Loading...
HomeMy WebLinkAboutContract 48580-FP1-FP1 FORT WORTH. City Secretary Contract No. 48580 Date Received 01/24/2024 AT 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: Tex Rail Commuter Rail Improvements City Project No.: 100415 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $1,412,096.15 Amount of Approved Change Order(s): $372,129.43 Revised Contract Amount: $1,784,225.58 Total Cost of Work Complete: $1,784,225.58 Rich evT n�Jan23, 24CST) Jan 23, 2024 Contractor Date Trinity Metro Chief Engineer Title Trinity Metro Company Name 43ary De (Jan 23, 202415:55 CST) Project Inspector Project Manager abacra � Rane Owen flan 74 702408:02 CST) CFA Manager o Lauren Prieur (Jan 24, 202408:17 CST) TPW Director Asst. City Manager Jan 23, 2024 Date Jan 23, 2024 Date Jan 24, 2024 Date Jan 24, 2024 Date Jan 25, 2024 Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Tex Rail Commuter Rail Improvements City Project No.: 100415 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑x Yes ❑ N/A Pipe Report: x❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 730 CD Work Start Date: 2/14/2017 Completed number of Soil Lab Test: NA Completed number of Water Test: NA Days Charged: 1848 Work Complete Date: 3/10/2022 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Contract Limits Project Type WATER & SEWER City Project Numbers 100415 DOE Number 4150 Estimate Number 1 Payment Number 1 For Period Ending 3/10/2022 CD City Secretary Contract Number Contract Time 730`D Contract Date 6/9/2015 Days Charged to Date 1848 Project Manager NA Contract is 100.00 Complete Contractor ARCHER WESTERN 2121 AVENUE J, STE. 103 ARLINGTON, TX 76006 Inspectors CORDOVA / DEYON Monday, August 29, 2022 Page 1 of 7 City Project Numbers 100415 DOE Number 4150 Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/10/2022 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE SIDEWALK 10 SF $1.25 $12.50 10 $12.50 2 WATER LINE GROUTING 9 CY $230.00 $2,070.00 9 $2,070.00 3 16" PRESSURE PLUG I EA $600.00 $600.00 1 $600.00 4 4"-12" PRESSURE PLUG 3 EA $800.00 $2,400.00 3 $2,400.00 5 REMOVE CONC CURB & GUTTER 10 LF $4.28 $42.80 10 $42.80 6 REMOVE 6" WATER VALVE I EA $95.65 $95.65 1 $95.65 7 REMOVE 8" WAER VALVE 2 EA $135.00 $270.00 2 $270.00 8 ABANDON 4" WATER VALVE 2 EA $100.00 $200.00 2 $200.00 9 ABANDON 6" WATER VALVE I EA $100.00 $100.00 1 $100.00 10 ABANDON 8" WATER VALVE 1 EA $100.00 $100.00 1 $100.00 11 SALVAGE FIRE HYDRANTS 2 EA $281.94 $563.88 2 $563.88 12 SALVAGE 3/4" WATER METER I EA $86.36 $86.36 1 $86.36 13 4'-12" WATER ABANDONMENT PLUG 23 EA $500.00 $11,500.00 23 $11,500.00 14 4' WIDE ASPHALT PVMT REPAIR, ARTERIAL 308 LF $77.00 $23,716.00 308 $23,716.00 15 6' WIDE ASPHALT PVMT REPAIR, ARTERIAL 281 LF $80.00 $22,480.00 281 $22,480.00 16 ASPHALT PVMT REPAIR BEYOND DEFINED 432 SY $40.00 $17,280.00 432 $17,280.00 WIDTH 17 TEMPORARY ASPHALT PAVING REPAIR 477 LF $80.00 $38,160.00 477 $38,160.00 18 6" FLEX BASE TYPE 46 SY $6.00 $276.00 46 $276.00 19 6" CONC CURB AND GUTTER 10 LF $20.20 $202.00 10 $202.00 20 TEMP.EROSION CONTROL 1154 SY $1.50 $1,731.00 1154 $1,731.00 21 BLOCK SOD PLACEMENT 6 SY $4.00 $24.00 6 $24.00 22 SEEDING HYDROMULCH 650 SY $1.57 $1,020.50 650 $1,020.50 23 CATHODIC PROTECTION 2 LS $5,000.00 $10,000.00 2 $10,000.00 24 TEMPORARY WATER SERVICES 2 LS $15,000.00 $30,000.00 2 $30,000.00 25 TRENCH SAFETY 151 LF $7.85 $1,185.35 151 $1,185.35 26 UTILITY MARKERS 2 LS $600.00 $1,200.00 2 $1,200.00 27 MANHOLE ADJUSTMENT MAJORW/COVER 1 EA $1,200.00 $1,200.00 1 $1,200.00 28 16" CASING BY OPEN CUT 50 LF $131.64 $6,582.00 50 $6,582.00 29 24" CASING BY OPEN CUT 161 LF $269.04 $43,315.44 161 $43,315.44 30 30" CASING BY OPEN CUT 50 LF $500.00 $25,000.00 50 $25,000.00 Monday, August 29, 2022 Page 2 of 7 City Project Numbers 100415 DOE Number 4150 Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/10/2022 Project Funding 31 20" CASING BY OTHER THAN OPEN CUT 158 LF $553.32 $87,424.56 158 $87,424.56 32 24" CASING BY OTHER THAN OPEN CUT 100 LF $440.48 $44,048.00 100 $44,048.00 33 8" WATER CARRIER PIPE 158 LF $27.77 $4,387.66 158 $4,387.66 34 12" WATER CARRIER PIPE 100 LF $57.00 $5,700.00 100 $5,700.00 35 DUCTILE IRON WATER FITTINGS 9.9825 TN $4,349.87 $43,422.58 9.9825 $43,422.58 W/RESTRAINT 36 6" DIP WATER PIPE 104.88 LF $135.00 $14,158.80 104.88 $14,158.80 37 6" PVC WATER PIPE 79.73 LF $35.48 $2,828.82 79.73 $2,828.82 38 8" DIP WATER 107 LF $131.00 $14,017.00 107 $14,017.00 39 8" PVC WAER PIPE 848.3 LF $31.97 $27,120.15 848.3 $27,120.15 40 12" DIP