Loading...
HomeMy WebLinkAbout061301-FP3 - Construction-Related - Contract - Acadia Services LLCFORT WORTH. -FP3 City Secretary 61301 Contract No. Date Received 3/30/2026 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: LaPrelle Phase 1 City Project No.: 104625 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $5,347,461.00 Amount of Approved Change Order(s): $366,252.00 Revised Contract Amount: $5,713,713.00 Total Cost of Work Complete: $5,713,713.00 WN C OIS Will Collins (Mar 27, 2026 15'.27.03 CDT) Contractor Senior Project Manager Title Acadia Services LLC Company Name �6- �7— Project Inspector e - Project Manager 1/1� CFA Manager de. F1'. ,,ti. Lauren Prieur (Mar 30, 2026 18:24:05 CDT) TPW Director 03/27/2026 Date 03/27/2026 Date 03/30/2026 Date 03/30/2026 Date 03/30/2026 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: LaPrelle Phase 1 City Project No.: 104625 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 0 Statement of Contract Time Contract Time: 360 WD Days Charged: 389 WD Work Start Date: 7/1/2024 Work Complete Date: 2/20/2026 Completed number of Soil Lab Test: 3340 Completed number of Water Test: 45 Page 2 of 2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LAPRELLE PHASE 1 Contract Limits Project Type WATER & SEWER City Project Numbers 104625 DOE Number 4625 Estimate Number I Payment Number I City Secretary Contract Number Contract Date For Period Ending 2/20/2026 W Project Manager NA Contractor ACADIA SERVICES 1510 7ELMAK ST GRAND PRAIRIE, TX 75050 Inspectors T. GARDNER / H.TAEZAZ Contract Time 360 WD Days Charged to Date 389 Contract is 100.00 Complete Wednesday, March 25, 2026 Page I of 5 City Project Numbers 104625 Contract Name LAPRELLE PHASE 1 Contract Limits Project Type WATER & SEWER Project Funding UNIT I: WATER IMPROVEMENTS DOE Number 4625 Estimate Number 1 Payment Number 1 For Period Ending 2/20/2026 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8" WATER PIPE (CO#1) 16375 LF $60.00 $982,500.00 16375 $982,500.00 2 12" WATER CARRIER PIPE (CO#I) 533 LF $110.00 $58,630.00 533 $58,630.00 3 8" GATE VALVE (CO#1) 78 EA $3,170.00 3247,260.00 78 $247,260.00 4 12" GATE VALVE (CO#1) 3 EA $5,205.00 $15,615.00 3 $15,615.00 5 DUCTILE IRON FITTING W/ RESTRAINT (CO#1) 7.6 TN $28,000.00 $212,800.00 7.6 $212,800.00 6 FIRE HYDRANT 37 EA $9,000.00 5333,000.00 37 $333,000.00 7 1" WATER SERVICE (CO#I) 290 EA $1,700.00 $493,000.00 290 $493,000.00 8 CONNECTION TO EXISTING 12" WATER MAIN 2 EA $3,200.00 $6,400.00 2 $6,400.00 9 8" WATERLINE LOWERING 45 EA $3,100.00 $139,500.00 45 $139,500.00 10 12" WATERLINE LOWERING 1 EA $4,100.00 $4,100.00 1 $4,100.00 11 TRENCH SAFETY (CO#1) 16996 LF $0.10 $1,699.60 16996 $1,699.60 12 1" WATER SERVICE (IRRIGATION) (CO#1) 1 EA $2,000.00 $2,000.00 1 $2,000.00 13 24" CASING BY OPEN CUT (CO#1) 20 LF $191.00 $3,820.00 20 $3,820.00 14 IRRIGATION SLEEVE (CO#1) 1200 LF $18.00 $21,600.00 1200 $21,600.00 15 12" DIP WATER (CO#1) 68 LF $340.00 $23,120.00 68 $23,120.00 16 12" DIP WATER, CSS BACKFILL (C0#1) 20 LF $374.00 $7,480.00 20 $7,480.00 17 2" WATER IRRIGATION SERVISE (CO#i) 4 EA $2,300.00 $9,200.00 4 $9,200.00 Sub -Total of Previous Unit $2,561,724.60 $2,561,724.60 UNIT II: SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8" SEWER PIPE (CO#1) 12356 12 S65.00 3803,140.00 12356 $803,140.00 2 8" SEWER PIPE, CSS BACKFILL (CO#1) 830 LF $261.00 $216,630.00 830 $216,630.00 3 10" DI SEWER PIPE 624 LF $368.00 $229,632.00 624 $229,632.00 4 8" DI SEWER PIPE (CO#1) 1168 LF $295.00 $344,560.00 1168 $344,560.00 5 4' MANHOLE 67 EA $6,000.00 5402,000.00 67 $402,000.00 6 4' EXTRA DEPTH MANHOLE (CO#1) 263.12 VF $220.00 $57,886.40 263.12 $57,886.40 7 5' MANHOLE 18 EA $10,000.00 $180,000.00 18 $180,000.00 8 5' EXTRA DEPTH MANHOLE (CO#1) 172.88 VF $300.00 $51,864.00 172.88 $51,864.00 9 5' DROP MANHOLE 1 EA $27,000.00 $27,000.00 1 $27,000.00 Wednesday, March 25, 2026 Page 2 of 5 City Project Numbers 104625 DOE Number 4625 Contract Name LAPRELLE PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 2/20/2026 Project Funding 10 EXPDXY MANHOLE LINER (CO#1) 265.72 VF $295.00 $78,387.40 265.72 $78,387.40 11 MANHOLE VACUUM TESTING 86 EA $180.00 $15,480.00 86 $15,480.00 12 4" SEWER SERVICE(CO#1) 287 EA $1,750.00 $502,250.00 287 $502,250.00 13 8" SEWER PLUG 2 EA $300.00 $600.00 2 $600.00 14 TRENCH SAFETY(CO#1) 14978 LF $2.00 $29,956.00 14978 $29,956.00 15 POST - CCTV INSPECTION (CO#1) 14978 LF $4.00 $59,912.00 14978 $59,912.00 16 CONCRETE COLLAR (CO#1) 4 EA $390.00 $1,560.00 4 $1,560.00 17 15" SEWER PIPE (CO#1) 300 LF $179.00 $53,700.00 300 $53,700.00 18 WATER TRENCH STOPS (CO#1) 34 EA $1,753.00 $59,602.00 34 $59,602.00 19 CONNECTION TO EXISTING 10" SEWER MAIN 1 EA $7,600.00 $7,600.00 1 $7,600.00 20 CONNECTION TO EXISTING 5" SEWER MAIN 1 EA $4,900.00 $4,900.00 1 $4,900.00 21 20" STEEL CASING BY OPEN CUT (CO#1) 110 LF $230.26 $25,328.60 110 $25,328.60 Sub -Total of Previous Unit $3,151,988.40 $3,151,988.40 Wednesday, March 25, 2026 Page 3 of 5 City Project Numbers 104625 Contract Name LAPRELLE PHASE 1 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 DOE Number 4625 Estimate Number 1 Payment Number 1 For Period Ending 2/20/2026 $5,347,461.00 $268,246.60 $98,005.40 Total Contract Price $5,713,713.00 Total Cost of Work Completed $5,713,713.00 Less % Retained $0.00 Net Earned $5,713,713.00 Earned This Period $5,713,713.00 Retainage This Period $0.00 Less Liquidated Damages Days @ / 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 $5,713,713.00 Wednesday, March 25, 2026 Page 4 of 5 City Project Numbers 104625 Contract Name LAPRELLE PHASE 1 Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors T. GARDNER / H.TAEZAZ Contractor ACADIA SERVICES 1510 JELMAK ST GRAND PRAIRIE, TX 75050 DOE Number 4625 Estimate Number 1 Payment Number 1 For Period Ending 2/20/2026 