Loading...
HomeMy WebLinkAboutContract 53550-FP2City Secretary 53550 -FP2 Contract No. FORTWORTH�H� May 13, 2021 Date 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: Northpointe Phase 1A City Project No.: 102250 Improvement Type(s): Water 0 Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Ja�����20211231 CDT) Contractor Project Manager Title Conatser Construction TX, L.P. Company Name Sewer � J y�n i'May 13, 202113:02 CDT; Project Inspector KhAI TqqfAYi F E. Kh�lJ��lar'i P.F.!Mdy14.707111:34CDT'� Project Manager �� �c:��2�-`�i�v� J icScarlcttMoralesfNlay15,202110:O5CD7; vCFA Manager ��� ������ Dana [3urehdoff !May 16. 202 13:51 CDTj Asst. City Manager May 13, 2021 Date May 14, 2021 Date May 15, 2021 Date May 16, 2021 Date Date Received May 17, 2021 $1,355,414.50 $110,963.00 $1,466,377.50 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Northpointe Phase 1A City Project No.: 102250 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Pipe Report: � Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid ' Consent of Surety Statement of Contract Time Contract Time: 200 WD Days Charged: 153 Work Start Date: 7/20/2020 Work Complete Date: 3/22/2021 Completed number of Soil Lab Test: Clicl< here to enter text. Completed number of Water Test: Clicl< here to enter text. Page 2 of 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NORTHPOINTE PHASE 1 A Contract Limits Project Type WATER & SEWER CityProjectNumbers 102250 DOE Number 2250 Estimate Number 1 Payment Number 1 Fm• Period Ending 4/14/2021 W City Secretary Contract Number Contract Time 2oeV Conh•act Date Days Charged to Date 153 Project D�Ianager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxL,P 5327 WICHITA ST FORT WORTH � TX 761 19 Inspectors CORDOVA / HICKMAN Wednesday, May 5, 2021 Page 1 of 5 City Project Numbers 102250 Contract Name NORTHPOINTE PHASE IA Contract Limits Project Type WATER & SEWER Project Funding WAT�R DOE Number 2250 Estimate Number 1 Payment Number 1 For Period Ending 4/14/2021 Item Description of Items Estimated Unit Unit Cost �stimated Completed Completed No. Quanity� Total Quanity Total — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — 1 8"WATERPIPE(CO#I) 329§ LF $34.00 $111,996.00 3294 $111,996.00 2 16" WATER PIPE (CO #1) 3794 �F $70.00 $265,580.00 3794 $265,580.00 3 16" WATER PIPE BY BORE (CO # 1) 25 LF $480.00 $12,000.00 25 $12,000.00 4 20"CASINGPIF'E(CO#1) 25 LF $100.00 $2,500.00 25 $2,500.00 5 FIRE HYDRANT ASSEMBLY W/6" GATE 8 EA $4,200.00 $33,600.00 8 $33,600.00 VALVE & BOX 6 16" X 8" TAPPING SLEEVE & VALVE I EA $26,500.00 $26,500.00 1 $26,500.00 7 2" AIl2 RELEASE VALVE 1 EA $4,500.00 $4,500.00 1 $4,500.00 8 6" BLOW OFF VALVE 2 EA $8,500.00 $17,000.00 2 $17,000.00 9 4"-12" WATERABANDONMENTPLUG(CO#1) 10 EA $1,000.00 $10,000.00 10 $10,000.00 10 DUCTIL,E IRON WATER FITTINGS 2.85 TN $4,500.00 $12,825.00 2.85 $12,825.00 W/RESTRAINT 11 8" GATE VALVE (CO #1) 22 EA $1,250.00 $27,500.00 22 $27,500.00 12 16" GAT'E VALVE 2 EA $14,500.00 $29,000.00 2 $29,000.00 13 CONCRETE ENCASEMENT FOR UTILITY PIPES 140 LF $40.00 $5,600.00 140 $5,600.00 (CO # 1) 14 1" WATER SERVICE 64 EA $950.00 $60,800.00 64 $60,800.00 15 CONNECTION TO EXISTING 36" WATER MAIN 1 EA $12,500.00 $12,500.00 1 $12,500.00 16 TRAFFIC CONTROL I LS $2,500.00 $2,500.00 1 $2,500.00 17 TRENCH SAFETY 6993 LF $1.00 $6,993.00 6993 $6,993.00 18 1 I/2"WATERSERVICE(CO#1) 1 EA $1,800.00 $1,800.00 1 $1,800.00 19 4" PVC SLEEVE (CO 1) 148 LF $20.00 $2,960.00 148 $2,960.00 20 16"X8" TAPPING SLEEVE (CO #1) 2 EA $6,000.00 $12,000.00 2 $12,000.00 Sub-Total of Previous Unit $658,154.00 $658,154.00 S�WER Item Description of Items No. 1 8" SEWER PIPE 2 10" SEWER PIPE 3 12" SEWER PIPE 4 10" SEWER PII'E BY BORE Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 4481 LF $38.00 $170,278.00 4481 $17Q278.00 1407 LF $44.00 $61,908.00 1407 $61,908.00 412 LF $48.00 $19,776.00 412 $19,776.00 20 LF $380.00 $7,600.00 20 $7,600.00 Wednesday, May 5, 2021 Page 2 of 5 City Project Numbers 102250 Contract Name Contract Limits Project Type NORTHPOINTE PHASE lA WA'I'ER & SEWER Project Funding DOE Number 2250 Estimate Number 1 Payment Number 1 Tor Pei•iod Ending 4/14/2021 5 15" SEWER PIPE 1312 LF $68.00 $89,216.00 1312 $89,216.00 6 8" SEWER PIPE CSS BACKFILL 60 LF $58.00 $3,480.00 60 $3,480.00 7 8" SEWER PIPE CLSM BACKFILL 60 LF $68.00 $4,080.00 60 $4,080.00 8 IS"SEWERCARRIERPIPE 20 LF $95.00 $1,900.00 20 $1,900.00 9 4' MANHOLE 31 EA $3,600.00 $1 I 1,600.00 31 $1 I 1,600.00 11 4' EXTRA DEPTH MANHOLE 138 VF $185.00 $25,530.00 138 $25,530.00 12 4" SEWER SERVICE 1 15 EA $650.00 $74,750.00 1 l5 $74,750.00 13 TRENCH SAFETY 8736 LF $1.00 $8,736.00 8736 $8,736.00 14 MANHOLE VACUUM TESTING 31 EA $ I50.00 $4,650.00 31 $4,650.00 IS POST-CCTV INSPECTION 8736 LF $2.00 $17,472.00 8736 $17,472.00 16 CONNECT TO EXISTING MH I EA $2,500.00 $2,500.00 I $2,500.00 17 8" SEWER PIPE W/ CSS BACKFILL (CO #1) 179 LF $58.00 $10,382.00 179 $10,382.00 18 10" SEWER PIPE W/ CSS BACKFII.L (CO # 1) 193 LF $64.00 $12,352.00 193 $12,352.00 19 12" SEWER PIPE W/ CSS BACKFILL (CO #1) 440 LF $58.00 $25,520.00 440 $25,520.0� 20 IS" SEWER PIPE W/ CSS BACKFILL (CO #I) 292 LF $78.00 $22,776.00 292 $22,776.00 21 MANHOLEEPDXYLINER(CO#1) 265.5 VF $385.00 $102,217.50 265.5 $102,217.50 22 MANHOLE ADJUSTMENT (MAJOR) (CO #i) 7 EA $3,500.00 $24,500.00 7 $24,500.00 23 MANHOLE ADJUSTMENT W/ COVER (CO #2) 2 EA $3,500.00 $7,000.00 2 $7,000.00 Sub-Total of Previous Unit $808,223.50 $808,223.50 Wednesday, May 5, 2021 Page 3 of 5 City Project Numbers 102250 Contract Name NORTHPOINTE PHASE lA Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original ContractAmoimt Chan e Orders Cltange Order Number 1 Change Order Number 2 DOE Number 2250 �stimate Number I Payment Number 1 For Period Ending 4/14/2021 $1,355,414.50 $103,963.00 $7,000.00 Total Conh•act Price $1,466,377.50 Total Cost of Work Compieted $1,466,377.50 Less % Retained $0.00 Net Earned $1,466,377.50 Earned This Period $1,466,377.50 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Ntaterial on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,466,377.50 Wednesday, May 5, 2021 Page 