HomeMy WebLinkAbout062025-FP1 - Construction-Related - Contract - SJ Louis of Construction of Texas Ltd.AC Coded 01.09.25
Vendor Name: S J LOUIS CONSTRUCTION OF
TEXAS LTD
VendorID:0000007647
Invoice No.: 62025 - FP1
Invoice Date: ##/##/####
Release Retainage: $69,193.89
FID: 56022-2060000-103497-RETAIN $10,043.57
56019-2060000-103497-RETAIN $59,150.32
City Secretary No: 62025 -FP1
Date Received: O1/12/202E
City Project No: 103497
� Regarding Contract 62025 , Marine Creek Sanitary Sewer Parallel Interceptor Part 1. for as required by the Water
i
,! Department as approved by City Council on 08 13 24 through M&C 24-0677, the Director of the Water Department,
� upon the recommendation of the Assistant Director of the Water Department, has accepted the project as complete.
i Original Contract Amount:
� Amount of Approved Change Orders:
� Revised Contract Amount:
�� Total Cost of Work Completed:
� Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
Tota) Deduction Amount:
Total Cost of Work Completed:
Less Previous Payments:
Final Payment Due:
� ��� � i�� �1�,
f�ecom �ended for Acceptance
Assistant Director, Water Department
��, �� �-
Accepted
Director, Water Department
FORTWO�.THo
WATER DEPAR7MENT
NOTICE OF PROIECT COMPLETION
$2.893,650.00 Days 150
5566.044.40 No 2 Days Added by CO 45
$3,459.694.40 Total Days 195
$3,459,694.40 Days Charged 239
0 Days @ 0.00 Day = 0.00
0.00
0.00
S3.459.694.40
S3.390,500.51
569.193.89
Date
Date
• . . , � . �. , , ;�,L � . •: � •-.�,��.;. � „_, .;: ,
' + � • � . - . � � I.r i, ' �I 5+�'�`e. : -� `•
, �
i/� ��
i�alz�
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
��
r
FORTWORTH
� � � �
k�-^
, ■
f
FINAL STATEMENT OF CONTRACT
TIME
��� o3�osio�
STATEMENT NO.: � I I AND FINAL
NAME OF PROJECT: Manne Creek SS Parallel Intercepter M-278 M-2458 Part 1
PROJF,CT NO.: 1o3ae7 DOE NO.: rvrn CONTRACTOR: s� �outs •�' r� �'q S_�-Th.
PERIOD FROM: 07/01/25 TO: 07/15/25 FINAL INSFECTION DATE: 07115/25 "
WORK ORDEK �I�FECTIVE: 11I18/24 CONTRACT TIMG: 150 Q WD � CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS IiEASON FOR DAYS
MONTH CNARGED CREDITED MONTH CHARGED CREDITED
DURING DURING
1. Mon 1 �6.
2• Tue 1 »,
3. Wed 1 I8.
4• Thur
s. Fri
6• Sat
7. Suh
S• Mon
9•Tue
�o.Wed
11. Thur
12. Fri
13. Sat
�4• Sun
�s• Mon
THIS
PERIOD
PREVIOUS
PERIOD
I'07'ALS
TO DATE
"REMARKS:
� 19.
� zo.
� 21.
1 22•
� 23.
� 2a.
1 is.
1 26.
1 2�.
1 28.
� 29.
'� 30.
31.
SAT, SUN, RAIN, TOO WET, UTILITIES
& HOLIDAYS & TOO COLD RELOCATIONS
OTHERS * �AYS TOTAL
CHARGED DAYS
15 15
224 224
239 239
, ,
�.�.� - �i � �
�% �z�z� �� �,-�,�;, � ��, ,
� � �, , ���
;
�CONTRACTOR DATE , SPECTOR '•
,,� ENGINEERING DEP.'rRTMENT
�� The City of Fort Worth • 1000 Throci;morton Street • Fort Worth, TX 76012-G311
(81'� 392 - 7941 • Fax: (81� 392 - 7845
;...-;. ,;.__
,_ �
DATE
FORTWORTH
Date: 01 /07/2026
RE: Acceptance Letter
Project Name: Marine Creel< Sanitary Sewer Parallel Interceptor Part
Project Type: 60" Sewer Slip Line
Project No: CPN# 103497
Contract No: 62025
To Whom It May Concern:
On July 15th 2025 a final inspection was made on the subject project There were no
punch list items identified at that time. The final inspection indicates that the work meets the
City of Fort Worth specifications and is therefore accepted by the City. The warranty period will
start on which is the date of the final inspection and will extend of two (2) years in accordance
with the Contract Documents.
