Loading...
HomeMy WebLinkAboutContract 56874-FP1FORT WORTH., -IF TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION - FINAL INSPECTION ADJUSTMENTS City Secretary No: 56874 -FP1 Date Received: Mar 21, 2023 City Project Ne: 103348 Regarding contract 56874 for 2021 Como Area Resurfacing as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 11/9/2021 through M&C 21-0846 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Prices: $923,57t.65 Amount of Approved Change Orders: $225,137.82 N2 1 Revised Contract Amount: $1,148,709.47 Total Billed to Date: $1,148,551.92 Final Inspection Adjustments: Invoiced Qty Adj (Gross): $(t3,908.40) Pavement Deficiencies: Total Deduction Amount: $(13,908.40) Total Cost Work Completed: $1,134,643.52 Less Previous Payments: $1,091,124.31 Final Payment Due $43,519.21 Mar 20, 2023 Recommended for Acceptance Asst. Director, TPW - Capital Delivery Lauren Prieur (Mar 20, 2023 14:55 CDT) Accepted Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Client Department Q William Johnson (M 20, 202315:26 CD1 Asst. City Manager Cotrim nts: Date Mar 20, 2023 Date M a r 20, 2023 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No. 10 Final To(Gnner): City of Fort Worth Invoicing Period(Fmm- To): I=ice Date: 12/1/2022-1131/2023 21112023 P•G FW020_0000007146 Front (Contractor): Remit to( If Not Atumani. Deposit): Number. Texas Materials Group Project: 103348 Contractors CFW Vendor No.: 0000000257 City Secretary Contract 56874 Contract 2021 Como Area Resurfacing Number. Name: Application Far Payment Chaney Order Sam — Approved Chang, Orders Number Additions Deletions 1 S409,903.30 $184,765A8 2 3 4 5 6 7 8 TOTALS NET CfIANGE BY CHANGEORDERS S409,903.30 S184,765A8 S225,137.82 Cont.etar's Certification The Cankactor certifies eith the submittal of this document ad associated Payment Request Submiltol on the City of Fort Worth B— system that to the best of thew knowledge: (1) all pmsious progress payments receised from Otmer on account of Wort: done under the Contract have been applied on aunt to discharge Contractors legitimate obligations incurred in connection with Work covered by Palo, Applications for Payment; (2) title ofall Work, materials and equipment incorporated in said Work or othemise listed in or covered by this Application for Payment rill pass to Omer at time ofpaymcm free and clear of all Liens, security interests and emom6mnces (except such as are covered by a Bond acceptable to Ommer indemnifying O—ar against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages S x day I. ORIGINAL CONTRACT PRICE............................................................. S S923,571.65 2. Net change by Change Ordcn.................................................................... S S225,137.82 3. Current Contract Price (Line I t 2)... ........................................................ S SI,I48,709.47 4. TOTAL COMPLETED AND STORED TO DATE (Progress Estimate, Construction Alimmnce and Change Orden)....... S S1,134,643.52 S. RETAINAGE: a. X $1,134,643.52 Work Canmlcted.......... S It. X Not Used S e. Total R,mtnaec(Lim, 5a+Line 5b).................................. S 6. AMOUNT ELIGIBLE TO DATE (Line 4-Line 5e) ............................... S S1.134,643.52 7. LESS PREVIOUS PAYMENTS (Line 6 pram prior Application).......... S S1,091,124.31 S. AMOUNT DUE THIS APPLICATION.................................................... S S43.519.21 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Praerers EstimatefCA+CO. +Line 5 nb—)................ S S14,065.95 10. CONTRACFTINM a. Days Awarded 150 b. Days Added by CO 30 c, Total Days 180 d. Day, Charged 128 e, Days Remaining 52 This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. mF�m���mm�o�mma�ae<o���d o�6�0 o ;e o' Io e e a8w ,Y�m m%Nib a U g� " ww 7 n w www w 1S �U � e $gym I k'I o w ou�, my m. �.ery uwi. �i,m �mo,rvmn mf �Nm4qIngi��m �in wow � w w www „"i"' w www 000aRgooS >' wmmm ^�^vmim m�6��me�°'m'Oo"'�$m�o<�amNm$ vi�mviea�oonmoomvmi,n mvi0000 I m wvgw�w wnviwwyww�wfOw �mw"�y�m w'9w��pwwwmw�ww�y vu'ii,nC�Cmmrvmcmi�rNm��v"'im�mQen�amG"i�u"'ioo�m �m°'mm�o `w N ry N W `w N p w` K Ww K d m� m _a a `Rn$� a •- $Tm��.-m$9R` ��� ?9 ¢¢ W��NNNy�NbNNNf (l Ua'NNNFNNFUNWUU�WWWWWW��N� ¢¢ aa aa aa aa aa aa ,i„ nino`�N V < E x w gw K g c Z t wNxmR V �0 - m Q W.W QC Y-f>>>C>OW�.N jLFLF O Ow s� 2wwWwCO� FCF W1-0IV O N O b� jawCuyYVsnaEziuOw� 2Q2 00�t }W})W)>J>w� FFWQ�x 2 S� FFZQWO WZOQw? >>�>� O�Q¢aVwww zF-Fw Z O n oz�Z gSE oZU� mjUUazOU�aW�C ���w�a�OwU aaufawwoz mFmja>oZOO �.�>� �aa�gg wWKwwwWwKwgFJJsw»QQ syydF�l1wz-�twYggg 3-Qf�wgg�Q �sJJ¢xdgmg'�Say WOoW >WZ' WmLL<;Wgo Qa¢maO 7N2OoOZ daE~p' g o �xzGQ1U' N$o IM0m»¢3 MXomQ3 .-O2em�m»OW 0ZOZOKKS¢UO $mm wnQ E rc wwi °U UzzF�wOaOSs- y .vCw2¢¢WUu5 H oSomoo5mmmSS�Am z 5 S a m w <` A O R. a i U Cd L a U i �? ag uu° N F+ W L bD L a/ � �� III i Ili z ii �� i,� � III � i 11 � �. !� t'i II Ili - I Ii '.. ��J III �� III .,ICI II III �.� '.� I II I III ��I I� �� �i i 7 ',. III I'i I ' 'i III t ICI 3„ I, III �� I � I .III I j �l III i A 19 II''' ICI III III � li11 I� i I I � ;�i r,I!I 3.L 00 en Litt SA T[ Iill' III III I I� r II EIz - an a III . . . . . . . . . . . .. .E=E 9€. �? � 3 it A EL I III 3 LM a- � r CY 00 en lu .1 i Ii f';EI -TTT T T III III �I III aj :ji it I i 11 i i i i u J,,11 III II l i I IiII I _ III III II III 111 I III 3 � i �I e; I,I III,I 00 en en CD u 11� i �l I I"III 00 111111 Mmm 4. Ills I u I�i � I III l��ii�� I�I�� III III Si Y III III III III I III {e 00 en ICI E � it I I i, III �I J �1lil ill I,I II I I� lill ��� II � �IIMMIllill i� e III I I III � II �i I� III ill III � II'; III III ���I � I III I!III III III I IIIII 99 I II III !III a s II �I � Millikil 'III�JI IIIIII III III 1 III I� III a III III f III Ill � i I II tt yS III i .� a , III-� I� III So00 III �e MF d ,G 7 z d C) rC t u �I III �o 4E Ill1111li 111 II I, I III � �i t� i , � III I� III �iII III III i, I I II III00 � 4 1 10 ,10 Ioo00000000 N i N Z N N O 7 M M O _ p y• � d Z Q C U � a d L` C7 C7 C7 � � W Q w N U ° O a o. p i iC E E Z3 Q • M � N N N — .y.� ti o E O N O N 0lo 10 IC) 101 to 101 an to 10 I� a O 00 0 0 c6 v 0 d 0 a 0 N O O O O cl) c to Io v z FORT WORTH(o Routing and Transmittal Slip Transportation and Public Works Department DOCUMENT TITLE: 2021 Como Area Resurfacing Project, CO 1 M&C 22-0630 CPN 103348 CSO # 56874 DOC# DATE: 8/29/2022 INITIALS DATE OUT TO: Alexiz Ramirez 1 ALAug AR 31, 2022 2. Vendor (Texas Bit) Sep 1, 2022 3.James Ruiz (Inspector)-- Sep 1, 2022 4.Tariqul Islam (PM) TAL Sep 1, 2022 5 Omar Elbagalati (PGM)OE Sep 1, 2022 6. Lane Zarate (SCPO) Z Sep 6, 2022 7. Martin Phili s Interim AD MAP Sep 6, 2022 8. Lauren Prieur (Interim Director) �F Sep 6, 2022 9 Doug Black (ACA) Wwb Sep 7, 2022 10. William Johnson (ACM) ,, _ Sep 8, 2022 11, Jannette Goodall (CS) TSG JSG Sep $ 2022 7 DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: U Yes❑✓ No RUSH: ❑Yes ❑✓ No SAME DAY: ❑Yes ❑✓ No NEXT DAY: ❑Yes ❑✓ No ROUTING TO CSO: ❑✓ Yes ❑No Action Required: ❑ As Requested ❑ Attach Signature, Initial and Notary Ta ■ Signature/Routing and or Recording ❑ Comment ❑ File Return to: Please call t ext. for pick up when completed. Thank you. CSC No. 56874-COl FoR, Project Name 2021 Como Area Resurfacing Project Client Project #(s)l 103348 Project Contraclorl Texas Bit l City Project Mgr. Tariqul Islam Dept. jl TPW City of Fort Worth Change Order Request City Sec # 56874 HMAC surface overlay at various locations in Como area Change Order# 1 Date 8/29/2022 City Inspector IJames Ruiz Totals Contract Time Original Contract