WATER 345 LF $180.56 $62,293.20 345 $62,293.20 41 12" PVC WATER PIPE 1310.8 LF $41.86 $54,870.09 1310.8 $54,870.09 42 16" DIP WATER 50 LF $145.77 $7,288.50 50 $7,288.50 43 16" PVC C905 WATER PIPE 1516 LF $141.16 5213,998.56 1516 $213,998.56 44 FIRE HYDRANT 6 EA $2,851.48 $17,108.88 6 $17,108.88 45 CONNECTION TO EXISTING 16" WATER MAIN 1 EA $2,901.01 $2,901.01 1 $2,901.01 46 CONNECTION TO EXISTING 4"-12" WATER 11 EA $2,000.00 $22,000.00 11 $22,000.00 MAIN 47 1" WATER SERVICE 2 EA $750.00 $1,500.00 2 $1,500.00 48 2" WATER SERVICE (CO #1) 3 EA $1,524.98 $4,574.94 3 $4,574.94 49 2" PRIVATE WAER SERVICE 170 LF $40.00 $6,800.00 170 $6,800.00 50 6" GATE VALVE 5 EA $878.22 $4,391.10 5 $4,391.10 51 8" GATE VALVE 9 EA $1,126.67 $10,140.03 9 $10,140.03 52 12" GATE VALVE 11 EA $2,145.47 $23,600.17 11 $23,600.17 53 16" GATE VAVLE W/VAULT 2 EA $14,522.82 $29,045.64 2 $29,045.64 54 2" COMBINATION AIR VALVE ASSEMBLY I EA $8,491.13 $8,491.13 1 $8,491.13 55 8" BLOW OFF VALVE ASSEMBLY 1 EA $8,500.00 $8,500.00 1 $8,500.00 56 TRAFFIC CONTROL 0.5 MO $16,400.00 $8,200.00 0.5 $8,200.00 57 REMOVE CONC FOUNDATION 400 SF $15.00 $6,000.00 400 $6,000.00 58 AUTOMATIC FLUSH ASSEMBLY 1 EA $3,000.00 $3,000.00 1 $3,000.00 59 METER MODIFICATION (CO #2) 1 EA $35,000.00 $35,000.00 1 $35,000.00 60 METER MODIFICATION (CO #2) 1 EA $109,062.85 $109,062.85 1 $109,062.85 -------------------------------------- Sub -Total of Previous Unit $1,123,287.15 $1,123,287.15 Monday, August 29, 2022 Page 3 of 7 City Project Numbers 100415 DOE Number 4150 Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/10/2022 Project Funding UNIT H: SANITARY SEWER IlVIPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONC CURB & GUTTER 20 LF $4.28 $85.60 20 $85.60 2 SANITARY LINE GROUTING 5 CY $158.73 $793.65 5 $793.65 3 6" SEWER ABANDONMENT PLUG 8 EA $820.00 $6,560.00 8 $6,560.00 4 8" SEWER ABANDONMENT PLUG 10 EA $600.00 $6,000.00 10 $6,000.00 5 10" SEWER BANDONMENT PLUG 2 EA $1,000.00 $2,000.00 2 $2,000.00 6 REMOVE 4' SEWER MANHOLE 7 EA $859.26 $6,014.82 7 $6,014.82 7 4"-12" WATER ABANDONMENT PLUG 1 EA $500.00 $500.00 1 $500.00 8 ABANDON MANHOLE 2 EA $500.00 $1,000.00 2 $1,000.00 9 SITE CLEANING 2 LS $30,000.00 $60,000.00 2 $60,000.00 10 6"-12: TREE REMOVAL 15 EA $585.86 $8,787.90 15 $8,787.90 11 12"-18" TREE REMOVAL 10 EA $674.97 $6,749.70 10 $6,749.70 12 24" AND LARGER TREE REMOVAL 5 EA $1,413.00 $7,065.00 5 $7,065.00 13 UNCLASSIFIED EXCAVATION BY PLAN 235 CY $8.35 $1,962.25 235 $1,962.25 14 6' WIDE ASPHALT PVMT REPAIR, ARTERIAL 348 LF $80.00 $27,840.00 348 $27,840.00 15 ASPHALT PVMT REPAIR BEYOND DEFINDED 12 SY $40.00 $480.00 12 $480.00 WIDTH 16 10" CONC PVMT 35 SY $42.00 $1,470.00 35 $1,470.00 17 6" CONC CURB AND GUTTER 20 LF $20.20 $404.00 20 $404.00 19 PRE -CCTV INSPECTION 430 LF $1.52 $653.60 430 $653.60 20 POST -CCTV INSPECTION 303 LF $1.60 $484.80 303 $484.80 21 MANHOLE VACUUM TESTING 4 EA $107.16 $428.64 4 $428.64 22 TRENCH SAFETY 115 LF $7.85 $902.75 115 $902.75 23 UTILITY MARKERS 2 LS $600.00 $1,200.00 2 $1,200.00 24 CONCRETE COLLARS (CO #2) 15 EA $350.00 $5,250.00 15 $5,250.00 25 20" CASING BY OPEN CUT 137 LF $126.37 $17,312.69 137 $17,312.69 26 20" CASING BY OTHER THAN OPEN CUT 186 LF $553.32 $102,917.52 186 $102,917.52 27 8" SEWER CARRIER PIPE 97 LF $43.87 $4,255.39 97 $4,255.39 28 10" SEWER CARRIER PIPE 89 LF $103.00 $9,167.00 89 $9,167.00 29 DUCTILE IRON WATER FITTINGS 0.06 TN $4,349.87 $260.99 0.06 $260.99 W/RESTRAINT 30 4" DIP SEWER 62 LF $60.00 $3,720.00 62 $3,720.00 31 8' SEWER PIPE 961.55 LF $29.03 $27,913.80 961.55 $27,913.80 Monday, August 29, 2022 Page 4 of 7 City Project Numbers 100415 DOE Number 4150 Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/10/2022 Project Funding 32 8" SEWER PIPE, CSS BACKFILL 92 LF $44.84 $4,125.28 92 $4,125.28 33 8" DIP SEWER PIPE 239.61 LF $81.42 $19,509.05 239.61 $19,509.05 34 8" DIP CSS BACKFILL 68 LF $100.00 $6,800.00 68 $6,800.00 35 10" DIP SEWER 85 LF $120.00 $10,200.00 85 $10,200.00 36 4' MANHOLE 17 EA $2,413.66 $41,032.22 17 $41,032.22 37 4' DROP MANHOLE 4 EA $4,307.40 $17,229.60 4 $17,229.60 38 4' EXTRA DEPTH MANHOLE 6 VF $169.95 $1,019.70 6 $1,019.70 40 4' SHALLOW MANHOLE 1 EA $2,394.00 $2,394.00 1 $2,394.00 41 TRAFFIC CONTROL 1 MO $16,400.00 $16,400.00 1 $16,400.00 42 SEWER MODIFICATION (CO #2) 1 LS $220,000.00 $220,000.00 1 $220,000.00 43 -------------------------------------- MH ADJUSTMENT (CO #2) 1 LS $10,048.49 $10,048.49 1 $10,048.49 Sub-Total of Previous Unit $660,938.43 $660,938.43 Monday, August 29, 