if you have any questions concerning this letter of acceptance, please feel free to contact me
at (g17) 392- 6054
Sincerely,
�
p n,� � o �
Tony Sholola, P.E., Assistant Director, Water Department
TS /
Cc: Chris Harder, P.E., Director, Water Department
Laura Wilson, P.E. Deputy Director Water Department
Bijay Upreti, P.E. Project Manager
Victor V. Tornero Jr., P.E.,Sr. Capital Projects Officer"
Wade Miller, Construction Manager
Inspection Supervisor
Carmen Drake, Senior inspector
Kimley Horn, Consultant
S.J. Louis, Contractor
51 Louis
Item # Description
Unit 1.001 3331.0218 60" Sewer Pioe, Slio Lininq (Pre-CCN SubsidiaN)
Unit 1.002 3339.1205 6' Tvpe A Manhole
Unit 1.003 3339.12'11 6' Tee Base Manhole
Unit 1.004 3339.1203 6' Extra Depth Manhole
Unit 1.005 3339.12�3 6' Tee Base ExVa Depth Ma�hole
Unit 1.006 0241.2202 Remove 5' Sewer Manhole
Unit 1.007 3339.000'I Epoxy Manhole Liner
Unit 1.008 3305.0112 Concrete Collar
Unit 1.009 329'1.0100 Toosoil
Unit 1.010 3292.0400 Seedinp, HYdromulch
Unit 1.011 0171.0101 Construction Stakinq
Unit�.012 0171.0102 As-BuiltSurvev
Unit 1.013 3125.0101 SWPPP = 1 acre
Unit 1.014 330�.0002 Post-CCN Insoection
Unit �.015 3301.0101 Manhole V�Fuum Testinq
Unit 1.016 3305.0'109 Trench SafetV
Unit 1.D17 3471.0001 Traffic ogtrol
Unit 1.018 0� 35.0101 Railroa� Coordination (BNSF, UPRR, 8� TriniN Metro)
Unit 1.019 9999.0001 Railroad Flaqmen and Construction Observation Allowance (BNSF�
Unit 1.020 9999.D002 Railroad Flaqmen a9 d �onstruct�on Observation Allowance tUPRR
Unit 1.021 0135.0102 Railroad Flapmen (Tnniiv Metrol
Unit 1.022' 9999.0003 Construction Allowance
Unit 1.023 "Special" Cross/Tee Base Manhole w/6" Diameter Precast Concrete Rise CO#1
Unit �.024 Additional Bypass Pumpinp and FiberGlass Joint Glassinq CO2
Unit 1.025 Removal 8 Disposal of Concrete and Contaminated Materials CO2
Total
UoM
LF
EA
EA
V
F
EA
VF
EA
CY
SY
LS
LS
LS
LF
EA
LF
MO
LS
LS
�$
D
LS
LS
LS
Unit Cost
$ 4,612.00
$ 60,000.00
$ 84,000.00
$ 511.00
$ 511.00
$ 2,500.00
$ soa.00
$ 2,500.00
$ 50.00
$ 1.00
$ 4,000.00
$ 1,000.00
$ 10,000.00
$ 3.00
$ 1.000.00
$ 1.00
$ 1,500.00
$ 15,000.00
$ '100,000.00
$ 100,000.00
$ 2,5D0.00
$ 163,464.52
$ 333,53'1.25
$ 239,018.13
Org Qty
5�3.00
1.00
1.00
9.00
7.00
2.00
2s.00
2.00
126.00
2,252.00
1.OD
1.00
1.00
503.00
1.00
65.00
2.00
1.00
1.OD
1.00
30.00
Original Contact Rev Qty
$ 2,319,836.00 503.00
$ 60,0OO.OD -
$ 84,000.00 1.00
$ 4,599.00 -
$ 3,577.00 7.00
$ 5,000.00 2.00
$ 22,512.00 28.00
$ 5,000.00 2.00
$ 6,300.00 126.00
$ 2,252.00 2,252.00
