Loading...
HomeMy WebLinkAboutContract 45401 1r/„ Tw COPY F" CRY SKMAW Low" CONTRACM commcl 80"No coo F�O RT 0 RT H C"OUGER'S OFM � err_ ur�wr �j EN NG 1 , C " PROJECT ANUAL FOR low THE CONSTRUCTION OF TRAFFIC SIGNAL IMPROVEMENTS TO SERVE SOUTHSIDE/GRANBURY L AQ City Pro'ect No.00032 Betsy Price Tom Higgins Mayor Interim City Manager l 1, Douglas W. Wiersig, F',E Director, Transportation Public orks Department Prepared for f The City of Fort Worth. Transportation and Public Works,ks, epar rt November 201.E Elizabeth A. Ram 1'rez, P.E. Beth Ramirez Transportation Engineering,ng LLC pro 'BPE Firm No. F 14375 PP OFFICIAL RECORD CITY �SECRETARY J r a Elizabeth � t T 1VORTK TX le RECEIVED MAR 0 6 "M&CReview Page,1, of 2 1 Of, site aV 1�- ,'4Y: N�i�, ,:v)Iri N of Fort 7e y C, i ,f COUNCIL ACT IOU: Approved on 1120/20/ NAL 20TRAFFIC, REFERENCE OAT` * ��C-26,650 LOG NA iTS,TO,,S.E"RVE NOPAI I G TY, E# CONSENT PUBLIC' ��� � �� , � execution o�a Cons ruc I� ontrac° with Durable � �� � ��� � 1 S t s o n the Am �� X54 00.00 o Ins N n Hardware a � � �pmt Four raft;Signals L icated i, South, Fort Worth,�(COUNCIL DI S RIOTS 6 a nd,,$) "it ins the C council authorize the e c it o c u I cont �� utabl , ,,, control,equipment at four tralftic signals located 'in Sout Fort, IS T,his ls,�uc/,t,,o.h, Win, a,,Ic,,t,will install new traffic signal hardw,are and co,ntrol, equip,m' 't the J r,',inte , at-Cleburne e Road� ry Wi�st Be",,$treet at,Hemphill, Street 'This pro is/fund6d with Local,Air QualityProgram (LAQP) vonie'.s,. The,new"�t I We, A �� �. � W �� � �� � �'nt ��� signal operations a hor by twice unnecessary vehicle stops, delay, fuel consumPtio ���ai �o/ut" w sign aro,part of arterial traffic signa]improvement,pripiects funded by' r Thio contact authorized by this Mayor and Council Communication.Will replace,the s* are t t cam' dour signals t 1bov . �m �� en �W l b �c le I Ch y,firs n, x���ng contract i t � Ce a ex s nc o Gov nm t�(NCTCOP),1' r re/irn0uirsomerit for 8 percentof the contract, costs,arid proVide,6 20, 1, OTC" :,a; i ; expenditures � ) Funds will I rs the, . The,fUn0in-9 source percenta es and amount gyre,s aI i d 1, 0 CE ...P 80,percent -NCTCOG i t funds ; s . peren � 7 critica Capital Improvement� f, i Total $4641000i.00 This pirpied was,;advertised for bid sn the 'thStarJelearam on Nov er 5,:201,3:.and� 1 Emtt.�8kor..i emb ie �, o, �� I� I /iii/� 1 Page 2' f B I E=>DE R. BID A!Mi, T 1 I�f �N r Durable Special Inc. $45410001.00 Price Anmy s-Staff has determined that un=it pricey red by theslingle,bidder ire reasonable f I and c sip i sec t bid submittals, n the Dallas-Fort o` ar a or projects,o S�I� s a type. Thy id a nount f lls w hIn percent of the Engineer's cost esfim' ,ate. ity mance by M/WBE,Office- Durable Specialties, Inc compliance with the Q s BDE,Ord* is in r pine percent B part" � 10 � his o � "h C � E goal on this c �;� I% b -The, contractor is required to complete Workin 120 calendar days. It"is estimated Project Sc,,edule that-the project,wilfbegin April 2014,and be completed b�Ju�ly, 1, 201A. j, in 11 Th" 11S,project is located, COUNCIL DISTRICTS 6 and 9, Mapsco 76Y, 76Z, 890 and9, 0D. 0 RTI F [CATION The � � �� e s Director certifies,that funs are available n errant Capital t of budge � � �` � ��� �� '.e E„ ,,..NU II19fAM' JW. „mNNiiVNY^�YMIN'MiY� !'1tlrNmN !mMUY,NN�'NP'?9UNM ,:M➢IN'NNl YWN7ID, V ��i4, NY1NB7unmYU'NsM. UINNY9NN NNMMW,a'^NININNXMNNV%NN1V'NM�%N'NNn„wV I ,. J"N>nPNN�U^MWnNNNYr�rvflnNVNfMMVrcNf"1 kNM A;fdNMJN9�'P,!n 1NN1)NN mmmmy�^>NYNNNNms�nA�wtNN� ��lu �iNmYrN�Nrrom��N� �,rN N -0, TO ....nt/Ce, FROM, rs,, EI 34g Q 08,1 RL fr1�� Fernando Cosh (6122) 9 � e le Alonzo nan (7861) Y � I ,,, "I' a I.... N..Vi i i I n n 9N 1Lnf� ,� ,..1VNNA9Yl NYUNJY:9NYNN9'k%Nl.../Y9 IY'�.,�..nYJ V Y,19N lY 1 ml'NnV!.v,+7Y.....1'NNV'NN,;'7'WN JJ'N'Y�'w;m sM'riUWl m:NV,''. Wes. ,.NDI. 1N1YNVmr'wUINV'NDIHNHUNUO'WVMJ1 7,'NN'N'�i6�'N9....,. N'WN''i+�+ ri0�...., WwJ'9'� v w w iu i N'N'N'i Yiwi,NYY91V�Ywwi NY,�v NN: ,yyl,.N'J"1Y NNfN J^...�N ,J...fNw,,➢N�1 @..1 A!NmN�t ,"JJ YN ��N ,.... ,..1 rf/ ^fa9'kN 1IVMYwY N - ,uNN1PV➢1WIJN'N'AUINNYl1P,,„ ,N,IIaNI➢INMJNNHNNfNY&�,N'9YlY'D I"riu;9,N>N'NUI9NUJ, ,,y�NYNNN'N�IIWN:'�'M';�"NUl!�JVN'M11Y,'k'bH`M1V YP,9D P9,)7%"N Y/6J.NMt'71 Y�'� i TA N �, hsid *­G apob �A, ,e M .1, Ls o, Ler e q# e vroye, Ic 1p,Tra,',§, MH 2/4/2,014 i i �j IIl' I/ xo ice cwv*e . s ?I co c ate 1 `/" i f; Addendum o, Traffic Signal Improvements to Serve SouthsJde/G r are bury LAQ Project rho. 0003,2 l% Addendum Issued December 17, 2013 r Bid Date.- December 19 2013 Addendum . 1 includes the follo i'ng changes or clarifications to the Project Manual. and/or Plans: 1) Project Manual — Bid Proposal a ,section 00 42 43 Proposal B d Form i The attached id Form has been revised. Use the revised Bid Form t ► complete: your bid proposal. Bidders may also use the revised EXCEL spreadsheet to complete the Bid Form f ii) Changes, to, the hied items and quantities for each signal are shown on the last page of the revised plan set. Changes to the hid form are summarized below:. r, (1) Added pay item 0241.04011 - Remove Concrete Drive (2) Added ay item 3217.1002 - Lane Legend Arrow r (3) Added pay item 3217.2,0 04 - Lane Legend Only (4) Added pay item 3217.2001 - Raised Marker TY (5) Added p - REFL Raised Marker TY-I-C r x Adjustment Added � ��tn�w ���C��� 11 -Valve�� � (7) Renamed pay item 3441.1 C '1 - Pedestrian Push Button Assembly (8) Deleted pay item 3441.1022 - " Ped Push Button BT N! Station w sign r (9) Renamed pay item 3441.1031 to,Audible Pedestrian Pushbutton Station (10) Deleted pay item 3441.1221 - Furnish/Install 722 Preempt Detector (11) Added pay item 3441.1 223 - Install Model 722 Preempt Detector t (12) Deleted play item 3441.1224 .. Furnish/Install Preempt Gable (13) Added pay item 3441.1 225 - Install Preempt Cable (14) Added pay item 3441.1323 -4/C 14 A G Loop Lead-In Cable (15) Deleted pay item 3441 131 - 4/C 14 AWG MuIlti-Conduictor Cable r (16) Deleted pay item 3441.1313 - 8/C#14 AWG Multi-Conductor