2022 Page 5 of 7 City Project Numbers 100415 Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 DOE Number 4150 Estimate Number 1 Payment Number 1 For Period Ending 3/10/2022 $1,412,096.15 $3,049.96 $374,111.34 ($5,031.87) Total Contract Price $1,784,225.58 Total Cost of Work Completed $1,784,225.58 Less % Retained $0.00 Net Earned $1,784,225.58 Earned This Period $1,784,225.58 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,784,225.58 Monday, August 29, 2022 Page 6 of 7 City Project Numbers 100415 Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors CORDOVA / DEYON Contractor ARCHER WESTERN 2121 AVENUE J, STE. 103 ARLINGTON , TX 76006 DOE Number 4150 Estimate Number 1 Payment Number 1 For Period Ending 3/10/2022 City Secretary Contract Number Contract Date 6/9/2015 Contract Time 730 CD Days Charged to Date 1848 CD 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 $1,784,225.58 Less % Retained $0.00 Net Earned $1,784,225.58 Earned This Period S1,784,225.58 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,784,225.58 Monday, August 29, 2022 Page 7 of 7 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER TexRail 15-004 2016-088 100415 59601-0600430-001480 59607-0700430-001480 Mark McFadin Pat Buckley CITY PARTICIPATION: No Phone No: 817-228-0449 Phone No: 817-392-2443 CHANGE ORDER No: CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS Developer Developer Developer Developer Developer Cost City Cost Cost I CityCost Cost City Cost Cost I City Cost I Cost City Cost ORIGINAL CONTRACT $976,174.34 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $976,174.34 $0.00 S0.00 $0.00 I S0.00 $0.00 $0.00 $0.00 $0.00 S0.00 AMOUNT OF PROP. CHANGE ORDER S3,049.96 REVISED CONTRACT AMOUNT $979,224.30 I S0.00 S0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT S979.224.30 S0.00 S0.00 S0.00 S0.00 REVISED COST SHARE Dev. Cost: $979,224.30 City Cost: $0.00 TOTAL REVISED CONTRACT $979,224.30 CONTRACT DAYS 0 0 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: CITY Blp ITEM PAY ITEM � ;x QUANTITY UNIT 3312.2203 33122203 2 EA TOTAL REASONS FOR CHANGE ORDER Additional 2" water service required that was not included in bid package. ITEM DESCRIPTION 2" Water Service UNIT PRICE TOTAL 1 1524.98 3049.96 NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: Tra4,ss1e �—�-. Name: Crka6 Gall nelr / Title: Project Manager APPROVED: _ The T By: _ l i I Name: Richey Thompson Title: TEX Rail Chief Enaineer APPROVED: AWH By. Name: Title: REVIEWED By Patrick Buckley at 11:52 am, Jun 24, 2021 Revised: 10-12-2011 Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: TeaRail rHANGE II CONTRACT: 15.004 I ORDERNo: ICFA# 2016-088 I CITY PARTICIPATION:I ICITY PROJECT # 100415 1 DOE# 2 IWATER PROJECT # 59601.0600430 001480 I SEWER PROJECT# 59607-0700430-001480 FILE # INSPECTOR: Mark McFadin Phone No: 817-228.0449 PROJECT MANAGER: Paldck Buckley Phone No: 817-392-2443 CONTRACT UNIT ' WATER SEVIER PAVIIIG DRAINAGE STREET UGHTS CONTRACT Ocvebpes Developer I per Developer DAYS Cost Cev Coll Cod CRVCost Developer Cost CRy Cost Cost CRV LDS• Cost CRVCost IORIGINAICONTRACT $976.174.34 S435.921.91 S2.00,477.67 fel4.e99.10 I [EXTRASTODATE $3.049.0 (CREDITS TO OATE ` [CONTRACT TO DATE $979.224.30 10.00 343S.921.61 $0.00 $2.650.473.63 30.00 Se14:.I:,t01 30.00 EO.bo 50.00 0 JA�MOjUNTOO.FF PRRO�P..rCHANGE ORDER f144.062.65 S230.016-49 0273,6427P ISSI,e55.101 0.00 S665,9736 f1,12]'f1.1:7.267.1 S2.378.9$0.00 f7S7,0137 30.00 0 f0.00 T6} REV( ED COIIt CTAMOUIR 3.970.7 7.017.00D0 2. 76.610.810.00 f0� REVISED COST SHARE Bev. Cost: 44,923,111.38 !City Coll: 10•00 TOTAL REVISED couTRACT $4.923,111.36 You er Rd ted to make the follo:AnP O .Wts In the onUad doom nts: PAY ITEl.1/ / OlIMf11TY UNIT N ITF/�g T U18T35.00000 1 1.� 1 LS UKIPT) '1 i, i a $5 5T000.00I I 1.60 1 LS a W.I. Modfiwtlan S 109.06285 S 109.06285 I 2.42 1 LS Se,e Modficatim $ 220 MITOd S 220.000.00 I 2-43 1 LS MHAduslrnent $ 1d048.44 S 10.0/8.49 1 3-28 1 LS AALL��ust Slarm Uno S J90B.43 f 2.W8.43 ..794.57i I 329 I 4.54 1 LS 1 LS AdustJlaIn Une SD-193 Lan&cape Plan Modfi.b— S I S 160.794.531 S 9.939.64 5 9.939.64' 4.55 1 LS Turnaround Pavement ffGemini Paiinnl S 48.744.37 S 48.744.37 I 4-56 I 4-57 1 LS 1 LS Modficatlonlo —lur Ave NW11t tIonlo ISTStred Prolle S 5.8W.30 S 5836.30 $ I13.41415, S �13JO9.051 l 4.50 1 LS NodficaUon to Es5s0nf- CodNons S 95.600.00I S 95.600.00) I 4-59 1 LS ModfiwOon to Live Oak lmoo((olem N S 10.000.00; S 18.000.001 I q.80 1 LS Remove h!w75WrL 3�Decalur Ave S 11858.02 S 11.85T02 S 1253.