghdoff(Ju(i,2020 0 0CDT) City Manager Date OFFBCRAL RECORD COTY SECRETARY FT WORTH,TX Project Name:Village Creek Sanitary Sewer Rehabilitation Part A DOE. Ns: N\A Comments: S°C(.0cs �{100 q� q City Project Numbers 100275 DOE Number 0005 Contract Name Village Creel:Sanitary Sewer Rhabilitation PartA Estimate Number 17 Contract Limits S.Cravens Rd.from Dowdell Rd.to Whittlesey Rd. Payment Number 17 Project Type Sewer For Period Ending 1/15/2020 Project Funding Project Manager Fu City Secretary Contract Number 49695 Inspectors Johnson / Garcia Contract Date 9/12/2017 Contractor PM CONSTRUCTION AND REHAB,LLC Contract Time 735 CD 1131 N RICHEY Days Charged to Date 307 CD PASADENA, TX 77506 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 $1,944,248.10 Less 0 %Retained $0.00 Net Earned $1,944,248.10 Earned This Period $114,169.90 Retainage This Period $0.00 Less Liquidated Damages 0 Days a $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $1,830,078 20 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1 14,169.90 Wednesday,April 15,2020 Page of FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Village Creek Sanitary Sewer Rhabilitation Part A Contract Limits S.Cravens Rd.from Dowdell Rd.to Whittiesey Rd. Project Type Sewer City Project Numbers 100275 DOE Number 0005 Estimate Number 17 Payment Number 17 For Period Ending 1/1 512 02 0 CD City Secretary Contract Number 49695 Contract Time 736D Contract Date 9/12/2017 Days Charged to Date 307 Contract is 99.000 Complete Project Manager Fu Contractor PM CONSTRUCTION AND REHAB,LLC 1131 N RICHEY PASADENA, TX 77506 Inspectors Johnson f Garcia Wednesday,April 15,2020 Page 1 of 4 City Project Numbers 100275 DOE Number 0005 Contract Name Village Creek Sanitary Sewer Rhabilitation Part A Estimate Number 17 Contract Limits S.Cravens Rd.from Dowdell Rd.to Whittlesey Rd. Payment Number 17 Project Type Sewer For Period Ending 1/15/2020 Project Funding Sewer Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------- --- -._ _ - --- - - - — — -- - --- - ---- 1 a 54"SS CIPP Liner 1020 LF $0.00 $0.00 lb 54"SS Geopolymer Liner System 1020 LF $305.00 $311,100.00 1016 $309,880.00 2 39"SS CIPP Liner 5980 LF $195.00 ,166,100.00 5967 1,163,565.00 3 Install New S"Sewer Line 50 LF $250.00 $14,000.00 47 $13,160.00 4 Remove 6"Sewer Line 50 LF $1.00 $50.00 47 $47.00 5 Remove&Replace Existing Cone,Ring 5 EA $3,500.00 $1.7,500.00 6 Remove&Replace Existing Cone,Ring I EA $4,750.00 $4,750.00 5 $23,750.00 7 Remove&Replace Existing Cone,Ring 3 EA $6,300.00 $18,900-00 4 $25,200.00 8 Remove&Replace Existing Ring and C 4 EA $2,050.00 $8,200.00 4 $8,200.00 9 Structural Manhole Liner System 250 VF $375.00 $93,750.00 221 $82,875.00 10 Install New Standard 4'Manhole 2 EA $9,800.00 $19,600.00 2 $19,600.00 11 4'Manhole Extra Depth 10 VF $575.00 $5,750.00 8 $4,600,00 12 Remove4'Manhole I EA $110.00 $110.00 1 $110.00 13 Trench Safety 50 LF $22.00 $I,100.00 57 $1,254.00 14 Remove and Replace Concrete Collar 1 EA $1,650.00 $1,650.00 1 $1,650.00 15 Pre-Construction CCTV hnspection 7050 LF $7.00 $49,350.00 6983 $48,881.00 16 Post CCTV Inspection 7050 LF $1.00 $7,050.00 5967 $5,967.00 17 Manhole Vacuum Testing 2 EA $600.00 $1,200.00 1 $600.00 1S Construction Staking 1 LS $1.00 $L00 1 $1.00 19 Construction(GPS&As-Built)Survey 1 LS $15,000.00 $15,000.00 I $15,000.00 20 Bypass Pumping 1 LS $50,000.00 $50,000.00 1.57876 $78,938.00 21 Asphalt Pavement Repair,Residential 250 SY $80.00 $20,000.00 92 $7,360.00 22 4"Service Connection I EA $1,650.00 $1,650.00 5 $8,250.00 23 Traffic Control 4 MO $19,000.00 $76,000.00 4 $76,000.00 24 Mobilization 1 LS $20,000.00 $20,000.00 1 $20,000.00 25 Allowance 1 LS $70,000.00 $70,000.00 0.41943 $29,360.10 Sub-Total