Amount Extras to Date Credits to Dale Pending Change Orders (in M&C Process) Contract Cost to Date $923,571.65 $923,571.65 150 $923,571.65 $923,571.65 150 Amount of Proposed Change Order $225,137.82 $225,137.82 30 Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) $1,148,709.47 $1,148,709.47 180 $0.00 $0.00 $225,137.82 $225,137.82 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 24.38% MAXALLOWABLE CONTRACTAMOUNT (ORIGINAL CONTRACT COST+ 25%) $1,154,464.56 JUSTIFICATION (REASONS) FOR CHANGE ORDER This change order is to add $225,137.82 and 30 days to City Secretary Contract # 56874 with revised contract amount $1,148,709,47. During construction it was determined that in Carver Dr, Chariot Dr and Littlepage St lot of existing curb & gutter are damaged that were not encountered in estimated quantities. Many lots on Carver Or and Chariot Dr have undeveloped driveways that need to be replaced. The damage of sidewalk along Chariot Dr, Prevost St and Littlepage Dr are found way more than the estimated quantity. Valley gutter at few locations in this project area are also required to be installed for proper drainage. The major items are included in this change order are:1900 LF Curb & Gutter; 4525 SF driveways;1124 SF sidewalk; 281 SY valley gutter;1521 SF ADA ramp; and 180 SY concrete paving. This change order is also to remove following major items:140 CY asphalt base repair; 6256 SY 2-inch asphalt paving and 1530 SY 3-inch asphalt paving. To complete these additional work 30 days are proposed to add to this contract. The M&C approval 22-0630, dated 8/23/202 for this change order is attached herewith. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Contractors Company Name Contractor (Name) I Contract Signature Date Texas Bit Adam Newsom I .4da.n. ,/i/ 501.a Sep 1, 2022 InspectorAnspecfion Supervisor Date Project and Contract Compliance Manager Date Sep 1, 2022 idc Sep 1, 2022 Program Manager Date Senior Capital Project Officer Date 0— czt./— Sep 1, 2022 '3Ae _ Sep 6, 2022 Assistant Director (Dept) Date Director, Contracting Department (Dept) Date raa Pcuy Sep 6, 2022 Sep 6, 2022 Assistant City Attorney j Date Assistant City Manager Date _ :... Sep 7, 2022 Sep 8, 2022 Council Action (if required) M&C Number 1 22-0630 M&C Date Approved 8123/2022 ATTEST: 7gnn9Hd � ragdall Jannette Goodall, City Secretary FORTWORTH City of Fort Worth —�Ir - Change Order Additions Project Name 2021 Como Area Resurfacing Project City Sec # 56874 Client Project# 103348 Contractor Texas Bit PM Tariqul We. Inspector James Ruiz Change Order Submittal # �1 Date 8/29/2022 ADDITIONS �024iBDGl:ETOTECONCGIR:&GITTE '11-iklQ� Illll ��� jNEEMMM �110241.0401 REMOVE CONCRETE DRIVEWAY �. 1 1 11 • 1 -'III- 11111111®����� 1 1 � • 1 -'III— � IHIIHI®�'.� 1 11 0241. 1400 REMOVE CONIC VALLEY GUTTER . 1 1 ' CONC VALLEY GUTTER-�']1��1—� 11111111 ®`�l�.q='•y��1' I 1 11 REMOVE • 1 • RAMP ' 1 11111111 ®����.�yiL��W7--iT1,==t��• ® 1 I' 11111111 ®� "'1111 • • 1' • �-•rIW������ -••I11�1— :111111111� .. 1ONEWS1'11 ® 3292.0101) BLOCK SOD REPLACEMENT 11111111 ®�'1 ��..1, •' Y�-��•]]1��1—�� �' 11`1+Y,I� 1 11111111 ® 11 '� . 1 11 VACUM • --' I•`I�rY,•— 11111111 11 1: 11 GROUND BOX TYPE • --' Iliill— 11111111 1 1 11 ItYIiGllillll �.' COPPER WIRE CONNECTION`III— . 