Cable (17) Added pay item 3441.1321 - 9/C #14 AWG Multi-Conductor C abil+ pay 41.1 X22 - i CSC nductor Cable (18) Added �. items �4 SIC X14 � �ulti- r (19) 'Deleted pay item 3441.19, 1 Powder Coat Sig Pole & MA (16-36) (20) Deleted pair item 3441.1 902 Powder Goat Sig Pile & MIA (40'-48') (21) Deleted pay iter""ru 3441.1 903 Power Goat Sig Pole & MA (527-601)) f (22) Deleted pay item 3441.4006 Install Alum Sign Ground Mount (23)Deleted pay item 3441.4007 Install Alum Sign Ex Pole Mount Addendum l Project 00032 Southside/Granbury L Q Page 1 of a %1 b) Appendix Section S-01, Modified City of Fort rth Specifications i Specification 26 05 00 Comma n W rl Results for Electrical was inadvertently left out. Please refer to the attached revised specification which shall apply to, the r J ect. ii) Specification 3 Traffic Signals. Several changes have been made to this, specification since the project was advertised. A revised red-line version has been attached. The attached revised specification shall govern for this project. c Appendix Section S- 2, modified City of Fort lrthl Standard Details i Replace Details D6014 with the attached version. The attached version shows 9C #14 AWG cable searing -section and 5-section heads, 6C #14 serving the 3-section heads, and 3/C #14 earring the pedestrian push buttons. ii) Replace Details D673 and 0674 with the attached versions. The attached ersi ins call gut the pushbutton units as Audible Pedestrian Pushbutton Stations as, opposed to Accessible Pedestrian Signal Pushbuttons. iii), Details have been reprised to show using 4/C #14 for loop detector, lead-in cahlel, 3/C #14 for pedestrian pushbuttons and 9/C #14, for 4/5 section signal heads. 2 Plans a), Plan sheets for Berry at I rne, Berry at Hemphill, and Hem hill and Biddison have, been revised Revisions are noted on the plan sheet t usin�g a triangular symbol with a number 1 inside. Quantities in the Bid Form have been revised to match the Hans. h Granhury and Gorman: i The cost to remove the portion of the median for the barrier free rare shall be ins udeld in pay item 3213.0510 Barrier Pre Reap, Type C-3. ii) The installation ua ntiti s to trim hack the medians are not adequately shown on the plans. The hid item quantities on the hid form have been increased to accommodate the revisions. The contractor r ►ill be responsioie for adjusting, their hid item costs to complete these revisions as illustrated in the pilan drawings,. Addiendum #1 Project 010032-Southiside/Gran ur r LAQ 1 Page 2 of 5 A"! r iii Run number 3 should be estimated at 1101 feet. iv The lettering and ramp design standards have been updated ,since the it ns were prepared by the n ineer. Please download the new ram standards from uzzsaw. The quantities and pay items have been r adjusted on the Enid Fora to reflect the new ramp lettering system. 3 Clarof c -ti res a The, Contractor has 120 calendar days to complete the job upon receiving Notice 1; to 'Proceed. b Bidders are encouraged to use the Excel spreadsheet provided on Bulzzsaw to complete the line item bid form. c The City will supply the f l'l w rig materials: i Traffic signal poles, mast arms, street light arms, and anchor bolts ii) Street light fixtures l iii) Fader detection sensors, detector cabinet back plates, and cable � iv Preempt detectors and cable v Cabinets and controllers 1. d Line items referring to wd r coat signal poles have been removed from the bid !� pay item list. The City is furnishing, all signal poles and the powder coating v ,ill be done; by manufacturer. The contractor is not responsible, for powder coating. VM e The Contractor shall furnish back plates with all signal heads. I,, f Two, of'the traffic signals on this project will require contractors t work within 25 1 feet of Fort'W rth Western and Railroad (FWWR) rights-of-way. This requires the following conditions to be met prior to working at these intersections: r i Contractors rs are required to obtain a� diti final insurance, during the time period O they are working in near the, railroad. iii) Contractors must enter, into a Right of Entry Agreement with FWWR. i PIP Contractors are advised to contact FWWR to be sure they understand the insurance requirements associated with: the Right of Entry Agreement. iii) All crew members must complete training provided by FWWR prior to working in on the site. If a railroad inspector determines crew members do not have Addendum #1 Pr t South side Grarnbury LAQ Page 3 of 5 l safety training, the .Mob will he shut down. Training is a 2_1/2 hour class that typically costs 50 per person.. iv Railroad flagigers will he required'. v Contractors will he required to provide an additional 100 feet f 1 /C #14 AWG at the end of the run to, the railroad cabinet for FWWR to pull wire and make connections ns in the RR cabinet. ar i At Berry and Cleburne, the Contractor will install sidewalk on both sides of the railroad tracks on the northwest est corner of the intersection, The Contractor will he required to install sidewalk up to a point close to the outside of the tracts. Before any sidewalks are installed on the N corner, FWWR will first install the sidewalk pad between and next 'to the track rails. This section must y he installed prier to the sidewalk leading up to the railroad tracks. This is required to wake sure the sidewalk grades match. vii) contact Bill Parker with Fart Worth Western and railroad at 817-201-4450 or wrp@fwwr.net for additional information or clarifications regarding the requirements listed above. g) Contractors shall submit concrete mix designs to the City prior to placing concrete. City is responsible for performing and payment for the first set of concrete Quality Assurance Testing. If the first test fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occur., Rof r to specification 01 45 23 Testing and Inspection Services. » h Contractor will be responsible for installation and set-up fees that may be charged by the radar detection car audible pedestrian pushbutton station