4 of 5 City Project Numbers 102250 Cm�tract Name NORTHPOINTE PHASE lA Conh•act Limits Project Type WATER & SEW�R DO� Number ZZ50 �stimate Number 1 Payment Number 1 For Period �nding 4/14/2021 Project Funding Project Manager NA Inspectors CORDOVA / HICKMAN Contractor CONATSER CONSTRUCTION Tx1.P 5327 WICHITA ST FORT WORTH , TX 76119 City Secretary Contract Number Contract Date Contract Time 200 W Days Charged to Date 153 W Contract is 000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center �mount Gross Retainage Net Funded Total Cost of Work Completed Less % Retained Net Earned Earned This Period $1,466,377.50 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,466,377.50 $0.00 $1,466,377.50 $0.00 $0.00 $0.00 $0.00 $0.00 $1,466,377.50 Wednesday, May 5, 2021 Page 5 of 5 DEVELOPER-AWARDED-PROJECT CHANGE ORDER NO CRY FUN�S INVOLVED IN TN75 COHTRACi, DEVELOPER IS RESPONSIBLE FOR 700�ti OF TNE CHANG[ ORDER COST P.1lD IJO �[I':1�URSEl.1Et7T FROFA THE CITY�'JIIL �E SOtIGHT l3Y7HE CIEVEI.pp'cR. RECONMENOED; APPROVED: APpROVEO: I �� H��n� L-,nc��' 4)uc&�fS�Edh1�'t ---,iC:. -',�„ r_,� �� ��X. LP Br BryceEckeberger��'„�;,",��,«'e'°" BY `-i�"��,Un �i„ e ' J 6� -=- r Namo. �Eckabeioer i�Bm�F9535AS68C2GD0 �ennife�r EllerNama: � Tflle: PrdlectManeoor T��: Authori zed Agent T�B: �C Reviead: 16-12-2071 Page 1 INSPECTOR: Metthaw Mabry Phone No: 617-B70-3668 PROJECT MANAGER: Khal Jaalari Phone No: 817-392-7872 REASONSFORCHANGEOROER .:cdonrrc.mmc�dulr��stn:;n�taw,rlL-oswer;stfornslalelicnu7oo pmpa�dl8 r,alcr:nh�nsl�i:..4byoF�ncut�elnG•�honbyt�re�sh:an�, .,. <�:i:6ng gerGno. Chenges emespond Io Revis�on Na, 1 ns shown on sheet Pf2. Reihw (hen hewrglo bao ordv ii.�rdr,9u iraca 9A d in lho {a!ure, li';(ubs h��ea� .. --n edhd lo �ho lutura devahpment lo !ho nafh (Shesf C-0'J & PtO) raperatalylrom the NS4 sfu6s Ihaf will c;r,r.ect (� (h,. ;1,(aio 2-'-" wa:c:si,�::. �td�.i,:.'vaa';y a 1.5' wefer servica has been eddud to Shoat C-07 fw e poposed 'rrigetion metar !or fhe ferMsceped open spam eM PVC sloe� es (a ingaUon hnve bsen eddtd to sheet C-07 and C-0B. A portmn o/(ha otlsite sawer fMe (or fliam lA /uns Ihrough Phase i8. Fhase 18 Aes been gratlztl [o proposetl elevatfons �essd on Ihe eppored grad'ng prmi! plens, and sa thcre ae porGons o! Na oflsNe sewer line (hef no�v req�be Ihe deep bench back fl3 enrl eddi6ona� epoxyl/ner and erirs menhnk depN (Sheols C-t7 d Gf 8J. Addng 51 svwices wAera fu(txa bts wNl be dsvelopetl DocuSign Envelope ID: 40951 F77-ECD3-4698-SF49-52129142CA99 DEVELOPER-AWARDED-PROJECT CHANGE ORDER NO CI7Y FUNDS INVOLVED IN THIS CONTRACT. OEVELOPER IS RESPON519LE FOR 100°/.OF 7HE CHANGE ORDER COSTAND NO REIlABURSElAENT FROh1 THE CI7YVJILL BE SOUGHT BY THE OEVEIOPER. himl=_y�Ho�n Lenn3r B Bryce Ecke6erger ;-, e � � Y Y Name: Bryce Eckeberoer Name: Ttle: Project Manaoer Ttle: Au[honzed C��nafserCunSfruclionTX. LP BY �� � _..