$ 4,000.00 1.00
$ 1,000.00 1.00
$ 10,000.00 'I.�O
$ 1,509.00 503.OD
$ 1,000.00 2.00
$ 65.00 65.00
$ 3,000.00 3.00
$ 15,000.00 1.00
$ 100,000.00 0.57
$ 100,000.00 1.79
$ 75,000.00 0.40
$ 70,000.00
$ - 1.00
$ - 1.00
$ - 1.00
$ 2,893,650.00
Revised Contract Completed Qty Work Completed Retainage
$ 2,319,636.00 503.00 $ 2,319,836.00 $ 46,396.73
$ - - $ - $ -
$ 84,000.00 1.00 $ 84,000.00 $ 1,680.00
$ - - $ - $ -
$ 3,577.00 7.00 I$ 3,577.00 $ 7'1.54
$ 5,000.00 2.00 $ 5,000.00 $ '100.00
$ 22,512.00 28.00 $ 22,512.00 $ 450.24
$ 5,000.00 2.00 $ 5,000.00 $ 1D0.00
$ 6,300.00 126.00 $ 6,300.00 $ 126.00
$ 2,252.00 2,252.00 �$ 2,252.00 $ 45.04
$ 4,000.00 1.00 $ 4,000.00 $ 80.00
$ 1,OOD.00 1.00 $ 1,000.00 $ 20.00
$ 10,000.00 1.00 $ 10,0OO.OD $ 200.00
$ 1,509.00 503.00 $ 'I,SD9.00 $ 3D.18
$ 2.000.00 2.00 $ 2,000.00 $ 40.00
$ 65.00 65.00 $ 65.00 $ 1.30
$ 4,500.00 3.00 $ 4,500.00 $ 90.D0
$ 95,OOO.DO 1.00 $ 15,000.00 $ 30D.00
$ 57,420.00 0.57 $ 57,420.00 $ '1,148.40
$ �78,710.00 1.79 $ 178,709.50 $ 3,574.18
$ 1,000.00 0.40 $ 1,000.00 $ 20.00
$ - $ - $ -
$ 163,464.52 1.00 $ 163,464.52 $ 3,26929
$ 333,531.25 1.00 $ 333,531.25 $ 6,670.63
$ 239,018.13 1.00 $ 239,018.13 $ 4,780.36
$ 3,459,694.90 $ 3,459,694.40 S 69,193.89
Paid To Date
$ 2,273.439.27
$ -
$ 82,320.00
$ -
$ 3,505.46
$ 4,900.00
$ 22,061.76
$ 4,900.00
$ 6,174.00
$ 2,206.96
$ 3,920.00
$ 96D.00
$ 9,800.00
$ 1,478.82
$ 1,960.00
$ 63.70
$ 4,410.00
$ 14,700.00
$ 56,271.60
$ 175,135.32
$ 980.00
$ -
$ '160,195.23
$ 326,860.62
$ 234,237.77
$ 3,390,500.51
$3,459,694.40 $ (69,193.B9) $ 3,39D,500.51
CSC 62025 - CPN 103497 1/ 1 iZJ22/2D25
Original Contract
CO#1
CO#2
Revised Contract
Totat Work Completed
Less Deductions:
Liquidated Damages
Other Deductions
Total Cost of Work Completed
Less Payments to Date
Final Payment Due
$ 2,893,650.00
$ 63,865.52
$ 502,178.88
$ 3,459,694.40
$3,459,694.40
$ -
$ -
$ 3,459,694.40
$ 3,390,500.51
$ 69,193.89
PROJ�CT NANI�:
PROJ�CT NUNIB�R:
CSC NUn�IBGR:
�
INSTALLATION M�TfIOD
P'IR� HYDRANTS #
PIP� ABANDON�D
PIP� I2�A�IOV�D
D�NSITI�S:
N�W S�RVIC�S: LOCATION &
NIET�R SIZG
�
INSTALLATION NI�THOD
Slip Line
PIPE ABANDON�D
PIPE R�MOVED
D�NSITI�S:
N�W S�RVICES: LOCATION
FORTWORTH
WATER ENGINEERING & FISCAL SERVICES
PIPE REPORT FOR:
Marine Creek SS Parallel Interceptor M-279 & M-245B Part 1 Slip Line
CPN 103497
62025
WATGR PIPG
PIP� DIANIGT�R TYP� Or PIP�
VALV�S (16" OR LARG�R) �
PIP� DIANIGT�R TYP� OF PIP�
PIP� DIAMGTGR TYP� OF PIP�
S��VER PIPE
PIP� DIAA�I�T�R TYP� OF PIPE
60' HOBAS pipe
PIPE DIAA�fET�R TYPE OF PIPE