manufacturers. These costs are subsidiary to pay items 3441.1222, 3441.12231 and 3441.1 3 1. ,rR i Contractors have -five 5 City business days to submit E forms per specification 00 45 4 . j contractors shall contact the M/BE office for the latest approved M/B E firms. Do not assume that M firms approved y TOOT or TRCA are approved by the ity of Fort Worth. Please sure to acknowledge your receipt of this Addendum on page 3 of 3 of Bid �u Form Section 00 4 Addendum #1 Project 00032 Sou.thside/Grain,bury LAQ %f Page 4 of t Addendurn prepared bar: Elizabeth A. Ramirez P.E. 817-392-797 be h.rare irez@fortworthtexas.gov Beth Ramirez Transportation Engineering, L C TBPE Firm N . F375 IN r f Addendum #1 l Project 00,032- c uths de randury L Q Page,5 of I , I 005243-1 r Agreement W Page I f 4 SECTION 00 52 43 2 AGREEMENT 1r 3 i THIS AGREEMENT,authorized on Jan um 28,2014 i's made by and between the Cite of Fort 5 Worth, a Texas home rule municipality, acting, by and through its duly authorized City Manager, r 6 ("City"), and Durable Specialties, I authorized to do business in Texas, acting by and through its d 1y authorised representative, ("Contractor"). .. .City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1.WORK 11 Contractor shall complete all, Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT I„ I .1 y part 14 °� �project for which the orb under the Contract Documents �a the whole or only� 15 generally described as follows: 1 1 iii . w t m e,, ... 1 f r 1 to �. " 1 ZVI emu. iomoi i�iuuooimiMOi ranwmmr wmu!mwwowomuwioimnuuu un'� umoiouMUOimmoiuimmou u0000 oom uu. w..w.w.aw.wu�wmo uoimm oom o00 owwuuww.wuuw.auw.w, i uuumw�oa mmruwa 1 tq oJOi mooNt N NooNt�r�irl n 0nn 00,3 f bmuuNUQ wob 1 Article 3. CONTRACT TIME 21 3.1 Tune is of the essence, 22 All time limits for milestones, if any, and Final Acceptance as stated in the Contract 3 Documents are of the essence to this Contract. 4 3.2 Final Acceptance. ft 25 The Work will be complete for Final Acceptance within 120 calendar days after the date 26 when the Contract Ti_ e commences to run as provided in Paragraph 2.03 of the General 27 Conditions. 28 3.31 Liquidated damages 9 Contractor recognizes that time is of the essence of this Agreement and that City will 30 suffer financial loss if the Work is not com pleted within the dines specified in Paragraph 31 12 above, plus any extension thereof" allowed in accordance with Article 12 of the 32 General Conditions. The Contractor also recognizes the delays, expense and dif wU ties in a legal preceding the actual loss suffered b the City If the Wort is f � involved in proving z l 4 not completed on time. Accordingly, instead of requiring any such proof, Contractor 35 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 36 City i x hundred fifty Dollars ($650) for each day that expires after the time specified in rr 37 Paragraph 3.2 for Final,acceptance until,the City issues the Final.Letter of Acceptance. POR CITY OF FORT WORTH Traffic Signal hnProvements to Serve Southsi le/Gr nbur'LLAQ STANDARD C'ONSTRUC:TI N PECI FIC ATION DOCUMENTS °DPW-, 2013-00032 ok Revised ed December 24,201,2 0 rol- 005243-2 Ag,reermue,nt. "age 2 of 4 l Article 4.CONTRACT CT RI E 2 City r agrees dance with the Contract + Contractor + r r -�C3r rr 3 Documents an amount in current to ds f`FOUR HUNDRED FIFTY FOUR THOUSAND 4 DOLLARS AND ZERO'CENTS($454,,,000. ' 5 Article 5.CONTRACT DOCUMENTS 6 5.1 CONTENTS. 7 A. The Contract Documents which comprise the entire agreement between, City and Contractor concerning the Work consist of the following: a 9 1. This Agreement. 2. Attachments to this Agreement: a. Bid For Our 2 1 " Proposal Form 13 2 Vender Compliance to State Law on Resldcnt ldder 4 3 Preq ual i flcati n Statement 15 4 State and Federal d ocuments(project.vpecific) 1 h, Current Prevailing Wage Rate Table or 7 c. fr surance ACORD Form(s) 8 d. Payment Woad 19, e. Performance,rm.ance,Bold J= 20 f. Maintenance, Bond 21 g. Power of Attorney for the Bonds 22 h. Worker's Compensation Affidavit 23 1. MWBE Commitment Form 24 3. General Conditions. 25 4. ti Plemecntary Conditions. 26 5. Speciffications specifically rude a part of the Contract Documents by attachment 27 or, if not attached, as incorporated by reference and described in the Table of POP 28, Contents of the Project's Contract Documents. 29 6. Drawings. 30 7. Addenda. 31 8. Documentation submitted by Contractor prier to Notice of Award. 32 19. The following which may be delivered or issued after the Effective Late of the 33 reement and,d, if issued, hecc►rne an incorporated part of the Contract ocuirents: 34 a Notice to"Prc ceed. 35 . Fuld Orders,. 3 , c. Change Orders. 37 d. Letter of Final Acceptance. 3 CITY OF FORT WORTH Traffic Signal Improvements to"Serve Southside,/Granbury LAQ STANDARD CONSTRUCTION ION SPEC'IF'ICAT ON DOCUMENTS "I•, _,1 m-2013 00032. Revised December 20,2012 s, t 005243-3 Agreement Page 3 or4 1; 1 Article 6.ENDENMFICATION covenants and reel to indemnify, holed harmless and. defend, at It . � � Contractor eov � � own 3 expense, the city, its officers, servants and employees, from and against any and all 4 claims arising out off, or alleged to arlisle out of,the work and services to be performed 5 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification s or is fieull intended to operate �r 7 and be effective even if It is allEged or proven that all or some of the damages being 8 sou ht were caused, in whole or In art h an uet o issionr or negligence of the cl 9 This indemnity provision is intended to include, without limitation., indemnity for, 10 costs, expenses and legal fees incurred by the city In defending against such claims and 11 causes of actions. 