of Previous Unit $1,972,811.00 $1,944,248.10 Wednesday,April 15,2020 Paget of Village Creek Sanitary Sewer Rehabilitation Part A Reason for Delays The delays on this project were with a property owner that was promised 8 new gates that were allegedly damaged by City Crews on previous projects. After several attempts to have Buzz Fence fabricate new gates. IPR was finally able to get the property owner to accept a check and give them and the City a release for the gates. City Project Numbers 100275 DOE Number 0005 Contract Name Village Creek Sanitary Sewer Rhabilitation Part A Estimate Number 17 Contract Limits S.Cravens Rd.from Dowdell Rd.to Whittiesey Rd. Payment Number 17 Project Type Sewer For Period Ending 1/15/2020 Project Funding Contract Information Summary Original Contract Amount $1,972,811.00 Cbange orders Total Contract Price $1,972,811.00 °'ate / ' �Cl L Total Cost of Work Completed $1,944,248.10 Con actor Less 0 %Retained $0.00 t �'X`_ ry Net Earned $1,944,243.10 Date Earned This Period $114,169.90 Inspection Supe i r �0S J���lo � 2 Retainage This Period $0.00 n t� .J Date Less Liquidated Damages Project Manager Days @ /Day $0.00 N 1 14 Date LessPavement Deficiency $0.00 Asst.Director/TPW Less Penalty $0.00 i l k wa4le�l Less Previous Payment $1,830,078.20 Cndseopnerxam (JuIS,202007:53CDT) Date Director/Contracting Department Pius Material on Hand Less 15°/D $0.00 Balance Due This Payment $114,169.90 Page 3 of 4 Wednesday,April 15,2020 FORTWORTH rev 03/05/07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:17 NAME OF PROJECT: Village Creek Sanitary Sewer Rehabilitation Part A PROJECT NO.: 100275 CONTRACTOR: PM Construction CITY PROJECT 100275 PERIOD FROM 11/13/17 TO: 12/10/19 FINAL INSPECTION DATE: 12/10/2019 WORK ORDER EFFECTIVE:11/13/2017 CONTRACT TIME: 320 O WD 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. S. 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 0 0 PERIOD PREVIOUS 307 307 PERIOD TOTALS 307 307 TO DATE *REMARKS: /&J 'J- Zou� l -a-a CONTRACTOR DATE INSPECTOR DATE Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T176012-6311 (817) 392-4477 •Fax: (817) 392- 8460 CSC No.49695-COI FOP,-r wion`>r m City of Fort Worth Change Order Request Project Name:1 Village Creek Sanitary Sewer Rehabilitatoin Part A City Sec No.: 1 49695 Project No.(s): 56013-100275 DOE No. N/A CityProj.No.:J 100275 Project Description: CIPP of Existing Sanitary Sewer Main on Cravens Rd. Contractor: PM Construction and Rehab,LLC Change Order## 0 Date: 1 3/26/2020 City Project Mgr.1 Walter Norwood City Inspector: David Johnson Phone Number.1 817-392-5026 Phone Number: 817-392-8455 Dept. Sewer Totals Contract Time (Calender days) Original Contract Amount $1,972,811.00 $1,972,811.00 320 Extras to Date Credits to Dale Pending Change Orders(in M&C Process) Contract Cost to Date $1,972,811.00 $1,972,811.00 320 $0.00 $0.00 415 Revised Contract Amount $1,972,811.00 $1,972,811.00 735 Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $2,466,013.75 JUSTIFICATION(REASONS)FOR CHANGE ORDER The change order provides for the time period it took to resolve a gate situation with an impacted property I owner who was adamant that previous City construction had damaged 8 gates on her property.The property 11 owner also alledged that the previous City Project Manager had promised to replace all 8 gates.After several j unsuccessful attempts at fabricating an acceptable gate,the property owner accepted a check from the Contractorto procure the gates herself. i 1 3 i 1� I i It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Contractor's Company Name Cont actor Name Co actor signature Date PM Construction and Rehab,LLC ) 1, in pector J Date Project Manager Da_ a-"?f87� Oft 66 dS, p #r"4 Z 20 Director(Water Dept) Date ons_cuclion Supervisor(Water Dept) Date ° A r 3 2020 Lf "a' Assistant City Attorney _ Date Assistant Oily Manager Date Apr 3,2020 Apr 3,2020 Council Action(If Required) M&C Number NIA M&C Date Approved NIA FORT WbP,-r m City of Fort Worth I� Change Order Additions Project Name Village Creek Sanitary Sewer Rehabilitatoin Part A City Sec No.: 49695 Project No.