City Secretary Contract Number Contract Date Contract Time 360 W Days Charged to Date 389 W 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 $5,713,713.00 Less % Retained $0.00 Net Earned $5,713,713.00 Earned This Period $5,713,713.00 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 $5,713,713.00 Wednesday, March 25, 2026 Page 5 of 5 2 W Q 0 c w c m N D U O 0 W O CD Z Z K a W 2 � U � O 0 Z z O Q d U H a d H U J N 06 C OJ j m a N CO r- o W Ln m .c m v O Q 6 Cl) V L 3 N 0 d N co O C?O D N O C)a) N a Z o "2 ( r m N m W U m U co o m N X it U a H Z O U LL it 2 Z H W LLJ U U a W W LLI d it it O Z 0 a 0 1 J a 0 1 51 51 iLl XE-L 00 00 N N M w n 6 6 Z Z N N 0 0 L L a a co -6 co a c.� a 0 aC co CO W U a Z a H U w O ly a N N CD N Z � 0 U U) w 0 U 0 o 0 0 0 0 0 0 0 o 0 O EH EH EH EH EH tH _ � .+ U p J F O LU W F- U) U) 2 O O O O O O O O O O C! O > « rn w ca w rn en 0 U o 0 fA N O U O o O 0 O 0 O 0 O 0 O 0 � U Fn Ffa Fn f» Fn w z c 'a a d o 0 0 0 0 0 a O y o o 0 0 0 0 0 0 0 0 0 0 N O � U Z w O U Y O o o O 0 0 O 0 0 O 0 0 O 0 0 O o o jp O U W I Q v U C, U z � N Q F- Q 0 U O O O o o O O a N I- Z 0 M O C N O O 1(Y N 00 b9 U > M M N V m 0 w O o 0 0 0 0 0 � U er En yr Fn yr Fn o o6 00 04 W W N U) O U ooD coo � VO' a0 O W cl p 6 6 W p N > N N O U O o O 0 O 0 O 0 O 0 O 0 m W � H 10 N N p t0 Of O O 01 N N .. 0 0 ri o o rS O U >LU vtOi LU a a. LLI ad 0 a z LLI Z =O c~Qi U) O 2 Q FF U) OU p U W U I- z j N qwHZ Wd aUy o >Q H Of LU w O 0Q O z y > LU J o 0 F LLO o W Q ~ U) Q H 0 K Z _ I<r� r Lu c� w z o > � O 0 O w U Q h N O N N N .Q d e= M �i Y k LLA a �0 W ti c m 2 N Q C W C m N 7 U O 0 N C U N d H z W a W O (L W a o 0 o 0 J 00000 o o o o o O o O Q Od' W O .N- W O 7 O O O 0 o o 7 V (o (O 7 M� I� O N O (o H LO o) EA Efl � ffl Efl � � fA M o) Efl fA d3 OJ Efl 0 U _T U a o 0 0 4 6 0 0 .� 0 o o 0 o o Y O ; O -0--o co 0 0 0 0 cD O > U o a) ❑ Efl fA � fA EH �, � fA EA EH fR H3 W O O O O O O O O O O O O O O O O O O O O O O .- O O O 2 0 0 0 V O l0 O O O O O N m � Efl v n c6 0 0 O I� 0 o O M ea rn EL H � � � � � Z 60 D c Z U W W U — — c o � Z a a '� U N m N> U (n ( n T N > ILt>0 � m q) o o °� Oa t0 > U > > U '-(6 (n T O vUi LU U d m °? N " LL m m ` l m U O1 g .y ❑> >>� d ❑ al O C >O L NC N N Oi > N 61 LU N a W F ❑ LL W J J W W J J Q Q W W Z Q O W Q Q W W LL LL J J LL J Z O } 0 0 co (o N N O F Q W co Z Q 7 a 2 W F ❑ V V U ut 'too o o O O O O O O o m N V O O V O O M M O OON O N N N O O � O O M M M M M M M M M M M M M M m O W n (o M aLo N M V } d J 0 0 0 O 0 0 co 0 0 0 0 0 0 0 O o O H crD o co O O O 0 O V W o m O m OM c N N G M M (h ER MEfl (h N � EA WN fA fA EA EA Efl y U _T U N o o o o coo o o o o O^ p o 0 O NOD O O In O O O r > O U o O M V N W� 0 poj LO n M N u') m N M N 1) M M N N M fp M� M LtO ❑ fR EA ffl fn Vd W O O O O O O co O N O O O O O O O O O O O O O O O O O 2M, �vi000 noN Itomm co co W M N O O l0 EA r EA o w l d 69 EA EA H � � Z a C) U Z a .2 a) o 11 0 0 c o w U a) a o U) O. O C C J U U m O a s V a Y y O d L m U Wm N Q) d °' mL-L.. aai C aQi f0 (n (n C O a) C d co U Q Q N c U o U ❑ a`)pU 12 co XU ~ U of W eo N W W fl' p U m — 00 n W a W W W W LL W W Q W W Q W Q J J J J>>> w J J w J w Z } rn tl D O 0 7 W 0 7 N .... 