111111111®�'� 000*211:i1t11 �—REMOVE EXISTING OVERHEAD -•III— 11111111 ® 11 II mmi1•'1 1 Change Order Additions Page 2 of 4 FORT WORTH City of Fort Worth IT-- Change Order Deletions Project Name 1 2021 Como Area Resurfacing Project City Sec # 56874 Client Project 1 103348 Contractorl Texas Bil PM Tadqul Islam Inspector James Ruiz Change Order Submittal # Dale 8129/2022 �kYi61(rFililN:l:l:llq:�tl:19y:�:lrla�/�y:d n ikAAU11,1 I��son MENRIMIM f© . r r � • r r r r H r r r ®� r�i �iklcFir10U1 ® r r. rrrrrrrr �i� NELIM,I l r r rrrHrrr® ��� ® r r : � rrrrrrrrr ®��t�•YFiS{�Alrl ® r.rr •r � � rrrHrrrr ®� cc�i • rr 3211.0122 FLEXBASE, 90.00000000 'Bk➢Fi4Gi:P CELIIAEO1169:117JUST. ENT IlTILITIlESY--- rr r rrrrrrr �� r rrr rr rrr rr Change Order Deletions Page 3 of 4 MISBE for this Change Order Previous Change Orders CO # DATE AMOUNT Total $0.00 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/23/22 M&C FILE NUMBER: M&C 22-0630 LOG NAME: 202021 COMO AREA RESURFACING CO1 SUBJECT (CD 3) Authorize Execution of Change Order No. 1 in the Amount of $225,137.82 with Texas Materials Group, Inc., dba Texas Bit, for 2021 Como Area Resurfacing Project for a Revised Contract Amount of $1,148,709.47 and the Addition of 30 Calendar Days to the Project Schedule, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Change Order No. 1 in the amount of $225,137.82 to City Secretary Contract No. 56874 with Texas Materials Group, Inc., dba Texas Bit, for 2021 Como Area Resurfacing project for a revised contract amount of $1,148,709.47; 2. Adopt the attached appropriation ordinance adjusting estimated receipts appropriations in the General Capital Projects Fund in the amount of $200,000.00 by decreasing estimated receipts and appropriations in the Contract Street Maintenance Programmable project (City Project No. P00020) and increasing estimated receipts and appropriations in the Como Area Resurfacing project (City Project No. 103348) by the same amount; 3. Adopt the attached appropriation ordinance adjusting appropriations in the General Capital Projects Fund in the amount of $1,086,750.00 by decreasing estimated receipts and appropriations in the Neighborhood Improv. Strat. programmable project (City Project No. P00080) and increasing estimated receipts and appropriations in the Como Area Resurfacing project (City Project No. 103348) by the same amount; and 4. Amend the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: On November 9, 2021, by Mayor & Council Communication (M&C) 21-0846, the City Council authorized execution of a contract with Texas Materials Group, Inc., dba Texas Bit, in the amount of $923,571.65, for the 2021 Como Area Resurfacing project (City project No. 103348). This Change Order No.1 will provide for additional curb & gutter; driveways; sidewalk; valley gutter; barrier free ramps; concrete paving; and some other minor items to the contract. During construction, it was determined that along Carver Drive, Chariot Drive and Littlepage Street curb & gutter has more damage than the estimated quantities and existing driveways are either damaged or undeveloped. As a result, 1,900 linear feet curb & gutter and 4,525 square feet driveways are proposed additions to the contract. During construction, it was also determined that along Prevost Street, Chariot Dr, Carver Drive and Littlepage Street existing sidewalk are damaged more than estimated quantities and non-ADA compliant curb ramps need to be replaced. As a result, 1,125 square feet sidewalk and 1,521 square feet type P-1 barrier free ramp are proposed to add to this contract. Furthermore, to maintain proper drainage along Prevost Street valley gutters are required to be installed at a few intersections and more concrete panels need to be replaced at Vickery Boulevard intersection. As a result, 281 square yard valley gutter and 180 square yard concrete paving are proposed additions to the contract. It is also recommended to delete 140 cubic yard asphalt base repair, 6,526 square yard 2-inch asphalt paving, and 1,530 square yard 3-inch asphalt paving and some other minor items from the contract as these items are not required to complete the project. The action in this M&C will amend the Fiscal Year 2022 Adopted Budget as approved in connection with