(s): 56013-100275 DOE No. N/A City Proj.No.: 100275 Project IPP of Existing Sanitary Sewer Main on Cravens Rd. Description F Contractor PM Construction and Rehab,LLC Change Order:= Date: 3/26/2020 City Project Mgr. Walter Norwood City Inspector David Johnson ADDITIONS y DE P7 Qty it Unit;Cost Total Sewer Page 2 of 4 Additions Sub Total FORT WORTH City of Fort Worth �- Change Order Deletions Project Name Village Creek Sanitary Sewer Rehabilitatoin Part A City Sec No.: 49695 Project No.(s): 56013-100275 DOE No. N/A City Proj.No.: 100275 Project Description CIPP of Existing Sanitary Sewer Main on Cravens Rd. Contractor PM Construction and Rehab,LLC Change Order: 0 Date 3/26/2020 City Project Mgr. Walter Norwood City Inspector: David Johnson DELETIONS ITEM DESCRIPTION :-' DEPT :Qfy Unit„ .: Unit Cost Totat Sewer Page 3 of 4 IDeletions Sub Total MMBE Breakdown for this Change Order M -BE;Sub - Type of:Seivice" Amount for this CO Total Previous Change Orders Co# DATE AMOUNT Total Page 4 of 4 Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance an reporting requirements. Signature Tony Sholola Name of Employee Assistant Water Director Title ATTEST: Mary I Kayser City Secretary FORTWORTHREV:02/22/07 Capital Projects Delivery, Water Department CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 15-Jan-20 Name of Contractor Project Name PM Construction and Rehab,LLC Village Creek Sanitary Sewer Rehabilitation Part A Water Engineering Inspector Project Manager Viriginia Wade Walter Norwood DOE Number :rPero7ject Difficulty Type of Contract NSA ple * Routine 0 Complex ❑ water [21 waste water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $1,972,811.00 $1,972,811.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION PLANS& SPECIFICATIONS 1 Availability of Inspector I..� 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector `f 2 Clarity& Sufficiency of Details 3 Accuracy of Measured Quantities ff 3 Applicability of Specifications y 4 Display Of Professionalism q 4 Accuracy of Plan Quantities y 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 3 1 Knowledge And/Or Problem Resolution y ADMINISTRATION 2 Availability of Project Manager H 1 Change Order Processing Time ' 3 Communication f 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS& SIGNATURES COMMENTS Signature Contractor �. Signature Inspector V l 'IN14 W^04y Signature Inspector's Supervisor INSPECTOR'S COMMENTS Capital Projects Delivery Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T176012-6311 (817) 392-4477•Fax: (817) 392-8460 FORTWORTHREV:02/20/07 Capital Projects Delivery,Water Department PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name PM Construction and Rehab.,LLC Village Creek Sanitary Sewer Rehabilitation Part A Water Engineering Inspector DOE Number Virginia Wade NSA Water Engineering Inspector Project Manager ❑Water ❑� Waste Water ❑ Storm Drainage ❑ Pavement Walter Norwood Initial Contract Amount Project Difficulty $1,975,811.00 Q Simple Routine Q Complex Final Contract Amount Date $1,972,811.00 1/15/2020 M 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 3 20 15 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 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 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] x 