12 131 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 14 the city its officers,servants and employees,from and against any and all loss,damage 15 or destruction of property of the city,arising out of or alleged to urlse out of the work �J 16 and services to be performed by the contractor, its officers, agents, employees, 17 subcontractors, licensees or invitees under this contract. This indemnification �y, 1 rovision is s ecif pll intended to operate and be effective evens if it is alle ed or 19 proven that all, or some of the damn es being sought were caused in whole or in curt 20 b any act omission or ne i% ece of the ci P, 1 22 Article 7. MISCELLkNEOUS 3 7.1 Terms. t 24 Terms used in this Agreement which are defined in Article f of the General Conditions will 5 have the me .nings ndicated in the General Conditions, IM 6 7.2 Assignment of Contract. 7 This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. � 29 7.3 Successors and Assigns. s. 30 City and Contractor each binds itself, its partners, successors, assigns and legal f; 31 representative; to the other party hereto, in respect to, all coven ts, agreements and 32 obligations contained in the Contract'Documents. 3 7.4 Severahil ity. 4 Any provision or part of the Contract Documents held to be unconstitutional, void or 5 unenforceable by a court of competent jurisdiction shall he deemed stricken, and all 36 remaining provisions shall continue to e valid and l indin upon CITY an 37 CONTRACTOR. 7.5 Governing Law and Venue. 39 I'his Agreement, including all of the Contract Documents ents is perfon—nahle in the State of 40 Texas. Venue sh.all.l he Tarrant County, Teas, or the United States District Court for the 41 Northern District of Texas,Fort Worth Division. 1T ' 1 �T WORTH Traffic Signal Improvement to Serve South ide/Gr bury LAQ STANDARD CONSTRUCTION SPECIFICATION D000ME TS TPW-TM-20113-00032 Revised December 20,2012 I l 2 43 grcernen Page 4 of r 7 6 Other Provisions. 2 The Contractor agrees, to pay at least minimum, wage per hour for all labor as the same is 3 classified, r u aced and set out 'i copy of e ached hereto an made a part hereof the same,as if t were copied verbatim herein., 73 Authon'ty to Sign. t Contractor shall authorized signatory of the Contractor. 8 IN WITNESS WHEREOF, City" and Contractor have executed this Agreement in multiple counterparts. r 2 This Agreement is effective as oft the last date signed by the Parties, "E ective Date"). 3 Contractor,: City of Fort Worth I A YTA V) C JJ µ Fernando Costa r Assistant City Manager �.� Signature) Date Ad rintedJ�arne)ww r � (P I City Secretary" r; (Seal) `it * , i Address: M&C C " CI Sae � � Approved s to Form and Legality, I; Date you 71—ack Assistant CityAttorney t 5 16 APPROVAL C . 4 r 1 0 0 - 0 19 2O to gas � ersig, �. . ;E ' 22 Transportation and Public ors Department. offICIAL ROCORD ' :CORD 0,jory SlicRITARY RY f Traffic Signal Improvements o Str S uthside/Gr b r Q' "FORT WORTH -" -2 1 00"ANDARD CNNs"rRUCTION PE N TP Revised December 20,2012 f` )P I; -1: 13-.1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 6113 Bend 2541539 2 PERFORMANCE BOND 3 fop, THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS. SEN'D'S 6 COUNTY F TARRANT 7 That we,Durable S eeualnes e known as "Pri'nclpal"here at American Insurance Company e�f New York , a corporate surety(sureties, ifmore than 10 one)duly authonized to do business,in the State of Texas,know as"Surety"herein ether one 11 or ore),are held and firmly found unto to City of Port Worth,a municipal corporation created. 12 pursuant to the laws of Texas, known as"City"herein, in the penal sum of,FOUR HUNDRED 13 FIFTY FOUR THOUSAND DOLLARS AND ZERO C ENTS ($454,000.00), lawful money of 14 the United States,to be paid in Fort Wow,Tan-ant County,Texas for to payment of which sine, 15 well and truly to be nude,we b V d ourselves', our heirs,execuutors,administrators, successors and 16 assigns,jointly and severally,firrnly by these presents.. 17 WHEREAS,the Principal has entered into a ce m written contract with the City 18 awarded the 28 day of����na. � 4, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein,to furnish all materials, e u' ipm ent:labor and other accessories defined by law, to prosecution of the Work, 'including any Change Orders, 21 as provided for in said Contract designated as Traffic Signal Improvements to Serve 22 Southside/Granbury LAQ, City Project No.TPW-TM-2 l3 00032. f 't cndtn "` s h �tns sih that `the said Principal 23 NOW,24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the 'Work, including ng Change Orders, under the Contract,according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension ef"the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain in fall force and effect. 29 PROVIDED FURTHER,that f any legal action be filed on this Brand,venue shall lie in 30 Tarrant County,Tee.as or the United States istr et Court for the Northern District of Texas,Fort 31 Worth Division. CITY OF FORT WORTH Traffic Sigrial Improvements to serve Southside/Granbury LA STANDARD CONSTRUCTION SPECIFICATl N DOCUMENTS, T PW- - 13-00032 Reprised July 1,2011 P, 0061 3-2 PERFORMANCE,BOND Page 2 of 2. s bond is made and executed in compliance with the provisions of Chapter 2253 of'the "e Government Code amended, �all liabilities i bon shall be deterinied 2 accordance with the Provisions of said statue. 00 4 E4 WITNIESS WHEREOF, e PrinciPal and the Surety have SIGNED and SEALED 5 this inst-ument by duly authorized agents,and officers on this the 14 th day of 6 -Feb rugU 20 14 C 8 Durable S c .alt:* s Inc. NOW 9 1 Y 12 tl&orna& 3 ATTEST. C � ,� 6 (Principal)Secrete Narj and T 7 w Address: PO Box 535969 ' Grand, re, TX 75053 2 i Witness, Principal 23 SURETY. Great Amerlican 25 f1l In Al OfINP ®. NOR 26 27 rw� 28 01iftature 2 000 3 3 ... Name and Title 32 Address: _.53D5_jLo_rth Da l h a s Pkwyj #1100 34 35 316 Telephone Number: 972-385-9800 37 Witness as to Surety 318 3 4" �� 4 *Notes: If signed by an offi.cer of the Surety Company, there must be on fie a certified extract 42 tom the by laws sh wfig that this person has authority to sib such obligation. If 3 Surety's Physical address is different from its mailing Address both must be provided. VA ' � e date of the bond,shall not be prior.to the date the Contract is awarded. 