Pass
WAT�R �NGIN��RING & FISCAL SERVICES
The Cit}� of I�ort Worth • 100 P'ort Wortl� Trail• Fort \!Vorth, TX 76102
(817) 392 - 4477 • I'ax: (817) 392 - 8460
Li'
LF
LI'
LT
503
LF
Revision 8/27/2025
FORT �'VORTH
�--.6-sZ,�.,• �,, _�.�T ..�
`�i
Capital Piojects Dclivery, Watet Department
CONTRACTOR'S EVALUATION OF CITY
I) PROJ�CT INFOl2MA7'ION
Nan�e ofConlrncror
S,J. Louis Constcuction
Ff�nlei� Gngineering /nspedor
Nakia McCain
DOE NtunLer Projecl DiJficu(ty
Q Simple Q Routine Q Complex
lnilia! Conlracl Amoiuv
$2,893,650.00
II) PCRFORMANC� �VALUATION
Date: � 7-Nov-25
arv: oziaaio�
Projcc! Nnu�e
Marine Cceelc SS Parallel Interceptor M-279&M-245B Pact I
ProjeG ti/a�rager
Bijay Upreti
7j+�e ojConlracl
❑ Water � Waste Water ❑ Storm Dralnage ❑ Pavement
ri�tal Conlracl Auiounl
��t�m � 3.yS�►�G9y q�
0- Inadequate 1- Deficient 2- Standai•d 3- Good 4- Excellent
IEL6MENT I RAT(NG ELEMENT
�� - ��)
IIYSP�CTION �VALUA7'tON
i Availability of Inspector
2 ICnowled�e of Inspector
3 Accuracy of Measured Quantities
4 Display Of Professionalism
�5 Citizen Complaint Resolution
,6 Perforinance - Selting up Valve Crews, Labs
� ADMINISTRATION
� l Change Order Pcocessing Time
�2 Timliness of Contractor Payments
�3 Bid Opening to Pce-Con Meeting Timefi�ame
IlI) COMM�NTS & SIGNATUR�S
CONIMGNTS
Signature Contractor
Signature Tnspector
Signature Inspector's Supervisor
INSPGCTOR'S COMM�NTS
3
3
2
�
z
3
O
1
Z
PLANS & SP�CIFICATIOI�15
1 Accuracy of Ptans to Existing Conditions
2 Clarity & Sufficiency of Details
3 Applicability of 5pecifications
4 Accuracy of Plan Quantities
PROJ�CT MANAGGR �VALUATION
1 ICnowledge And/Or Problem Resolution
2 Availability of Project Manager
3 Corrununication
4 Reso(ution of Utility Conflicts
1
.�
IRATING
(0 - 4)
O j
2
Z
�
2
�
Z
Z �
Capital Projects Deliveiy, Water llepartment
The City oEFort Worth • 1000 Throcicmorton St�eet • Fort Worth,'I� 76012-6311
(817) 392 - 4477 � Faz: (817) 392 - 84G0
�ORT �V�RT H
, ,lA�� .
Capitat Projects Deliveiy, Water Departinent
PERFORMANCE EVALUATION OF CONTRACTOR
RGV: 02/20/09
I) CONTRACTOR & PROJL�CT DATA
Non�e ofCoitu•aclor Project Naiee
S.J. Louis Consh•uction Marine Creek SS Pai•allel Interception M-279&M-2A58 Partl
11'afer Gngineering l�rspeclor' DOL' Niu��ber
Nakia McCaiii
4Yaler Gngineering hispeclor ProJecl A/n�rager
❑ Water � Waste Water ❑ Storm Dralnage ❑ Pavement Bijay Upreti
lnitialCanlracf An�o�eU Project I�IJficid(},
$2,893,650.00 �Q Simple
/'ina! Ca�h•ac! ilnio�u�l r yp Dale
'��J/�JIJ�JL ��.��i■�����r.