� Name_ Adam Bums rue: n�a�aoer Revised: 10-12-2011 page 1 INSPECTOR: Matihew Mabry Phone No: 817-870-3668 PROJECT MANAGER: Khal Jaafari Phone No: 817392-7872 REASONSFORCHANGEORDER Updafe manhole nm elevations on Line SS-A in arza !Y,af has racznalf/ been Oroughf fo proFos=tl graC� v,�tn fhe gracing o( Fhas? a jC-ifi 8 C-77J Atltlinc 2 1202JOV pzdes(als lo� Ihe metlian sfreef bghfs pei the slreef Ighf inspetto� (G65J PROJECT NAME: PROJECT NUMBER: DOE NUMBER: PIPE LAID FIRE HYDRANTS: 8 PIPE ABANDONED N/A DENSITIES: NEW SERVICES: PIPE LAID PIPE ABANDONED N/A DENSITIES: NEW SERVICES: FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: Northpointe Phase lA 102250 WATER SIZE TYPE OF PIPE LF 16" PVC 3,819 8" PVC 3,294 �yY�y VALVES (16" OR LARGER) TYPE OF PIPE 2 LF 53x 1" SIZE g�� 10" 12" 15" SIZE 115x 4" Copper SEWER TYPE OF PIPE PVC PVC PVC PVC TYPE OF PIPE PVC LF 4,481 1,427 412 1,312 LF TRt1NSPORTATION t1ND PUBLIC �VORKS F�� The Cit�� of Fort ��/ordl • 1000 Thiockmorton Stieet • Fort �Voith, TZ 76012-6311 1 (817) 392 - 7941 • Fat: (817) 392 - 7845 FORTWORTH� TRANSPORTATION AND PUBLIC WORKS April 14, 2021 Conatser Site Services, TX L.P. 5327 Wichita St. Building C Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Northpointe Phase 1A Project Type: Water, Sewer, Drainage, Paving, Street Lights City Project No.: 102250 To Whom It May Concern: On April 5, 2021 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on April 5, 2021, which is the date of the final inspection and will extend of two (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 817-302-7872. Sincerely, KG�AI Tqqfq!'l P. E. KhalJaafari P.E(May14,2021ll34CDT) Khal Jaafari, Project Manager Cc: Jeremy Hickman, Inspector Ron Cordova, Inspection Supervisor Gary Deyon, Senior Inspector Victor Tornero, Program Manager Bryce Eckeberger, Consultant Jacob Gatewood, Contractor Justin Christ, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 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 Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX. LP, known to me to be a credible person, who being by rne 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; and That there are no clairns pending for personal injury and/or property damages; On Contract described as: NORTHPQINT, PH 1A WATER, SANITARY SEWER, STORM DR.AIN, PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ #: 19-0110 CITY PROJCT #: N/A CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP . Brock Huggins Subscribed and sworn to before me this 29th day of March, ? � _� ._.�..�-„�' :T � `- -- „�� - - , '�,,,:� P�� BERTHA GIA�',��-�� �� '� �" �'''�c publfc, S�te of Tex�s i Notary Public in Tarrant County, Texas � a�� �� Notary k:., �mm. �cPires 0911812023 � q+ Notary ID 1026977-3 } a�.�'�� ` �„�, CONSENT OF SURETY C�MPANY TO FINAL PAYMENT Gonforms with the American institute of Archkects, AIA Document G707 PROJECT: (name, addl'eSsjNnrthpointe, Phase 1A Fort Worth, TX TO (�wner} NAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD AND THE CITY OF FORT WOfiTH 1707 Market Place Bl�d., Suite 100 trving TX 75063 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 0229593 � ARCHITECT'S PROJECT N�: CFANo.19-0ll0 CONTRACT FOR: Water, Sewer, Paving Drainage, & Street