45 CITY OF FORT WORTH Traffic Signal Improvements to Serve Southsid bud°LAQ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS T PW-Tfi -2013 00032 Revised July 1,2011 ,. GREAT AMERICAN ICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office.301 E 4TH STREET * CINCINNATI,OHIO 45202, * 513-369-5000 # FAX 513-723-2740 The number of Persons authorized by this power of attorney is not more than FOUR No.0 1i 9950 POWER OF ATT 'RNiE ' KNOW ALL MIEN B THESE'PRESENTS:That the GREAT AMERICAN INSURANCE'COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the P attorney-in-fact,a in its name,Place and stead to execute on behalf of person or persons Warned below its true and lawful att ey��rn�-fa�r�t for it and the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;Provided that the liability of the said Company on any such bored,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power ,JACK M.CROWLEY PATRICIA A.SMITH ALL OF ALL STEVEN R. FOSTER MARIE PERRYMAN A IS F $75,000,01001.00, `ERAS This Power of Attorney revokes all Previous Powers issued on behalf of the attorneys)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN I NSURANC E COM PANY OF NEW YORK has caused these Presents to be signed and attested by its appropriate off icers and its corporate seal hereunto affixed this 29TH day of NOVEMBER 2012 Attest GREAT AMERICAN ICAN INSURANCE COMPANY OF NEW YORK SEAL r � rrr �r r si ��t,Issrslont S c � DAVID ID C.KITCHIN(677-377"-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss On this 29TH day of NOVEMBER , 2012 ,before me personally appeared DAVID O.I ITOHIN,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,than the is a Divisional Sienior Vice President of the Bond Division of Great American Insurance Company of New"York.,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. KAREN L.GR SHEI I NOTARY PUBLIC,STAB OF OH1110 l MY COMMISSION EXPIRES 02-20-16 4W This Power of Attorney is granted by aiuthoirity of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New"York by unani mous written consent dated May 14,2009. RESOLVE "hat the Divisional President,the several Divisional Senior mice Presidents,Divisional"dice Presiden ts and Divisional Assistant Vice Presidents, or any one of there, be and hereby is authorized, from time to tlrne to appoint o ys-in-Fact �" ore t Lorne to execute on behalf of the Company,as surety,any and all bonds undertakings and contracts of suretyship,or other written obligations in the nature thereof,:to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any thee. RESOLVE FURTHER-,That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship,or other written obligation in the nature thereof,such,signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the NIFF Company with the same force and effect as though manually affixed. CERTIFICATION 1,STEPHEN C. BERAHA,Assistant Secretary of Great American.Insurance Company of New'York, do hereby certify that the foregoing Power of Attorney and the resolutions of the Board of Directors,of May 114, 20,09 have not been revoked)and are now in full force and effect. Signed and sealed this 1 May of February, 2014 , Will SEAL Assistanisecrawy 1 S118 I(4/11) 006114-1 PAY T BOND VIP Page 1 of 2 SECTION 6:114 2 PAYMENTBOND Bond 2541539 4 STATE OF TEXAS 5 § KNOW A_LL BY THESE PRESENTSW COUNTY OFTARRANT M, 8 That we, Durable S e��altie� ��� �►� "��elpal" herein, and 9. Great American Insurance Company of New York a corporate surety t (sureties), duly a r zed to do business in the State of Teas, known as "Surety' herein (whether one more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City"' herein, in the '1 13 penal sum of FOUR HUNDRED FUTY FOUR THOUSAND DOLLARS AND ZERO 4 CENTS ($454,000.00 lawful money of-the United States, to be paid " Fort Worth, Tarrant 5 County, Texas,, for the payment of which sum well and truly be made, we bid: ourselves, our 16 heirs, executors, administrators,, successors and assigns,s, jointly d severally,, firmly by these I"MIN 17 presents: 18 VVIUREAS,Principal has entered into a certain Witten Contract with City, awarded the 19 28 day of Januan, 2, which Contract is hereby referred to and made a part hereof for all 20 purposes as if fully set forth herein, to 'urnlsh all materials, equipment, labor and ether 21 accessories as defined by law, in the prosecution of the Work as provided for *in said Contract and 22 designated as Traffic Signal Improvements to Serve Southside/Granbury LAW, City Project NCB. t 23 T W-T --2 l3-00032. 24 NOW, THEREFORE, TBE CONDITION OF S L:1GATION is such that if 2 P ' e pal shall pay all monies owing to any d a.. payment bond beneficiary (as defined :n 26 Chapter 2253 of the Texas Government Cede, as amended) in the prosecution of the Work under 2 the Contract, they this eblgatln shall be and beep null and d; otherwise t re ill. 28 force and effect. 1 MW 2' This bored is made and executed in compliance with the provisions of Chapter 225 3 of the 30 Teas Government Code,, as amended, a�n�d all liabilities on this bond shall be determined 3 t accordance with the provisions of said statute. IF CITY OF FORT WORTH Traffic Signal Improvements to Serve Southside/Granbury LA STANDARD CONSTRUCTION SPECIFICATION DOC UMEN S T'Pw- -2013-00032 wised July 1,2011. 006114-1 PAYMENT BOND Page 1 of 2 SECTION 1 61114 PAYM NT BOND Bond 2553 4 THE,STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS. 6 COUNTY OF TARRANT § 7 Durable Specia,ines, Inc. known as "Principal" herein, and 8 That we, 9 Great American Insurance, Company of New York a corporate surety (sureties), duly authorized to, do business in the State of `texas, known as "Surety" here. �, (whether one or more), are held and firmly hound unto the City of Fort Worth, a municipal 2 corporation cr :t . pursuant the laws of the State of Texas, k `City''' herein, U*a to IMF penal sum of FOUR HUNDRED FIFTY FOUR THOUSAND DOLLARS AND ZERO CENTS J$454,00:0.0 lawful money of the United States, to he pled in Fort Worth, Tarrant IMP 5 County, Texas, for the payment of which sum well and truly he made, we hind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, fmuly by these. t, 7 presents: "`:SAS,Principal has entered into a certain written Contract with City, aw r ed the 9 28 day of Jan,uarv, 2014 which Contract is hereby referred to and made a part hereof for all 20 purposes as if fully set forth herein, to ftwnish all materials, equipment, a. r and other 21 accessories,as defied by law, M to prosecution of to Wert as provided for in said Contract and 2 designated as Traffic Sisal Improvements to Serve Southside/Granbury LAW, City Project No. 23 'i.? - -2 l 3-0003 2.. 