II) PGRFORMANC� EVALUATION
i 0- Inadequate 1- Deficient 2- Slaiidard 3- Good �1- Exce lenl
�ELEMGNT WEIGhtT ( x ) APPLICABLE (Y /N)
i Submission of Docusnents 2 1'
2 PublicNotifications 5 1'
�3 Plans on Site 5 Y
�4 Field Supervision �5 Y
� 5 Work Perfor�ned I S Y
�6 Finished Product 15 Y
�7 Job Site Safety l5 Y
�8 Traffic Controi Maintenance ]5 Y
�9 Daily Clean Up S Y
� 10 Citizen's Complaint Resolution 5 Y
�11 Propecty Resroration S Y
12 ARer• Hours Response 5 Y
� t3 Project Completion 5 Y
Q Routine � Complex
�1tAi'1NG (0 - A) MAX SCORE
3 8
3 20
3 20
3 60
3 60
3 b6
3 60
3 60
2 20
3 20
2 20
2 20
2 20
TO'I'AL ELEMENT SCORE (A)
80NUS POINTS (25 Maximum) (B;
TO'I'AL SCORC (TS,
III) CONTRAC'I'OR'S RATING
Maximum Score (MS) = 448 or sum of applicable ele�nent score maximums �vhich = 448
Rating ([TS / MSj `` 100°/u) 316 / 4d8 = 71 %
Performance C�tegory Good
SCOitF
6
15
15
4S
�5
45
45
45
10
15
l0
10
10
316
3lG
<20% = Inadeqanle 20% to <40% = Deficienf 40% �o <GO% = Stnndnrrf 60% ro<80% = Good >_80% _�.icellen�
Inspector's Comnticnts (1NCt�Un1NG G\PLr�NAT10N O'f [30NUS PO(NTS A�VARDGD)
Signaturc Inspector `�' /
�f'
Signatu�'e Inspector's Supervisor
CON7'RACTOR'S COMMENTS
� / .��
� �
. . /l� � �
�
Capit�l Projects Deliveiy, �Y/ater Depactment
The City of Fort Worth • 1000 Tluoclunorton Street • Fort Woith,'I� 76092-G391
(817) 392 - �4477 • Fa�: (817) 392 - 84G0
�. LiberLy
Mutualo
SURETY
POWER OF ATTORNEY
Liberty Mufual Insurance Company Certificate No: 8213854 —190003
The Ohio Casualty Insurance Company
West American insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company Is a corporation duly organized under Ihe laws oi lhe State o( New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly arganfzed under ihe laws of the State ot Massachusetts, and West American Insurance Company is a corporaUon duly organized
under the laws of Ihe State ot Indiana (herein collec8vely calied the "Companies"�, pursuant to and by authority herefn set forth, does hereby name, consUtute and appofnf, Blake S.
IIohlig; Brian D. Carpenter; Charles Draper, Kelly Nicole En�jh�auser; Heather R. Goedtel; Erik T. Gunkei; Michelle Halter; Jessica Hecker, Kathryn E. Kade; Nicole
Langer, Crnig Olmstead; Haley Pflug; Laurie Pflug; Michelle Ward; Sara Whitfield
all of the dry ot Bloomin�ton state ot MN each individually if there be more than one named, its lrue and law(ul attomey-In-fact to make,
execute, seal, adcnowledge and deliver, (or and on its behaif as surety and as its act and deed, any and ali undertakings, bonds, recognizances and olher surety obligations, in pursuance
of these presents and shall be as binding upon ihe Companies as ii they have been duly signed by lhe president and attested by the secretary of Ihe Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subsaibed by an authorized otficer or o�cial of the Companies and the corporate seals ot the Companies have been affixed
theretolhis 17th dayo( April , 2025 .