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) Signature Inspector t`/L- V'tA.UiXa.'4 Ni an ii Signature Contractor Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax: (817)392-8460 FOR*TWORTH WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Village Creek Sanitary Sewer Rehabilitation Part A PROJECT NUMBER: 100275 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 54-Inch Geopolymer lining 1016 Sewer 39-Inch CIPP lining 5967 Sewer 8-Inch PVC 47 PIPE ABANDONED SIZE TYPE OF PIPE LF SEWER 6-Inch Concrete 47 DENSITIES: 1 NEW SERVICES: WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax: (817)392-8460 FINAL AFFIDAVIT OF ALL BILLS PAID AND LIEN RELEASE STATE OF TEXAS COUNTY OF HARRIS THE UNDERSIGNED was contracted or hired by The City of Fort Worth Water Department to furnish labor and/or materials in connection with certain improvements to real property described as follow: Contractor: 1PR South Central,LLC Job Name:Village Creek SSR,Part A Job Description: Rehabilitation Invoice No.: #18,$97,212.40 For Work Performed Through: July 31,2019 Job Location: City of Fort Worth The undersigned certifies and warrants that there are no known mechanic's or material man's liens outstanding as of the date hereof,that all bills incurred by it with respect to the Work have been paid in full,and that there is no known basis for the filling of any mechanic's or material man's lien on the property and/or improvements above described by any person or entity performing work on behalf of the undersigned,; and to the extent permitted by applicable law,the undersigned does hereby waive and release any mechanic's or material man's lien or claims of lien of any other such person or entity,and further agrees to indemnify and hold the owner harmless from any said lien or claim including the payment of related costs,expenses,and responsible attorney's fees. 1 IPR Soutb,Central.LLC CONTRACTOR / I S GNATUrE PRINTED NAME Cten e rrA Man!�cQ o r TITLE SUBSCRIBED AND SWORN to before me,the undersigned on this the 31st day of July 2019. ,t4 N w; .......... �,%y Notary Public fpFjfie State of Texa. My Commissi xpires: LU >yTf Of 1292a �FkpFf®3`O;`\����`� CONSENT OF SURETY OWNER ❑ TO FINAL PAYMENT ARCHITECT Q ALA DOCU77zent G707 CONTRACTOR ❑ ❑ Bond No. SU1145898 SURETYOTHRR Q TO OVlNER ARCHITECT'S PROJECT -NO.: (Nrlrne turd adilm�r•J City of Fort Worth 1000 Throckmorton St CO'NTTRAC-r FOR:Village Creek Sanitary Sewer Rehabilitation Part A Fort Worth, TX 76102 �'Stc]JEC 1': CON71MCT DATED: {Ntnnemzd adcrrr�� Village Creek Sanitary Sewer Rehabilitation Part A In ACcardance with the provisions oftle Contract between the Ovrner and the Contractor as indicatett aj)ove,the {Irxtertrrun:rurtd adcii��ojSret-�+r) Arch Insurance Company Harborside 3, 210 Hudson Street Suite 300 Jersey City, NJ 07311-1107 SURETY, on bond of flrcSLrt narrrranrl addrrksofCortlzcrcrw) PM Construction &Rehab, LLC 131 N. Richey Pasadena, TX 77506 CONTRACTOR, hereby approves of the flnat payment to the Can tvactor,and agrees that final payment to the Contractor shalt not relieve the Surety ref any of its obligations to rin=+rr nantetrnd addax s�ofOamar i City of Fort Worth 1000 Throckmorton St Fort Worth, TX 76102 OWNER, as set forth in said Surety's bond. IN WIINESS WHEREOF,the Surety has bereunto set its hand tm"s dare., January 24, 2020 rl,rsrtll irr u+t irl tq rlx+„ronrb fofrarr ttl bt tlae wuneric dale arul t+car 1 y�fancQ L, Arch Insurance Company <` fl� (Srnrlr j ` 'TAI ci arr By: � - lStq,rrmlrn oja rLo,i�d rr�rrxsrrnarn�! Attest,* Missouri (Sea)): yr /� Victoria P. Parkerson Attorney-in-Fact Diane Moraski (P,r7uad trarnatrr,�rritlr) Surety Phone No. 201-743-4000 G707r••-7 994 SURPATH 2O17 