HomeMy WebLinkAboutContract 48580-FP2FORT WORTH.
-FP2
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): x❑ Paving ❑x Drainage
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
Richev Thompson (Jan 23.2d2415:51 CST)
Contractor
Trinity Metro Chief Engineer
Title
Trinity Metro
Company Name
—19
Gar De (Jan 23,202415:57 CST)
Project Inspector
Project Manager
R� ne Owen (Jan 24, 202407:51 CST)
CFA Manager
L-uren Pneur lJan 24, 202408:18 CST)
TPW Director
Asst. City Manager
❑ Street Lights ❑ Traffic Signals
Jan 23, 2024
Date
Jan 23, 2024
Date
Jan 23, 2024
Date
Jan 24, 2024
Date
Jan 24, 2024
Date
Jan 25, 2024
Date
$3,465,372.73
-$331,518.82
$3,133,853.91
$3,133,853.91
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
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
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 WO 1T H
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS
Contract Limits
Project Type DRAINAGE & PAVING
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 73(FD
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, January 8, 2024 Page 1 of 7
City Project Numbers 100415 DOE Number 4150
Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number I
Contract Limits Payment Number 1
Project Type DRAINAGE & PAVING For Period Ending 3/10/2022
Project Funding
UNIT III: DRAINAGE IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
REMOVE 48" STORM LINE
605 LF
$265.00
$160,325.00
605
$160,325.00
2
CONCRETE RIPRAP
75 SY
$68.15
$5,111.25
75
$5,111.25
3
MEDIUM STONE RIPRAP, DRY
725 SY
$51.57
$37,388.25
725
$37,388.25
4
ASPHALT PVMT REPAIR BEYOND DEFINED
183 SY
$40.00
$7,320.00
183
$7,320.00
WIDTH
5
TRENCH SAFETY
2100 LF
$7.85
$16,485.00
2100
$16,485.00
6
24" RCP CLASS V
1274.1 LF
$119.00
£151,617.90
1274.1
$151,617.90
7
24" RCP CLASS IV
110 LF
$58.15
$6,396.50
110
$6,396.50
8
24" RCP CLASS III
1044 LF
$45.05
$47,032.20
1044
$47,032.20
9
48" RCP CLASS ]II
605 LF
$105.78
$63,996.90
605
$63,996.90
10
48" RCP CLASS V
65 LF
$285.00
$18,525.00
65
$18,525.00
11
30" RCP CLASS lII
282 LF
$71.30
$20,106.60
282
$20,106.60
12
36" RCP CLASS V
349 LF
$236.00
$82,364.00
349
$82,364.00
13
4' STORM JUNCTION BOX
6 EA
$3,848.49
$23,090.94
6
$23,090.94
14
T STORM JUCTION BOX
2 EA
$3,991.38
$7,982.76
2
$7,982.76
15
4' MANHOLE RISER
3 EA
$1,628.44
$4,885.32
3
$4,885.32
16
5' MANHOLE RISER
1 EA
$1,750.00
$1,750.00
1
$1,750.00
17
24" SET 1 PIPE
2 EA
$1,697.50
$3,395.00
2
$3,395.00
18
48" SET 1 PIPE
1 EA
$3,500.00
$3,500.00
1
$3,500.00
19
10' CURB INLET
2 EA
$2,533.20
$5,066.40
2
$5,066.40
20
4' DROP INLET
2 EA
$2,860.04
$5,720.08
2
$5,720.08
21
4' GRATE INLET
12 EA
$4,300.00
$51,600.00
12
$51,600.00
22
6'X6' GRATE INLET
2 EA
$7,000.00
$14,000.00
2
$14,000.00
23
TXDOT HEADWALL CH-FW-O
4 EA
$8,500.00
$34,000.00
4
$34,000.00
24
T GRATE INLET
2 EA
$6,500.00
$13,000.00
2
$13,000.00
25
8' GRATE INLET
1 EA
$9,000.00
$9,000.00
1
$9,000.00
26
24" SMOOTH STEEL PIPE 9SSP)
129 LF
$120.00
$15,480.00
129
$15,480.00
27
FLEXAMAT
80 SY
$72.00
$5,760.00
80
$5,760.00
28
ADJUST STORM LINE (CO #2)
1 LS
$2,908.43
$2,908.43
1
$2,908.43
29
ADJUST STORM LINE SD - 093 (CO #2)
1 LS
($60,794.53)
($60,794.53)
1
($60,794.53)
Sub -Total of Previous Unit
$757,013.00
$757,013.00