�OOAD� S 1253.000.00) I 4�61 I 4.62 1 LS 1 LS Remove Side.valk fij liallsoad Csossinrs Add Guarda fn Dewlur Ave S 20.000.00 S 20.000.00 S 42,59252 TOTAL REASONS FOR CHANGE ORDER AIVH has SvonCed TowRalcha qes fa lems rvlhn the Coy of FM Worth NO CITY FUNDS INOLVEDINTHIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 1004A OF THE CHARGE ORDER COST AND NO IM REBURSEMENT FROM THE CITY PALL BE SOUGHT BY THE DEVELOPER RECOMMENDED: rsVEO: APPROVED:.` / Name Chad Gartner Name. Richey. Name CA.A-Sorldfil Title: Proled hlanaoer Title. Te Rail Chid Endnm Title: SR PWi h(pr r � REVIEWED By Patrick Buckley at 1:07 pm, Jul 01, 2022 t ReAsed 10-12-2011 Pap 1 I PROJ ECT NAME: I CONTRACT: ICFA# I CITY PROJECT # IDOE# WATER PROJECT# SEWER PROJECT# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER TexRail 15-004 2016-088 100415 59601-0600430-001480 59607-0700430-001480 Mark McFadin Pat Buckley CITY PARTICIPATION:( No Phone No: 817-228-0449 Phone No: 817-392-2443 CHANGE ORDER No: 3 REVIEWED By Patrick Buckley at 12:22 pm, Jul 05, 2022 I CONTRACT UNIT I WATER SEWER PAVING DRAINAGE STREETLIGHTS I CONTRACT Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $976,174.34 S435,921.81 S2,650,473.63 S814,899.10 EXTRAS TO DATE $147,112.81 $230,048.49 ($273,632.72) (SS7,886.10) CREDITS TO DATE I I CONTRACT TO DATE I S1,123,287.15I S0.00 S66S,970.30 S0.00 I S2,376,840.91 $0.00 I S7S7,013.00 S0.00 S0.00 $0.00 0 I (AMOUNT OF PROP. CHANGE ORDER I I I (S5,031.87) I I I I IREVISED CONTRACT AMOUNT S1,123,287.15I $0.00 I $660,938.43 I $0.00 S2,376,840.91 $0.00 $7S7,013.00 I S0.00 $0.00 $0.00 0 TOTAL REVISEAMOUNT I PER UNIT S1,123,287.15 I S660,939.43 S2,376,840.91 $757,013.00 $0.00 REVISED COST SHARE IDev.Cost $4,918,079.49 City Cost $0.00 TOTAL REVISED CONTRACT I $4,918,079.49 You are directed to make the following changes in the contract documents: CITY e10 ITEM PAY ITEM: .. QUANTITY UNIT ITEM DESS}jIP'jI0f1 UNIT PRICE TOTAL 2-39 3339.1105 -1 EA 5' Type F( (v1'anho(e S 4.556.27 S (4.556.27)1 2-24 3305.0112 -1 EA Concrete Collars $ 350.00 S (350.00) I 2-18 3292.0400 -80 SY Seeding Hydromulch $ 1.57 S (125.60) I TOTAL S (5.031.87)I REASONS FOR CHANGE ORDER Removal of 72" Sanitary Manhole M-2458 from AWH Contract. Manhole to be constructed underseparate contract NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECO ENQW APPROVED: APPROVED. Tra tem TiinryMetno AIVH Revised:10-12-2011 8y. V ' Br. 8By'. By'. / Name' ad Gartner Name: rheyTM on Name: Clayton Sorts$ I Title: Proiect M na0er Mile: TEXR20 Chief Engineer Title: Confnr Pr i'gl Manager Page 1 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: TEX RAIL COMMUTER RAIL IMPROVEMENT CITY PROJECT NUMBER: 100415 WATER PIPE LAID SIZE TYPE OF PIPE LF 104.88 6" DIP 104.88 79.73 6" PVC 79.73 107 8" DIP 107 848.3 8" PVC 848.3 345 12" DIP 345 1310.8 12" PVC 1310.8 50 16" DIP 50 1516 16" PVC C905 1516 FIRE HYDRANTS: 6 VALVES (16" OR LARGER) 2 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 1" 2 2" 3 SEWER PIPE LAID SIZE TYPE OF PIPE LF 62 4" DIP 62 961.55 8" PVC 961.55 239.61 8" DIP 239.61 85 10" DIP 85 PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: YES NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 LF November 21, 2023 Attention: George Marquez, P.E. City of Fort Worth/Development Services Department Infrastructure Plan Review Center (IPRC) 200 Texas Street, 2" d Floor Fort Worth, TX 76102 Subject: TEXRail Community Facilities Agreement CFA No. 100415 Dear Mr. Marquez, This letter is in response to your email sent on November 17, 2023. Trinity Metro confirms that all payments have been made to the Construction Manager and General Contractor Archer Western and Herzog (AWH) for successfully completing the construction of the TEXRail Commuter Rail Project. Final payment was made in April 2020, and the final amount paid to AWH was $495,356,327.37. Attached is a copy of the final Pay Application 215070-051 for reference. I hope this letter will allow the City of Fort Worth to close CFA No. 100415 as indicated in your email. I appreciate your efforts in helping to get the CFA closed out. If you have any questions or need additional information, please feel free to contact me. Respectfully, Chad Edwards Executive Vice President Trinity Metro Attachments: Pay Application 215070-051 RINITY METRO TEXRail* 801 Grove Street I Fort Worth, Texas 76102 1 817.215.8700 1 RIDETRINITYMETRO DocuSign Envelope ID: 25E91E4A-95F4-4E31-BDF5-2940FFC70BOD TEX Hai TRINTIY METRO USE PO