7 N m Z Q C! W LL'7 U) D7 M M M T N N u2 M F 0 0 0 0 0 0 0 O O O O O � N 0 V O m M M M t0 O O M O O M M l0 M O O lU O M l0 O M M M M M M M M M M M M M U tk N 7 N I N � } d N a) D c0 a w z z w W 0 w a W 0 z z 0 2 N Q O N C W C O) N 7 U O 0 J O O O O O O O O O O O O o N o _ t m o G� O o M o co �n cfl m in F' M to (H OJ � r- EA V ER (O EA N Efl OJ V3 y U _T U a,� 0 0 0 0 0 0 0 0 0 o o CO 0 M 0 0 0 Zo 0 o > U M O Cho_ CO O a)W ❑ EH � V3 I� ER d EA (D (A N fA S W H3 W O O O O O O O O O U 0 0 0 m ai 0 0 0 o 0 07 rn m rn N»- ea i2 e» Z Z O a - y - n - n - n> m m �° 0.2 p U U U U U U) n U) 6 u m a a a x s E W 3 0 0 0 U m c Q- E E m K M o `o - v 0 io v ~ w F N N M M F W W J J J J J J Z o F Z z Q U H 0 O 0 O 0 N 0 N 0 M 0 M 0 0 O m } 0 7 M 0 7 M 7 M 7 M 7 M 7 M V M O M O O O � M M M M M M M M O) U 4t 2 W F In N O CDM L N M } a a E N a a 3 w z aNi u C1 m c Y N V1 Q Lo N O N N N mq R h �D Y LIJ L a C W CO c. m 0 W O w a Q 0 w > O w IL IL 6 W 0 Z W O U w w W 0 O w 0 Z 2 U O LL fp Z O Q w IL H 0 W 0 Z w O U W > w a a ai E u m — Z H E co 6 W 0 Z W O U w w H w w R ❑ i i 0 m m c U C a 0 U U m 0 LL U 7 m a)m H -0> m E o z � a Z n U Q od m 2 m U otl 2 00 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: LaPrelle Phase CITY PROJECT NUMBER: 104625 WATER PIPE LAID SIZE TYPE OF PIPE LF Open Trench 8" PVC-C-DR-14 16375 Open Trench 12" PVC-C-DR-14 621 FIRE HYDRANTS: 37 VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/a DENSITIES: Passed NEW SERVICES: 1" copper 289 1 " Irr. 5 SEWER PIPE LAID SIZE TYPE OF PIPE LF Open Trench 8" PVC SDR 26 14731 Open Trench 8" DIP 407 Open Trench 10" DIP 624 Open Trench 15" PVC SDR 26 280 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Passed NEW SERVICES: 4" PVC SDR 26 285 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORT WORTH. TRANSPORTATION AND PUBLIC WORKS March 20, 2026 Acadia Services,LLC 351 W. Southlake Blvd. Southlake,Tx 76092 RE: Acceptance Letter Project Name: LaPrelle Phase 1 Project Type: Water & Sewer City Project No.: 104625 To Whom It May Concern: On February 24, 2026 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 March 19, 2026. 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 March 19, 2026, 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- 392-8424 . Sincerely, Sandip Adhikari , Project Manager Cc: John Rogers, Inspector Troy Gardner, Inspection Supervisor Charles Hayes, Senior Inspector Andrew Goodman, Program Manager BGE, Inc, Consultant Acadia Services, LLC, Contractor TPHMI DFW 4047, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TX COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Will Collins, Senior Project Manager