Monday, January 8, 2024 Page 2 of 7
City Project Numbers 100415 DOE Number 4150
Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number I
Contract Limits Payment Number 1
Project Type DRAINAGE & PAVING For Period Ending 3/10/2022
Project Funding
UNIT IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
REMOVE CONC PVMNT
241 SY
$9.20
$2,217.20
241
$2,217.20
2
REMOVE ASPHALT PVMT
3555 SY
$7.15
$25,418.25
3555
$25,418.25
3
REMOVE CONC CURB & GUTTER
1139 LF
$4.28
$4,874.92
1139
$4,874.92
4
FURNISH/INSTALL ELEC SERV PEDESTAL
1 EA
$5,000.00
$5,000.00
1
$5,000.00
5
2" CONDT PVC SCH 80 (T)
1530 LF
$10.00
$15,300.00
1530
$15,300.00
6
2" CONDT PVC SCH 80 FOR RISER
20 LF
$6.00
$120.00
20
$120.00
7
6" FLEX BASE TYPE
1670 SY
$6.00
$10,020.00
1670
$10,020.00
8
12" FLEXABLE BASE TYPE D GR-1
67 SY
$6.00
$402.00
67
$402.00
9
HYDRATED LIME
672.03 TN
$150.43
W1,093.47
672.03
$101,093.47
10
6" LIME TREATMENT
1274 SY
$3.25
$4,140.50
1274
$4,140.50
11
8" LIME TREATMENT
31862 SY
$3.33
M6,100.46
31862
$106,100.46
12
T ASPHALT PVMNT TYPE C
12229 SY
$14.47
W6,953.63
12229
$176,953.63
13
2" ASPHALT PVMNT TYPE D
12395 SY
$16.81
M8,359.95
12395
$208,359.95
14
4" ASPHALT BASE TYPE B
13647 SY
$26.92
067,377.24
13647
$367,377.24
15
5" ASPHALT BASE TYPE B
10502 SY
$36.00
078,072.00
10502
$378,072.00
16
8" ASPHALT BASE TYPE B
535 SY
$50.00
$26,750.00
535
$26,750.00
17
6" CONC PVMT
4700 SY
$32.58
W3,126.00
4700
$153,126.00
18
7" CONC PVMT
927 SY
$35.33
$32,750.91
927
$32,750.91
19
10" CONC PVMT
8957 SY
$42.00
076,194.00
8957
$376,194.00
20
4" CONC SIDEWALK
26699 SF
$3.94
M5,194.06
26699
$105,194.06
21
5" CONC SIDEWALK
1747.7 SF
$3.72
$6,501.44
1747.7
$6,501.44
22
6" CONCRETE DRIVEWAY
4885.9 SF
$5.00
$24,429.50
4885.9
$24,429.50
23
6" CONC CURB AND GUTTER
2262.6 LF
$20.20
$45,704.52
2262.6
$45,704.52
24
8" NON -MOUNTABLE CURB & GUTTER
1084 LF
$25.00
$27,100.00
1084
$27,100.00
25
6" CONC CURB
2979 LF
$8.04
$23,951.16
2979
$23,951.16
26
REFL RAISED MARKER TY 11-Y-Y
35 EA
$8.00
$280.00
35
$280.00
27
YIELD BAR TRI
11 EA
$22.98
$252.78
11
$252.78
28
4" PVMNT MARKING HAS (Y)
1436 LF
$1.58
$2,268.88
1436
$2,268.88
29
4" BRK PVMNT MARKING HAS 9W)
560 LF
$1.49
$834.40
560
$834.40
30
4" BRK PVMNT MARKING HAS 9Y)
340 LF
$1.50
$510.00
340
$510.00
31
4" SLF PVMT MARKING TAPE (Y)
6171 LF
$2.58
$15,921.18
6171
$15,921.18
Monday, January 8, 2024
Page 3 of 7
City Project Numbers 100415 DOE Number 4150
Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number I
Contract Limits Payment Number 1
Project Type DRAINAGE & PAVING For Period Ending 3/10/2022
Project Funding
32
6" SLD PVMT MARKING HAS 9W)
1465 LF
$1.50
$2,197.50
1465
$2,197.50
33
8" SLD PVMT MARKING TAPE (W)
314 LF
$1.50
$471.00
314
$471.00
34
12" SLD PVMT MARKING HAE (Y)
512 LF
$3.91
$2,001.92
512
$2,001.92
35
24" SLD PVMNT MARKING HAE (W)
1736 LF
$8.84
$15,346.24
1736
$15,346.24
36
LANE LEGEND RR
29 EA
$300.00
$8,700.00
29
$8,700.00
37
LANE LEGEND ONLYE
4 EA
$170.10
$680.40
4
$680.40
38
CONC.RET WALL WITH SIDEWALK, SIDEWALK
100 SF
$7.00
$700.00
100
$700.00
39
TOPSOIL
285 CY
$4.10
$1,168.50
285
$1,168.50
40
SEEDING BROADCAST
2191 SY
$2.00
$4,382.00
2191
$4,382.00
41
FURNISHANSTALL BBU SYSTEM EXT
1 EA
$7,500.00
$7,500.00
1
$7,500.00