24 NOW, TIELEREFORE., TBE CONDITION 0F TFUS OBLIGATION is such that if 25 Prmci*pal shall pay all monies owing to any (and all) payment bond beneficiary as defined 26 Chapter 2253 of the Texas Government Code, as amended M the prosecution n of the Work under 27 the Contract they this blig tion shall he and become null and v r�d otherwise to remain 28 force and effect. �29 This hoed is made in cow d executed compliance with the provisions of Chapter 2253 of the 30 Texas Government Cade, as amended,, and all liabilities on this bond shall he determm* ed in 31 accordance with the p rovisions of said statute. C1"1aY OF FORT WORTH Traffic Signal Improvements to S e Southside/Granbury IA STANDARD,CONMUCTION SPE C TIN DOCUMENTS TPW- -2013-00032 Revised July 1 2011 0061 14-1 PAYMENT BOND Fags 1 of 2 SECTION 6114 Bond 254153 3 4 THE, STATE OF TEXAS § 10 1 5 § KNOW ALL BY THESE PRESENTS. 6 C O Y OF TARRANT That we, Durable Specialties,_ Inc.. known "Principal" heref, and Great American Insurance Company of New York a corporate surety, 0 1 (sureties), duly authorized to do business in the State of Texas. known as "SuretV, ' herein J 11 (whether one or more), are held and fwmly bound unto the City of Fort Worth,, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as City" here,, in the 13 penal sum of FOUR HIJNDRED FIFTY FOUR THOUSAND DOLLARS AND ZERO 14 C $454 lawful money of the United States, to be paid M Fort Wow, Tarrant 1 15 County, Texas., for the payment of which sum well and truly be made, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents 18 WHEREAS,Principal has entered into a certain.Witten Contract with City, awarded the pip 19 28, day of Janua.!:y, 2014, which. Contract is hereby referred to and made a part hereof for all 20 purposes as fully set forth herein, to furnish all materials, equipment, labor and other AM, 21 accessories as de �., �e by law, the prosecution.of the o�rk as,provided for said Contract and 22 designated as Traffic Signal Improvements to Sere Southside/Granbury LAW, City Project No. 3 -T -2 1 00! 32. 4 NOW, THEREFORE, TBE CONDITION OF TMS OBLIGATION is such that if 25 Principal shall day all monies owing to any d all) payment bond beneficiary as defined in 26 Chapter 225'3 of the Texas Government Cede, as amended) in the prosecution of the Work udder 7 the Contract, then this obligation shall be and become null and void-, otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 22,53 of the 30 Texas Government Code, as amended, and all liabilities can this bend shall be determined in 31 accordance ce wi the provisions of said statute. u CITE"OF'FORT WORTH Traffic sisal Improvements to serve Southside/Granbury LAQ STANDARD CONSTRUCTION SPECIFICATION DOCI NTT TPA- -2 13-00032 Revised July 1,2011 006114-2 P'AYNENT BOND 0 MW Page 2 of 2 t IN WrrNESS WHEREOF,the Principal and Surety have each SIGN-ED and SEALED 11 2 this instrument by duly authorized agent and freers can this the h day of 3 Fpbruary.pq 14 ; 4 PRINCIPAL Durable Spec . ties Inc. ATTEST: B t uri ur C WIN _ (Principal) Secrete Nye and Address: P0 5a59696 Grand Pra r e TX 75053 Witness as to Principal SURETY: Great American Insura4ce Company Ne York -4_1100117 .............o- ATTEST.- BY: Si re Jack M Crowley, t tome n Fact sire Seere� �e and Title Address 15305 North is las 'Pkwy. 100 Addz oin, TX 7 + l mess as to' Surety Telephone Number: 2 5 All VII Nteer of the Surety, there must, be on file a certified, from . If signed by an bylaws showing that this person has authority to sib such obligation., If Surety's physical address's different from'ts mailing address both must be provided. 9 10 The date of the bond shall not he prior to the date the Contr et ,s awarded. PO, I I ENID OF SECTION 12 R';;; 910 CITY OF FORTWORTH Traffic Signal Improvements to Serve Southside/Cffanbury L, . STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2013-00,+ 32 I wised July 1 2011 l/ I% 1/i e GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York fi Administrative Office:301 E 4TH STREET o CINCINNATI,ATI,OHI 45202 . 513-369-5000 . FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than POUR lo.0 1 9950 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:TSB That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the lags of the State of New'York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney in-fact,for it and in its name place and stead to execute on behalf of the said Company,as surety,any and all'bonds,undertakings and contracts of sulretyship„or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JACK M.CROWLEY PATRICIA A.SMITH ALL OF ALL STEVEN R FOSTER MARIE PERRYMAN ADDISOI I, $75,,000,000.00 TEXAS PIP This Power of Attorney revokes all previous pourers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 29TH day of NOVEMBER 201 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW'Y R P AL fit Assistant Secrawy Divisional Senior Vice Presir em DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTO -ss On,this 29TH day of NOVEMBER 2012 ,before me personally appeared DAVID C.KITCHI' 1',to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by life authority. „ . KAREN L.GRSIEII . NO�TARY PUBLIC,STATE of OHIO „ Y COMMISSION EXPIRE$02-20-16 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous,written consent dated May 14,2009. RESOLVED: That the Divisional President,the several Divisional Senior' ice