Number 4038 Supplier#: 12404 Account C0002505-552108-1060 James Burris 4/13/2020 Processed by: 4�W-A� I have reviewed the following Archer Western Invoice and find the document delivered to be complete and ready for processing. Month Invoice Number Amount Final Pay App 51 $42,689.77 NOTES: Final Invoice. ocuSigned by: E�D J a�psaw848A20FM E74F3... Richey Thompson Chief Engineer Ef DocuSigned by:ob j%UN-r 7E727C86F4A54DA... Bob Baulsir President and CEO Apr-13-2020 1 10:49:59 CDT Date Apr-13-2020 1 11:13:53 CDT Date DocuSign Envelope ID. 25E91E4A-95F4-4E31-BDF5-294OFFC70BOD ARCHER WESTERN HERZOG Pavment Application Contract Number: 15-TO04 Archer Western Herzog 1411 Greenway Drive Irving, TX 75038 Payroll Period: February 1 - February 28, 2020 Owner: Fort Worth Transportation Authority Project: Tex Rail Due Upon Receipt 3/6/2020 SCC Item 10-50 10 10.02 10.04 10.06 10.08 10.09 10.10 10.11 10.12 20 20.01 20.04 AWH Invoice No. 215070-051 Bill To: Fort Worth Transportation Authority Address: 1600 E.Lancaster Ave. Fort Worth, TX 76102 Phone: (817) 215-8700 Description Unit Quantity Unit Price Total Previous Total To Date Current Period Total To Date % Complete Preconstruction Services $ 1,871,084.00 $ 1.871.084.00 S - $ 1,871,084.00 100.00°/r Construction Services Guideway A Track Guideway: At -grade semi -exclusive (allows cross -traffic) 1 LS $ 27,417,277.79 $ 27,417,277.79 $ 27,417,277.41' $ 27,417,277.42 100.00% Guideway: Aerial structure 1 LS $ 77,738,719.89 $ 77,738,719.89 $ 77,738,719.91 $ 77,738,719.91 100.00% Guideway: Underground cut & cover 1 LS $ 237,307.34 $ 237,307,34 $ 237,307.00 $ - $ 237,307.00 100.00% Guideway: Retained cut or fill 1 LS $ 28,285,224.26 $ 28,285,224.26 $ 28,285,223.99 $ - $ 28,285,223.99 100.00% Track: Direct fixation 1 LS $ 229,653.32 $ 229,653.32 $ 229,653.32 $ - $ 229,653.32 100.00% Track: Embedded 1 LS $ 974,917.57 $ 974.917.57 $ 974,917.74 $ - $ 974,917.74 100.00% Track: Ballasted 1 LS $ 36,025,374.83 $ 36,025,374.83 $ 36,025,374.68 $ - $ 36,025,374.68 100.00% Track: Special (switches, turnouts) 1 LS $ 4,510,272.73 $ 4,510,272.73 $ 4,510,272.73 $ $ 4,510,272.73 100.00% Subtotal Guideway & Track $ 175,418,747.73 $ 175,418,746.79 $ - $ 175,418,746.79 100.00% Stations, Stops, Terminals, Intermodal At -grade station, stop, shelter, mall, terminal, platform 1 LS $ 28,740,138.09 $ 28,740,138.09 $ 28,740,159.87 $ 28,740,159.87 100.00% Other stations, landings, terminals: Intermodal, ferry, trolley, etc. 1 LS $ 67.010.30 $ 67,010.30 $ 67.010.30 $ - $ 67,010.30 100.00% Subtotal Stations. StoDs. Terminals, Intermodal $ 28,807,148.39 $ 28.807.1701.17 S - $ 28.807.170.17 100.00% 30 Support Facilities: Yards, Shops, Admin. Bldgs 30.04 Storage of maintenance of Way Building 1 LS $ 1.018.259.13 $ Subtotal Support Facilities: Yards, Shops, Admin. BIdgs $ 40 Sitework & Special Conditions 40.01 Demolition, Clearing, Earthwork 1 LS $ 2,337,424.37 $ 40.02 Site Utilities, Utility Relocation 1 LS $ 21,152,209.02 $ 40.04 Enviromential Mitigation 1 LS $ 167,129.22 $ 40.05 Site structures including retaining walls, sound walls 1 LS $ 7,735,485.96 $ 40.06 Pedestrian / bike access and accommodation, landscaping 1 LS $ 1,337,143.26 $ 1,018,259.13 $ 1,018,259.13 $ - $ 1,018,259.13 100.00% 1,018,259.13 $ 1,018,259.13 $ - $ 1,018,259.13 100.00% 2,337,424.37 $ 2,337,424.36 $ - $ 2,337,424.36 100.00% 21,152,209.02 $ 21,162,209.19 $ 21,152,209.19 100.00% 167,129.22 $ 167,129.00 $ 167,129.00 100.00% 7,735,485.96 $ 7,735,487.46 $ 7,735,487.46 100.00% 1,337,143.26 $ 1,337,143.67 $ 1,337,143.67 100.00% DocuSign Envelope ID. 25E91E4A-95F4-4E31-BDF5-294OFFC70BOD SCC Item Description Unit Quantity Unit Price Total Previous Total To Date Current Period Total To Date % Complete 40.07 Automobile, bus, van accessways including roads, parking lots 1 LS $ 28,053,120.61 $ 28,053,120.81 $ 28,053,121.06 $ 28,053,121.06 100.00% 40.08 General Requirements 1 LS $ 126,030,510.86 $ 125,030,510.86 $ 126,030,507.94 $ 126,030,507.94 100.00% Subtotal Sitework & Special Conditions $ 186,813,023.30 $ 186,813,022.68 $ - $ 186,813,022.68 100.00% 50 Systems 50.01 Train Control and Signals, System Testing 1 LS $ 59,245,956.34 $ 59,245,956.34 $ 59,245,956.16 $ 59,245,956.16 100.00% 50.02 Traffic Signals and Crossing Protection Equipment 1 LS $ 3,449,281.77 $ 3,449,281.77 $ 3,449,281.31 $ 3,449,281.31 100.00% 50.03 Communications 1 LS $ 35,700,168.36 $ 35,700,168.36 $ 35,700,167.57 $ 35,700,167.57 100.00% 50.04 Central Control 1 LS $ 3,102,115.14 $ 3,102,115.14 $ 3,102,116.04 $ 3,102,116.04 100.00% Subtotal Systems $ 101.497.521.61 $ 101.497.621.08 $ - $ 101,497,521.08 100.00% 60 & 80 Contract Close -Out 60.01 Reimbursement DFWIA Temporary Easement Fees 1 LS $ (30,000.00) $ (30,000.00) $ (30,000.00) $ (30,000.00) 100.00% 00.05 Reimbursement of Insurance Claim Deductibles 1 LS $ (39,476.47) $ (39,476.47) $ (39,476.47) $ (39,476.47) 100.00% SA#258 1 LS $ (39,476.47) Subtotal Contract Close -Out $ (69.476.47) $ (69.476,47) $ $ (69.476.47) 100.00% Subtotal Construction Services $ 493,485,223.69 $ 493,485,243.37 $ - $ 493,485,243.37 100.00% OWNER ALLOWANCE FOR AMENDMENTS $ - $ - $ - $ - TOTAL PRICE PROPOSAL (CONSTR + ALLOW + PRE -CON) $ 495,356,307.69 $ 495,356,327.37 $ - $ 495,356,327.37 100.00% Overpayment Overpayment $ 430.23 $ (430.23) Less Bond: $ - Less Allowances: $ - Less Mobilization: $ - Total for Retainage Calc. $ - 5%Retainage ($43,120.00) $ 43,12000 $0.00 NET TOTAL $ 495,313,637.60 $ 42,689.77 $ 496,356,327.37 SEG. 4 TOTAL $ 54,626,464.87 $ 54,626,464.87 State of Texas County of Tarrant AWH Project Manager This hereby certifies the entire contents of this application for payment to be true and complete. /� SW N to nd SUBSCRIBED beforWe, Terri,K}ckler, Notary ```������R......RI k's /� IY Cev—Lw Public, St of Te as, on this the rJ day of /�jQr(-d�c'7 .�� ��p'LpRyP`�:�F Clayton Sorrels -'Senior Project Manager rmntarv'c fiionah—.1 _ y .- k�OF rE'I�P� - FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS August 29, 2016 Archer Western Herzog Venture 1411 Greenway Drive Irving, Texas 75036 RE: Acceptance Letter Project Name: Tex Rail Commuter Rail Project Type: Drainage, Paving City Project No.: 100415 To Whom It May Concern: On October 21, 2021 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on January 21, 2022. 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 January 21, 2022, which is the date of the punch list completion 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- 392-6826. Sincerely, George Marquez, Project Manager Cc: Troy Gardner, Inspector Gary Deyon, Inspection Supervisor Edward Davila, Senior Inspector Victor Tonero, Program Manager Trans Systems, Consultant Archer Western, Contractor FWTA, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 November 21, 2023 Attention: George Marquez, P.E. City of Fort Worth/Development Services Department Infrastructure Plan Review Center (IPRC) 200 Texas Street, 2"d Floor Fort Worth, TX 76102 Subject: TEXRail Community Facilities Agreement CFA No. 100415 Dear Mr. Marquez, This letter is in response to your email sent on November 17, 2023. Trinity Metro confirms that all payments have been made to the Construction Manager and General Contractor Archer Western and Herzog (AWH) for successfully completing the construction of the TEXRail Commuter Rail Project. Final payment was made in April 2020, and the final amount paid to AWH was $495,356,327.37. Attached is a copy of the final Pay Application 215070-051 for reference. I hope this letter will allow the City of Fort Worth to close CFA No. 100415 as indicated in your email. I appreciate your efforts in helping to get the CFA closed out. If you have any questions or need additional information, please feel free to contact me. Respectfully, Chad Edwards Executive Vice President Trinity Metro Attachments: Pay Application 215070-051 RINITY METRO TEXRail* 801 Grove Street I Fort Worth, Texas 76102 1 817.215.8700 1 RiDETRINITYMETRO , DocuSign Envelope ID: 25E91E4A-95F4-4E31-BDF5-2940FFC70BOD TEX Hai TRINTIY METRO USE PO Number 4038 Supplier#: 12404 Account C0002505-552108-1060 James Burris 4/13/2020 Processed by: 4�W-A� I have reviewed the following Archer Western Invoice and find the document delivered to be complete and ready for processing. Month Invoice Number Amount Final Pay App 51 $42,689.77 NOTES: Final Invoice. ocuSigned by: E�D J a�psaw848A20FM E74F3... Richey Thompson Chief Engineer Ef DocuSigned by:ob j%UN-r 7E727C86F4A54DA... Bob Baulsir President and CEO Apr-13-2020 1 10:49:59 CDT Date Apr-13-2020 1 11:13:53 CDT Date DocuSign Envelope ID. 25E91E4A-95F4-4E31-BDF5-294OFFC70BOD ARCHER WESTERN HERZOG Pavment Application Contract Number: 15-TO04 Archer Western Herzog 1411 Greenway Drive Irving, TX 75038 Payroll Period: February 1 - February 28, 2020 Owner: Fort Worth Transportation Authority Project: Tex Rail Due Upon Receipt 3/6/2020 SCC Item 10-50 10 10.02 10.04 10.06 10.08 10.09 10.10 10.11 10.12 20 20.01 20.04 AWH Invoice No. 215070-051 Bill To: Fort Worth Transportation Authority Address: 1600 E.Lancaster Ave. Fort Worth, TX 76102 Phone: (817) 215-8700 Description Unit Quantity Unit Price Total Previous Total To Date Current Period Total To Date % Complete Preconstruction Services $ 1,871,084.00 $ 1.871.084.00 S - $ 1,871,084.00 100.00°/r Construction Services Guideway A Track Guideway: At -grade semi -exclusive (allows cross -traffic) 1 LS $ 27,417,277.79 $ 27,417,277.79 $ 27,417,277.41' $ 27,417,277.42 100.00% Guideway: Aerial structure 1 LS $ 77,738,719.89 $ 77,738,719.89 $ 77,738,719.91 $ 77,738,719.91 100.00% Guideway: Underground cut & cover 1 LS $ 237,307.34 $ 237,307,34 $ 237,307.00 $ - $ 237,307.00 100.00% Guideway: Retained cut or fill 1 LS $ 28,285,224.26 $ 28,285,224.26 $ 28,285,223.99 $ - $ 28,285,223.99 100.00% Track: Direct fixation 1 LS $ 229,653.32 $ 229,653.32 $ 229,653.32 $ - $ 229,653.32 100.00% Track: Embedded 1 LS $ 974,917.57 $ 974.917.57 $ 974,917.74 $ - $ 974,917.74 100.00% Track: Ballasted 1 LS $ 36,025,374.83 $ 36,025,374.83 $ 36,025,374.68 $ - $ 36,025,374.68 100.00% Track: Special (switches, turnouts) 1 LS $ 4,510,272.73 $ 4,510,272.73 $ 4,510,272.73 $ $ 4,510,272.73 100.00% Subtotal Guideway & Track $ 175,418,747.73 $ 175,418,746.79 $ - $ 175,418,746.79 100.00% Stations, Stops, Terminals, Intermodal At -grade station, stop, shelter, mall, terminal, platform 1 LS $ 28,740,138.09 $ 28,740,138.09 $ 28,740,159.87 $ 28,740,159.87 100.00% Other stations, landings, terminals: Intermodal, ferry, trolley, etc. 1 LS $ 67.010.30 $ 67,010.30 $ 67.010.30 $ - $ 67,010.30 100.00% Subtotal Stations. StoDs. Terminals, Intermodal $ 28,807,148.39 $ 28.807.1701.17 S - $ 28.807.170.17 100.00% 30 Support Facilities: Yards, Shops, Admin. Bldgs 30.04 Storage of maintenance of Way Building 1 LS $ 1.018.259.13 $ Subtotal Support Facilities: Yards, Shops, Admin. BIdgs $ 40 Sitework & Special Conditions 40.01 Demolition, Clearing, Earthwork 1 LS $ 2,337,424.37 $ 40.02 Site Utilities, Utility Relocation 1 LS $ 21,152,209.02 $ 40.04 Enviromential Mitigation 1 LS $ 167,129.22 $ 40.05 Site structures including retaining walls, sound walls 1 LS $ 7,735,485.96 $ 40.06 Pedestrian / bike access and accommodation, landscaping 1 LS $ 1,337,143.26 $ 1,018,259.13 $ 1,018,259.13 $ - $ 1,018,259.13 100.00% 1,018,259.13 $ 1,018,259.13 $ - $ 1,018,259.13 100.00% 2,337,424.37 $ 2,337,424.36 $ - $ 2,337,424.36 100.00% 21,152,209.02 $ 21,162,209.19 $ 21,152,209.19 100.00% 167,129.22 $ 167,129.00 $ 167,129.00 100.00% 7,735,485.96 $ 7,735,487.46 $ 7,735,487.46 100.00% 1,337,143.26 $ 1,337,143.67 $ 1,337,143.67 100.00% DocuSign Envelope ID. 25E91E4A-95F4-4E31-BDF5-294OFFC70BOD SCC Item Description Unit Quantity Unit Price Total Previous Total To Date Current Period Total To Date % Complete 40.07 Automobile, bus, van accessways including roads, parking lots 1 LS $ 28,053,120.61 $ 28,053,120.81 $ 28,053,121.06 $ 28,053,121.06 100.00% 40.08 General Requirements 1 LS $ 126,030,510.86 $ 125,030,510.86 $ 126,030,507.94 $ 126,030,507.94 100.00% Subtotal Sitework & Special Conditions $ 186,813,023.30 $ 186,813,022.68 $ - $ 186,813,022.68 100.00% 50 Systems 50.01 Train Control and Signals, System Testing 1 LS $ 59,245,956.34 $ 59,245,956.34 $ 59,245,956.16 $ 59,245,956.16 100.00% 50.02 Traffic Signals and Crossing Protection Equipment 1 LS $ 3,449,281.77 $ 3,449,281.77 $ 3,449,281.31 $ 3,449,281.31 100.00% 50.03 Communications 1 LS $ 35,700,168.36 $ 35,700,168.36 $ 35,700,167.57 $ 35,700,167.57 100.00% 50.04 Central Control 1 LS $ 3,102,115.14 $ 3,102,115.14 $ 3,102,116.04 $ 3,102,116.04 100.00% Subtotal Systems $ 101.497.521.61 $ 101.497.621.08 $ - $ 101,497,521.08 100.00% 60 & 80 Contract Close -Out 60.01 Reimbursement DFWIA Temporary Easement Fees 1 LS $ (30,000.00) $ (30,000.00) $ (30,000.00) $ (30,000.00) 100.00% 00.05 Reimbursement of Insurance Claim Deductibles 1 LS $ (39,476.47) $ (39,476.47) $ (39,476.47) $ (39,476.47) 100.00% SA#258 1 LS $ (39,476.47) Subtotal Contract Close -Out $ (69.476.47) $ (69.476,47) $ $ (69.476.47) 100.00% Subtotal Construction Services $ 493,485,223.69 $ 493,485,243.37 $ - $ 493,485,243.37 100.00% OWNER ALLOWANCE FOR AMENDMENTS $ - $ - $ - $ - TOTAL PRICE PROPOSAL (CONSTR + ALLOW + PRE -CON) $ 495,356,307.69 $ 495,356,327.37 $ - $ 495,356,327.37 100.00% Overpayment Overpayment $ 430.23 $ (430.23) Less Bond: $ - Less Allowances: $ - Less Mobilization: $ - Total for Retainage Calc. $ - 5%Retainage ($43,120.00) $ 43,12000 $0.00 NET TOTAL $ 495,313,637.60 $ 42,689.77 $ 496,356,327.37 SEG. 4 TOTAL $ 54,626,464.87 $ 54,626,464.87 State of Texas County of Tarrant AWH Project Manager This hereby certifies the entire contents of this application for payment to be true and complete. /� SW N to nd SUBSCRIBED beforWe, Terri,K}ckler, Notary ```������R......RI k's /� IY Cev—Lw Public, St of Te as, on this the rJ day of /�jQr(-d�c'7 .