Of Acadia Services, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Water, Sewer, Drainage Improvements to Serve LaPrelle Ph. 1 CPN 104625 BY ill Collins - Senior Project Manager Subscribed and sworn before me on this date 27th of March, 2026. e�5 Notary Public Tarrant, TX Guillermo Barron My Co 101612027xplres Notary ID134594465 CONSENT OF SURETY COMPANY TO FINAL PAYMENT BOND #4408554 PROJECT: PROJECT # CFA Number CFA24-0011 (name, address) LaPrelle Phase 1 - Water, Sewer and Storm Drainage Improvements TO (Owner) TRHMI DFW 4047, LLC 6201 W Piano Pkwy, Plano, TX 75093-4914 CONTRACTOR: Acadia Services, LLC 351 W Southlake .Blvd, Southlake, TX 76092-6141 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) FOCI Insurance Company 6300 University Parkway, Sarasota, FL 34240-8424 ,SURETY COMPANY, on bond of (here insert name and address of contractor) Acadia Services, LLC 351 W Southlake Blvd, Southlake, TX 76092-6141 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety company of any of its obligations to (here insert name and address of Owner) TP.HMI DFW 4047, LLC 6201 W Plano Pkwy, Plano, TX 75093-4914 ,OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this 27th day of March 2026 FCC] Insurance Comoan S Co v Signature o Authorized Representative Attest (seal.): 1^"' Kaylee Parise Attorney -in -Fact Witness Title i��V{LARC,F �,O i ?;:pRPCYFLgj.•;4io S AT, 1 211 1994 o '•. r i FCCIGRU GROUPP GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen Bale; Chris Brower; Dana Mickey; Dane Bubela; Daniel Cokenour; Ericka Harriman; Nikki Adams; Greg Wilkerson; Jason Nobles; Margery Hall; Parker Hamilton; Samantha Kato; Eyvoune Cantu; Raul Barberena, Jr. ; Blake Thurmond; Melynda Montgomery; Kaylee Parise Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $40,000,000.00): $40,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 20th day of December, 2024. Attest: -ram--- : U.: G��•.. Christina D. Welch, President wi SEAL '1 9'_ - Christopher Shoucair, FCCI Insurance Company 1"4 - EVP, CFO, Treasurer, Secretary FCCI Insurance Company State of Florida ., County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 Ffscrs► W +y Cortwnl WW8HN32M Notary Public Uphs Febwm 21, 2021 State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. M commission expires: 2/27/2027 '�''��!'' �ccr OW Y p H3XW con�.:�o��s3a .!rde EVWSFe°f18 V.= Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 27th day of March 2026 Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1-IONA-3592-NA-04, 1/2025 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll -free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints(a)-fcci-group.com. For Claims, you may write to FCC[ Insurance Group Claim Department e-mail at newclaim(a)fcci-group.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtections(a)tdi.texas.gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group.