Presidents,Divisional dice presidents and Divisional Assistant Vice Presidents,or any one of them,be and hereby is authorized, from time to urine, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations. in the mature thereof;to,prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature olf'any of the aforesaid officers and any;secretary or Assistant Secretary of the Company may affixed der facsimile to an y°power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship, or other written obligation in the nature thereof,such signature and seal when so used,being hereby adopted by the Company as the original signature of,such officer and the original seal of the Company, to be valid”and binding upon the Company with the same force and effect as though manually,affixed. CERTIFICATION 1,STEPHEN C.RERAHA,Assistant Secretary of Great American Insurance Company of New"York,,do hereby certify that the foregoing Po wer of Attorney,and the Resolutions of the Board of Directors of May 1 , 200 have not been revoked and are now r in full force and effect. Signed and sealed this 14 C lay of F'eb ruary, 20,14 ,nog rr EAu x11881(4111) 0061 1 -1 MAINTENANCE,BOND Page 1 of 3 SECTION 00 6119 Bond 2541539 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW AILL BY TIRESE PRESENTS.- 6 COLANTY OF TARRANT § 7 8 Tl at we: ura S sec alti es Ine known as"Principal"here. d G �� erican 9 Insurance Company f New York , a corporate surety(sureties, if more than " one)dui authorized to .o bus m* ess mw.�e Mate :��'� � lure here Nether one or more),are held and firmly bound unto the City of Fort Worthy a municipat corporation created 12 pursuant to the laws of the State of Texas,known as"City".herein, n the sum of FOUR 3 HUNI)RED FIFTY. FOUR THOUSAND DOLLARS AND ZFRO CENTS ($4541000.00) 1, 14 lawful money of'the United States,to be paid in Fort Worth,Tarrant,County,Texas, for payment 15 of which sum well and truly be made unto the City d its successors,we b�i d ourselves, our 16 heirs,executors, ad inistrat rs, successors and assigns,j om►tly and severally, y by these 17 presents. 18 t WHEREAS,AS,the P.'r.e pal has entered into.a certain written contract with,the City awarded 20 the 28 day of January,2014, which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein,t o furnish all materials, equipment labor and other accessories 22 as defined by law,in e prosecution ofthe Work, including any Work resulting,from a duly. 23 auth . ed Change Ord er(collectively here.,the"Work")as provided for *in said contract and 24 designated as Traffic Signal Improvements to Serve Southside/Granbury L AQ, City Project No. ,; 25 TW-T 2013-000032- and 2 POP 27 WAHEREASI,Principal binds itself to use such materials and to so eo.astruret-the Work 'in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials,or workmanship for and during the period of two years 30 after the date of Final Acceptance of the Work by the City("Maintenance P od'); and 0 3 32 WHEREAS, Principal,hinds itself to repair or reconstruct the Work h� whole or part 33 upon receiving notice from the City of the need therefor at any time Within e Maintenance 34 Period. CITY OF FORT WORTH Traffic Signal Improvements to S e outhsi 1e/ b AQ STANDARD CONSTRUCTION SPECIFICATION ! U" IE S W- -2013-00032 Revised July 1,2011 0061 19-2 MAIWENANCE BOND Page 2 c�f 3 2 NOW THEREFORE the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which ti-ne'y notice was Provided by City,to a completion 4 satisfactory to the City,then this oblx ation.shall become mull and void; otherwise to remai"in full force and effect. 6 7 PROVIDED,HoWEV� if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and aU such defective Work to �s 9 be repaired and/or'reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond;. and 11 12 PROVIDED FURT.EX that if any le� al action be filed on this Bond,venue shall lie in 1.3 Tarrant County,Texas or the United States District Cow for the Northern district of Texas,Fort 14 Worth Division; and 15 16 PROVIDED RT It,than this obli gation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 1 19 CITY of FORT WORTH Traffic Signal Improvements to See Southside/Gra bury LQ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TP -T—2013-00032 Reed July 1,2011 J" 0061 19-3 MAM�ANCE BOND Page 3 of 3 1 IN WYMSS WHEREOF,the Principal and the Sure have each SIGNED and SEALED s I s t by duly authorized agents and officers the --1-4ttlayof Feb rte .r 3 20-j,4 4 PRINCEPAL 1aI t e 9 BY 10 ii6wtuv ATTEST. 12 �n n F®RIP 5 � c a1 Scr .. 6 dress ox 1. '� ` TX 750!513 1 �. 20 Witness as to Pnincipal 21 SURETY: 22 Great American :fin e Company. 2 York .� 24' I Y;ri'r' B,& ,. „ 26 1jature 27 2 a 2 T S T Name and Title MI Address: 15305 North Dallas Pkwy. , #1100 32 (Surety Secretes Addison, TX 750 1 33 3 fo Telephone Number: 972-385-9800i 35 wit" as r Surety 3 m� 37 *Note.- if signed by an officer of the Surety Company, there must be on a certified xtrac ��P' 38 from the by-laws showing that this, person has authority to sib: such obligation. If 39 Surety's physical address Is different from its mailing ress, both must be provided. The date of he!bloind shall not be poor to the date the Contract is awarded. 1 IN CITY OF FORT WORTH Tic Signal Improvements to Serve So amide/Granbury LA CONSTRUMGN SPECIFICATION DOURVIENTS TPW - ! 3 x!0032 Revised July 1,2011 i D GREAT AMERICAN INSURANCE COMPANY IY F NEW YORK New York Administrative office.