�� ��p'LpRyP`�:�F Clayton Sorrels -'Senior Project Manager rmntarv'c fiionah—.1 _ y .- k�OF rE'I�P� - CONSENT OF SURETY TO FINAL PAYMENT ALA Document G707 (Instructions on reverse side) TO OWNER: (Name and addrev) Fort Worth Transportation Authority Fort Woth, TX OWNER ❑ ARCHITECT ❑ Travelers: (AWC) 106570516 CONTRACTOR ❑ Travelers: (Herzog) 106559311 SURETY EK Federal: (Herzog) 8244-1026 OTHER ❑ ARCHITECT'S PROJECT NO.: CONTRACT FOR: Tex Rail Construction Manager/General Contractor Services PROJECT: CONTRACT DATED: September 13, 2016 Wayne and addrev) Tex Rail Construction Fort Worth, TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insrnnatneandaek[res5of5ure(") Travelers Casualty and Surety Company One Tower Square Hartford, CT 06183 Federal Insurance Company 15 Mountain View Road Warren, NJ 07059 on bond of (Insert name and arklrecc of Contractor) Archer Western Herzog Joint Venture 1411 Greenway Drive Irving, TX 75038 , SURETY, CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (lasert natne and aeklrmac of Otrnar) Fort Worth Transportation Authority Fort Woth, TX as set forth in said Surety's bond. , OWNER, iN'WITNESS WHEREOF, the Surety has hereunto set its hand on this date: December 10, 2019 line;[ in trriting the motto follotred by the nwiieric [fate and mar) Travelers Casualty and Surety Company Federal Insurance Company Witness: (Seal): (S/knattttrofantlwrizedrepres native) C. LaVonne Enaeman. AttorneNT-in-Fact (Printed nimte and title) G707-1994 HE3, Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint C. LaVonne Engeman, Thomas M. English, Dalton Joyce, J. Douglas Joyce, Brenda L. Linze, Susan E. Miranda, Linda L. Nutt, Michael L. Swift and Eric Van Buskirk of Kansas City, Missouri -------------------------- — each as their true and lawful Attorney -in -Fact to execute tinder such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 10* day of January, 2019. Dwxn M.Chiorc.)s.AssistantScvrctary• STATE OF NEWJERSEY County of Hunterdon AJ-�1J V _ ` Stephen Xl. Haney. Vice President On this loll, day of January, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority: and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal qOF KATHERINE J. ADELAAR / pOTARy � NOTARY PUBLIC NEW JERSEY No.231616885 PUBLIC Commisslen Exp res July 16.2019 Notary I'uhtfe y�'JERS� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED. that the following authorizations relate to the execution, for and on behalf of the Company. of bonds, underralcings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course ofbusiness (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or othenvise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the bunt or powers provided for in such person's written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney - in -fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification ofone or more particular Written Commitments. (5) The signature or any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, maybe afixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies-) do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (h) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 10th day Of December, 2019 ^yaw .r W; Down M. Chloros. A sistant Secrctarya IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: surety@chubb.com FED- VIG-PI (rev. 08-18) Travelers Casualty and Surety Company of America A1A►f, Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint C. LaVonne Engeman, of Kansas City, Missouri, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017. . �uP,TVAy- rift y 'Si1bfZ` cm � CONtt �s O SM l * y0\''fi T661 • *�yLr b4s 7� State of Connecticut City of Hartford ss. Robert L. Raney, SeWor Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 y2G/�pTAq�j� �� C This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this loth day of December 2019 4 \TY ANO tY iFon t 4 " w�a, t °f ���,stntSeretary Kevin E. Hughes, To verify:t/,,-�c authenticity of this Power of Attorney, please call us at 1-800-421-3880, Please refer to the abo, ve-named Attorney-/n-Fact and the details of the bond to which the power is attached,