—' Liberty Mutual Insurance Company —'
��Nsuq �tV INSV ��NSUq The Ohio Casualty Insurance Company
ji�oaPO�ro�'n� �Jrp�RP��1t,�y� �PropPO�roynm WestAmericanlnsuranceCompany
� � m W
� Y 9s1912�y 3 y y 1919`�� o Q 1991 3 N�
� dpl s'�CHUS� ,dD O�'NAMPsa D� �! �HDIANP a �� � N O
� a�l * F�, �yl * *�d S�M * *aa gy. ;_ �
� Nathan J. Zangerle, Asslstant Secretary Q' �
� c`a State of PENNSYLVANIA ss '� �
�� County of MONTGOMERY o E
�� On Ihis t7th day of AQril , 2025 betore me personally appeared Nathan J. Zangerle, who acknowledged himseif to 6e the Rssistant Secretary o( Liberty Mutuai insurance ��
� m Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being aulhorized so to do, execute fhe toregoing InsUument (or the purposes `�
�� thereln conlained by signing on behal( of the corporations by hfmseif as a duly authorized ofticer. �@�
a� �
_� IN WITNESS WHEREOP,1 have hereunto subscribed my name and affixed my notarlai seal al Plymouth Meeting, Pennsylvanla, on ihe day and year first above wrltten.
c •�
A
P
� N �rSPop`yS��C CommomveallholPennsylvania•NolarySeai
pj O
C '�
(`0
N �
� �
(0 �
� c
� •—
o�
� U
(D C
> a>
o�
ZU
,� `� l� Fq<' Cr Teresa Paslella, Ndery Pubiic � �;i^��-c�-W
�F ' N,onlgamery Counly ����� � �
MymmmissbneMp'vesMarch28,2029 By• %"vuko`'� i[4
!�� �c Canmisslon qumber 1726044
�'SY�-��'`�4��� Memher, bennsylvan(a Associetion ol Nolarfas Teresa Pastella, Notary Public
�'�hY PV`3
This Power ot Attorney is made and execuled pursuant lo and by authority ot the (oilowing By-laws and Authoriza6ons of The Ohio Casuaity Insurance Company, Libedy
Insurance Company, and West American Insurance Company which resoluUons are now in full force and effect reading as follows:
�
4�
�
T._
C � c0
� �
i �
Q O
O�
� �
Mutual 3 �
aM
ARTICLE IV — OFFICERS: Seclion 12. Power ai Atlomey. o 0
Any officer or olher otficial of the Corporation aulhorized for that purpose in wrilfng by the Chairman or the President, and subject lo such Ilmitatlon as ihe Chairman or lhe �.—
President may prescribe, shail appoint such attomeys-in-(act, as may 6e necessary to act in behali of Ihe Corporalion to make, execute, seal, acknowledge and deliver as surely � t°
any and all undertakings, bonds, recognizances and olher surety obligalions, Such attomeys-in-fact, subject to lhe limitations set forth in iheir respective powers of aflomey, shall -o �
have full power to bind the Corporalion by lheir signature and execulion of any such instruments and to attach (hereto the seal of the Corporalion. When so executed, such o a�
insUuments shall be as binding as if signed by ihe President and attested to by the Secrelary. Any power or authority granted to any representative or attomey-in•(acl under the -Q �
provisions of ihis a�tide may be revoked at any time by the Board, Ihe Chalrman, the President or by the o�icer or oificers granting such power or aulhorily. � a
ARTICLE XIII — Execution of Contracts: Section 5. Surety 8onds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or lhe president, and subject to such limitations as ihe chairman or fhe president may prescribe,
shall appoint such attomeys-in-fact, as may be necessary to act in behaif of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, —
bonds, recognizances and other surety obligations. Such aflorneys•in-fact subJect to the Ilmilations set forih in their respeclive powers of attomey, shail have full power to bind the
Company by thelr signalure and execulion of any such instruments and to attach thereto the seal of the Company. When so executed such instrumenls shall be as binding as if
signed by fhe president and attested by the secretary.
Certiticate of Designation — The President of the Company, acUng pursuant io the Bylaws oi the Company, authorizes Nalhan J. Zangerte, Assislant Secrelary to appoint such
attomeys•in-fact as may be necessary to act on behalf of Ihe Company to make, execule, seal, acknowledge and deiiver as surety any and all undertakings, bonds, recognizances and
other surety obligatlons.