MOUNTED
42
GROUND BOX TYPE B W/APRON
3 EA
$1,015.97
$3,047.91
3
$3,047.91
43
TY 3 SIGNAL FOUDNATION
9 EA
$3,720.00
$33,480.00
9
$33,480.00
44
2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR
1520 LF
$9.01
$13,695.20
1520
$13,695.20
45
LED LIGHTING FIXTURE
9 EA
$750.00
$6,750.00
9
$6,750.00
46
RDWY ILIUM ASSEMBLY TY 18, 18A, 19 AND
9 EA
$3,800.00
$34,200.00
9
$34,200.00
D-
47
RDWY ILIUM FOUNDATION TY 3,5,5, AND 8
9 EA
$1,936.00
$17,424.00
9
$17,424.00
48
INSTALL ALUM SIGN GROUND MOUNT
88 EA
$487.80
$42,926.40
88
$42,926.40
49
RETAINAGE WALL (SOIL NEEDED)
2425 SF
$40.00
$97,000.00
2425
$97,000.00
50
RETAINAGE WALL (GOUND ANCHOR)
339 SF
$40.00
$13,560.00
339
$13,560.00
51
SOIL NAILS
3130 LF
$18.15
$56,809.50
3130
$56,809.50
52
GROUND ANCHORS
684 LF
$18.15
$12,414.60
684
$12,414.60
53
HAND RAILING
192 LF
$150.00
$28,800.00
192
$28,800.00
54
LANDSCAPE PLAN MODIFICATION (CO #2)
1 LS
$9,939.64
$9,939.64
1
$9,939.64
55
TURNAROUND PAVEMENT @ GEMINI
1 LS
$48,744.37
$48,744.37
1
$48,744.37
PARKWAY (CO #2)
56
MODIFICATION TO DECATUR AVE (CO #2)
1 LS
$5,836.30
$5,836.30
1
$5,836.30
57
MODIFICATION TO 1ST STREET PROFILE (CO
1 LS
($13,409.05)
($13,409.05)
1
($13,409.05)
#20
58
MODIFICATION TO EXISTING CONDTIONS (CO
1 LS
($95,600.00)
($95,600.00)
1
($95,600.00)
#2)
59
MODIFICATION TO LIVE OAK
1 LS
($8,000.00)
($8,000.00)
1
($8,000.00)
IMPROVEMENTS (CO #2)
60
REMOVE MOW STRIP @ DECATUR (CO #2)
1 LS
$11,856.02
$11,856.02
1
$11,856.02
61
REMOVE SIDEWALK @ RAILROAD
1 LS
£253,000.00)
W3,000.00)
1
($253,000.00)
CROSSINGS (CO #2)
Monday, January 8, 2024 Page 4 of 7
City Project Numbers 100415 DOE Number 4150
Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS Estimate Number I
Contract Limits Payment Number 1
Project Type DRAINAGE & PAVING For Period Ending 3/10/2022
Project Funding
62 ADD GUARDRAIL @ DECATUR (CO #2) 1 LS $20,000.00 $20,000.00 1 $20,000.00
--------------------------------------
Sub-Total of Previous Unit $2,376,840.91 $2,376,840.91
Monday, January 8, 2024 Page 5 of 7
City Project Numbers 100415
Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS
Contract Limits
Project Type DRAINAGE & PAVING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 2
DOE Number 4150
Estimate Number I
Payment Number 1
For Period Ending 3/10/2022
$3,465,372.73
($331,518.82)
Total Contract Price $3,133,853.90
Total Cost of Work Completed $3,133,853.90
Less % Retained $0.00
Net Earned $3,133,853.91
Earned This Period $3,133,853.91
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
$3,133,853.91
Monday, January 8, 2024 Page 6 of 7
City Project Numbers 100415
Contract Name TEX RAIL COMMUTER RAIL IMPROVEMENTS
Contract Limits
Project Type DRAINAGE & PAVING
Project Funding
Project Manager NA
Inspectors CORDOVA / DEYON
Contractor ARCHER WESTERN
2121 AVENUE J, STE. 103
ARLINGTON , TX 76006
DOE Number 4150
Estimate Number I
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 $3,133,853.90
Less % Retained $0.00
Net Earned $3,133,853.91
Earned This Period $3,133,853.91
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
$3,133,853.91
Monday, January 8, 2024 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
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,