-:01 E 4TH STREET CINCINNATI,OHIO 45202 * 513-369_5000 * FAX 5:1,3-723-27410 The number of person s authorized by this power of attorney is not more than FOUR No.0 19950 POWER OF ATTORNEY ' KNOW ALL MEN B THEE PRESENTS: AMERICAN INSURANCE COMPANY I I�E'I�I'YORK,a corporation or i�z d and existing under an virtue rtue oft at t M State of New'�orl ,does hereby nominate,constitute and appoint the or persons named below it t � � ��� the.. �' , and In its name,place any s cute on behalf of person said, eI � � ru teed to� h Company, s surety, r an fact for�t an all bonds,undertakings a�torne �n .. l o �,undlrtalMn�s and contracts �suretyship,or other written ololl�atlons in the nature thereof;provided that the liability� �,�I�t of the said Company on an such bond undertaking�" ndertal�n or contract of suretyship�I�i executed � � under this authority shall not exceed the limit stated below. Name Address Limit of Power, JACK M.CROWLEY PATRICIA A.SMITH H A►LL OF ALL PIP STEVEN,,R.FOSTER MARIE PERRYMAN ADDISON, 75,000,000.00 TES This Power of Attorney revolves all previous powers issued on behalf of the attorneys) in-fact named above. IN WITNESS WHEREOF,F,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 29TH day of NOVEMBER 1 2012 Attest GREAT AMERICAN INSURANCE COMPANY OF'NEW YORK SEAL jj MYI .ssrstant,5 cast ry :r xiisronal,"enior.Circe Presidenit DAVID C.KITCHIN(877-377-2405) STATE of OHIO,COUNTY F 1-,AMI T I"' -as On this 29-rH day of NOVEMBER 2012 ,before me personally appeared,DAVID C.KITC I I,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a'Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority, 111 EN ROSH II NOTARY PUBI NwIC,STATE of OHIO . ICY COMMON EXPIRES This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New Fork by unanimous written consent dated May 14,2009. RESOLVED- That the Divisional President,the several Divisional Senior Nice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents,or any one of theml be and hereby is authorized, from time to time, to appoint one or more,A ttorneys ire-Fact PIP/ to execute ors behalf of the orn ar y�as surrety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof,to,prescribe their respective duties and the respective limits o their authority and to revolve any such appointment ent at any time. RESOLVED FU THEP'*That the Company seat and the signature o an y o t e aforesaid officers an an y Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bona, undertaking,contract ofsuretyship, or other written obligation,in the nature thereof,such signature and seal when so used being hereby adapted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1,STEPHEN C.EIEF AHA,Assistant Secretary of Great Arnerican Insurance Company of New York,do hereby certify that the foregoing Power of'Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revolved and are 11F 11 now in full force and effect. Signed and sealed this 1 tray of February3, 2014 , �I SEAL / >118 I(4111 l lip f� Great Amenican Insurance Company New York Gp.,L,ArAMERj- CAN Great Amedcan Alliance Insurance Company , INSURANCE CROUP eat Amedcan Insurance Company 1MTORTANT NOTICE: To obtain information or make a complaint: You may contact the Tunas Department ofInsurance to obtain.info n.-nation on companies, coverages,rights or complaints at. 1-800-252-3439 You may write the Texas Depart ment f Insuran ce at: P.O.Box. 1491 Austin TX 7871 .� 4 FAX#1-512-475-1771 Your notice lair acra'Ms t the attached bond d .ay be l er to the.surety co zany that issued the bond by sending t by cei t l d or registered :mall to the following address. Mailing Address: Great at rican Insurance Company Claim P.O. Box 2575 Cincinnati, Ohio 4520 1-2575 Physical Address- Great Aniefican Insurance Company Claim 580 Walnut Street 7th Floor Cincinnati, Ohio 45202-318,0 You may also contact the Great American Insurance Company Claim office by telephone at Te" leph ne Number. 1-513-369-5069 If you have a dispute concerning a preMiUM,you should contact the agent first. If you have a dispute concerning a claim,� ,you should contact the company first.If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice for at n on and does not become a part r condition f the attached document. MIN F. 1 2/02) 0061 25-1 CERTIFICATE OF fNSLJR,ANCE Page 1 of 1 SECTION 010 61, 25 CERTIFICATE OF INSURANCE l; r 3 5 ii 1r 7 l 9 10 fj IF 12 3 i t? 1 i 1 7 f r 1 1 b 2 l 21 END OF SECTION VON l!'j J/ CITY OF FORTWORTH Traffic Signal linproveinents to Serve Soutliside/GranbUry LA STANDARD CONSTRUCTION SPECIFICATION CUMEN 1 TPA TM-2013-00032 Revised Ju, , l°1 2 1 1 ;l r"a 1NNrw ! I t MATTER THIS CERTIFICATE IS ISSUED AS A " D CONFERS NO RIGHTS UPONTHE CERTIFICATE HOLDER. BELOW.CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE, POLICIE'W 0 « INSURER(S), AUTHORIZED REPRESENTATIVE OR kODUCER,AND,THE CERTIFICATE certificate IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(leis) must be endorsed. If SUBROG!ATIOiN IS WAIVED1,,subject to the terms and conditions of the policy,,certain policies may require an endorsement. A statement on this certificate doles not confer riighits to the ., endorsement(s),. PRODUCER CONTACT Frank Siddons Insurance Agency 'Fort Worth, PH'ONlE (817)737-i49143 FAX w M E-MAIL rw ., 2900 INSURE%SLAFFORDING COVERAGE Fort Worth TX 76116-4016' INSURERA.Continental Casualty_ Insurance I I 1 INSURED Durable Specialties, Inc. INSURER C B- anover Insurance Co��p • Prairie INSURER E: TX 175050 w .. 1 11 11 Ill Willi 1 1 w * TYPE OF INSURANCE 11� POLICY NUMBER I� GENERAL w N - . L_qOMMERCIAL GENERAL LIABILITY wM M x OCCUR 4032510262GL MED EXP,(Any one person) XCU 7P A A Contractual GEN'L AGGRE�GATE LIMIT APPLIES PER: PRODUCTS-COMP/O!P AGG $ 21 000,000ii E�POLICY ll PRO- LOC $ AUTOMOBILE LIw 111 A 10001000 person) AUTOS ALL OWNED SCHEDULED 259AUTO 5/31/2013 BODILY INJURY(Per accident) AUTOS, I� PROPERTY DAMAGE'1A� A HIRED 4 �WWW a ........Y IIII p. II wI IIV OCCUR EACH OCCURRENCE A EXCESS w CLAIMS-MADE w A 1 RETENTION"'.A eA.. WORKERS COMPENSA71ON AND EMPLOYERSLIABILITY ANY PROPRIETOPJPARTNER/EXECUTIVE b'..!�F OFFICER/MEMBER w (Miandatory �I DISEASE If rs S6 descdbe under DISEASE �! A" ce. O OPERATIONS below Contractor s Equi i pment IHD9933202EQ 5/31/2014 LeasedlRented Any One Item 250,000 Deductible 1 000 (817)392-8092 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE r • � � '�w. `w � w � � '.w w �""� '�., w M i � ��...». � •: � • '• � _ M ',',".:1M s II �" • EXPIRATION THEREOF,, WILL BE DELIVERED IN ACCORDANCE POLICY o Transportation Public Works w IZED REPRESENTATIVE#I ` Fort Worth, TX 76102 Steven Siddons/HGRAVE so 0 Am