Authorization — By unanimous consent o( Ihe Company's Board of Directors, the Company consents thal facsimile or mechanically reproduced signalure of any assislant secretary of ihe
Company, wherever appearing upon a certified copy of any power oF attomey Issued by the Company in connec(ion with surety bonds, shall be valfd and binding upon the Company wilh
the same force and eNect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Llberty Mutuai Insurance Company, and West American Insurance Company do
hereby cer6fy lhat ihe odginal power of attomey of which the forego(ng is a fuil, true and correct copy ot the Power of Attomey executed by said Companies, is in full force and eHect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and aifixed the seals of said Companies this i 5th day of luly , 2025 .
v INS�R �SY INSU�1 � 1N3(/�,
j=4pPPOq,1TOq�j.�(� �J�4�PPOt�roq.� `VP=opvo��o2�t+�
v i��
¢�
� 199 2 � o� 1919 � o Q 1991 0 " L,�a�'Gi'�-
d�,'s°',�,�us�'�da3 y� �NAMP6�,aD� rS �NOIANP da� By� Renee C. Llewell n AssistantSecreta
e,� * �.� �yl * ra ,,M * �a Y , ry
LMS-12873 LMIC OCIC WAIC Mulli Co 02/24
�a�T �UORZ'H
The City of Fort Worth
PROJECT:
OWNER:
CONTRACTOR'S AFFIDAVIT
OF RELEASE OF LIENS
Marine Creek Sanitary Sewer Parallel Interceptor M-279 & M-
2456 Part 1 Siipline
City of Fort Worth, Texas
CONTRACTOR: S.J. Louis Construction of Texas, Ltd.
ENGlNEER: Kimlev Horn
PROJECT NUMBER:
103497
�22a06
I
The Confractor, in accordance with fhe Contract Documents, and in consideration for the fuil and final payment to
the Contractor for a(1 services in connection with fhe project does hereby waive and release any and all liens, or
any and all claims to /iens whlch the Contractor may have on or affecting the project as a result of its contract(s)
for the Projeci or for performing labor and/or furnishing maierials in any way connected with the construction of
any aspecf of the project. The Contractor further ce►tifies and warrants that all subcontractors of labor and/or
maieria/s for the Project, except as listed below, have been paid in full for all labor and/or mate�ials supplied to, for,
through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit.
EXCEPTIONS:
None
(If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for
each exception.)
CONTRACTOR S.J. Louis Co�'st ction ,�Texas. Ltd.
�-,
By Adam Lunsford � ��,A ,.
Title Vice President �
Subscribed and sworn t, befor me this 16 day of Julv
Notary Public: �
My Commission Expires: U�� !$ �Zc1 L�
, 20 25
�,�;�';`v�,,, ARIA I nURa pqREDES
�'., .?"� My Notary ID # 130612880
N;
•'•�Il'•...•'�t.`
•• ;f q;.;;: Expires April 15, 2028
1
I
�
�
�-
.
1
����ii�r W���z��1�
CONSENT OF SURETY COMPANY
TO FINAL PAYMENT
City of Fort Worth, TX
IPROJ ECl':
IOW NER:
ICONTRAC70R:
�ENGINEER:
Marine Creek Sanitary Sewer Parallel Interceptor M-279 & M-
2458 Part 1 Slipline
Citv of Fort Worth. Texas
S.J. Louis Construction of Texas, Ltd.
Kimlev Horn
PROJECT NUMBER:
103497
22406
The Surety Company, on bond of ihe Contractorlisted above for the referenced project, In accordance with the
Contract Documents, hereby approves final payment io the ConEractor, and agrees that final paymenf to the �
Contractor shall not relieve fhe Surety Company of any of its obligaiions to the Owner under the terms of the
Contract and as set forth in said Surety Company's bond.
In witness whereof, the Surety Company has hereunto set its hand this 15th day of Julv 20 25.
Liberty Mutual Insurance Company
Surety Company
gy c�l t�-��_
Authorize Representativ J
Title Haley Pflug, Attorney-in-Fact
Address:
8400 Normandale Lake Blvd., Suite 1700
Bloomington, MN 55437
� v+suR
JP°�nP��jo��tn
` F
,�t1912yo
rdV1'aJAC11U5�aa'�
B/� * �a
Attach Power of Attorney
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: SJ Louis Construction of Texas LTD
Subj ect of the Agreement: Fi na l Pay a pp
M&C Approved by the Council? * Yes ❑ No ❑✓
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 62025
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 0 No ❑
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 1/7/2026 Expiration Date: N/A
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No ❑✓
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 103497
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.