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note,Loan,Letter of Credit, Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,New Jersey(hereinafter referred to as the"Company")does hereby appoint: Victoria P. Parkerson its true and lawful Attorney-in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations. Surety Bond Number: SU1145898 Principal: PM Construction & Rehab, LLC Obligee: City of Fort Worth This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company 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 its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board,the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company,and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 T Page 1 of 2 Printed in U.S.A. SURPATH 2O17 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seat to be affixed by their authorized officers,this 28th day of September 20 17 Attested and Certified Arch Insurance Company h�tance C fi '� OOR SEAL 'CS C SEAL A — _4x� -- g 14fY k r� Patrick K.Nails,Secretary Mlssauri David M. Finkelstein, Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I,Michele Tripodi,a Notary Public,do hereby certify that Patrick K.Nails and David M.Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the taws of the State of Missouri, subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,sealed with the corporate seat and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COLIMOMWEAL7H OFPERNSYLVANIA 1JDUlRI otw 1.4ICRELETRIF001,ttot�yPcrts(IC f, City61PhitLdctphTs,PhiEa.CoMty My CCT=iZ7t0n FxAtref.July 31,I021 Michele Tripodi, Notary Public My commission expires 07/31/2021 CERTIFICATION 1,Patrick K.Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated September 28,2017 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since ficate;and I do further certify that the said David M.Finkelstein, the date thereof and is in full force and effect on the date of this certi who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 24th day of_ January ,2020 Patrick K. Nails,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES R.ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500j�rlC� Philadelphia,PA 19102 ►� �O .� CORFO E 'O SEAL a t47Y Missouri OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. FORT WORTH January 15,2020 PM Construction and Rehab,LLC 1131 N Richey Pasadena,TX 77506 Re:Acceptance Letter Project Name: Village Creek Sanitary Sewer Rehabilitation Part A Project Type: Sewer Project Ns: 100275 DOE. Ns: N\A Contract Ns: 49695 Dated: 9/12/2017 Gentleman: On November 18,2019 a final inspection was made on the subject project. There were punch list items identified at the time. The punch list items were completed on December 10,2019. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on December 10,2019,which is the date of punch list completion and will extend for(2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance,please feel free to contact me at (817) 392-6054 Yours Truly, Tony Sholola,P.E.,SR. Capital Projects Officer,Capital Projects Delivery TS / cc: Chris Harder,P.E.,Director,Water Department Laura Wilson,P.E.,Deputy Director,Water Department Captain Michael Strains,Fire Department Bill Lundval,Sanitary Sewer Systems Superintendent,Water Department Roger Hauser, Water Systems Superintendent,Water Department Walter Norwood,P.E.,Project Manager David R Johnson,Supervisor,Capital Projects Delivery,Water Department Virginia Wade,Inspector, Capital Projects Delivery,Water Department Craig Barnes,P.E.,Shield Engineering Group,PLLC, Consultant Pm Construction and Rehab,LLC,Contractor File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH,TEXAS 76102 817-392-8240 * FAx 817-392-8195 �� Printed on recycled paper