Light Improvements for Northpointe, Phase 1A � CONTRACT DATE: CONTRACTOR: CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the there insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT os830 , SURETY COMPANY on bond of (here insert neme and address of Contractor) CONATSER COlVSTRIJCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , 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 Ow�er) LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD AND THE CITY OF FORT WORTH 1707 Market Place Blvd., Suite 100 Inring TX 75063 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 25th day of March, 2021 , OWNER, BEftKLEY INSURANCE COMPANY Surety Company , _ ,- ��' _ Attest. ; .:-,° • �..�-��,- "�a� �-���-p� (Seal}: - - Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form 'rs to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVI7 OF PAYMENT OF DEBTS AND CLAIMS, Currertt Edition ONE PAGE POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-7280j-el NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua A. Saunders; or Tonie Petranek of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors ofthe Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney autharizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such pawer of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes a]] previous powers issued on behalf of the attorney-in-fact named; and fvrther �tESOLVED, 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, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manua]ly affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instrumeats shall be issued. IN WI'�SS WHEREOF, the Company �as caused these present$ to be signed. az►d aitested hy i#s a�rprapriate Afficers and its carporate seal hereunto aff�ced this znd day of �,lune "�2020 . ~"� � Attes� Berlcl Insurance Com an �' �,��nn�F' ., P Y 4!� � (� ,; ����a�� � m � �I���I,} <� �� . eaerman sy Je 'r_ after . � i975 � }� I �.� A ,� Fa�ec�ive Vice President & Secretary •_ SeJ' ' i� c`e resident STATE OF COY1tECTICUT ) ) ss: COUIti'TX O�' FA�i�'�ELD ) Swom to before m�, a Notary Public in t'he State of Connecticut, this 2nd day of ,lune , 2020 _, by Ira S. Ledcrman and Jeftzey M. Kafter who are swom to me to be #he Bxecu#ive Vice Pr�sident Secretary, aad ��a Senior Vice President, respectively, of Berkley Insurance Compa.ny. �+aau c au►�csAx� -���`-'"'-�-� NOTARY PUA� IC COh7JEC71CUT ��i���3o�zoEz4��� otaryFub�ic, State afConnecticut CERTZFICATE I� the undersi�ied, Assistant Secretazy of BERKLEY II3SU1�A�'�'GE COMPANY, DQ HEREB'�` CERTIF'Y that the foregoin� is a true, correct and camplete copy c�f the original Power of Attomey, that said Pawer of Attorney has no# t�een revoked or rescinded ancjr�liat-�A� authority of tbe Attamey-in-Fact set forth iherein, vvho sxecufed the bond oz undertak%ng to wlueh this Power of r �itAN �tt�c}..{� e-�chad, is i.n. full forco and effect as of #his date. �'�'�"'�"f���'• ader my hand and seai of tl�e Company, this 25th day of March , 2D2� �,��,���r �� i975 C�r�ApF. ,: : _ vIIlCCIIt p. �O[f