Ordinance 25073-09-2021, Section 6. Capital Improvements, as listed on page(s) 23. Capital Fund FY2022 CIP Authority Revised FY2022 Budget Adjustment Name Project Name Appropriations Budget 30100-General P00020 Contract Capital Street Projects Maintenance $20,441,000.00 This M&C ($200,000.00) $20,241,000.00 30100-General P00080 Capital Neighborhood Projects Improv. Strat. $3,502,000.00 This M&C ($1,086,750.00) $2,415,250.00 Funding for the 2021 Como Area Resurfacing project is summarized in the table below Fund Existing Funding Additional Funding Project Total 30100 -General Capital Projects $1,086,750.00 $200,000.00 $1,286,750.00 ct Total 1 $1,086,750.00 1 $200,000.00 1 $1,286,750. The staff has reviewed and verified the quantities for the additional work under this Change Order No. 1. Additionally, to complete this work, staff recommends that the contract time be extended by 30 calendar days. This change order will have no impact on the Transportation and Public Works annual operating budget. Funding for this project was not included in the Fiscal Years 2022-2026 Capital Improvement Program (CIP) due to charges being incurred after the CIP was adopted. This action in this M&C will amend the Fiscal Years 2022-2026 Capital Improvement Program as approved in connection with Ordinance 25073-09-2021. Funding is budgeted in the Contract Street Maintenance programmable project of the General Capital Projects Fund for the purpose of funding the 2021 Como Area Resurfacing project. Approval of recomendation 3 will convert the 2021 Como Area Resurfacing project from a child to a static project. This is needed due in part to a change in project scope, and the need to add additional funding sources to the project. M/ BE OFFICE: Texas Bit agrees to maintain its initial M/WBE commitment of 20% that it made on the original contract and extend and maintain that same MM/BE commitment of 20% to this first change order. Therefore Texas Bit remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MM/BE Commitment form executed by an authorized representative of its company. The project is located in COUNCIL DISTRICT 3. A Form 1295 is not required because: This contract will be with a publicly -traded business entity or a wholly -owned subsidiary of a publicly -traded business entity: CRH FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Contract Street Maintenance programmable project in the General Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the General Capital Projects Fund for the 2021 Como Area Resurfacing project. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office W. Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 7801 Additional Information Contact: Monty Hall 8662 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS February 1, 2023 Texas Bit 420 Decker Dr, Suite 200 Irving, Texas 75062 RE: Acceptance Letter Project Name: 2021 COMO AREA RESURFACING PROJECT Project Type: POL, MOL, FLATWORK, PAVING, CURB AND GUTTER City Project No.: 103348 To Whom It May Concern: On December 1, 2022 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 February 1, 2023. 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 February 1, 2023, 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- 392-2486. Sincerely, tariqul Islam (Mar 20, 202308:38 CDT) Tariqul Islam, Project Manager Cc: James Ruiz, Inspector Gary Deyon, Inspection Supervisor Edward Davila, Senior Inspector Omar Elbagalati, Program Manager City of Fort Worth, Consultant Texas Bit, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF SURETY OWNER TO FINAL PAYMENT ARCHITECT CONTRACTOR AIA Document G707 SURETY (Instructions on reverse side) Bond No. 014246239 OTHER ❑ TO OWNER: (Name and address) City of Fort Worth 200 Texas Street Forth Worth, TX 76102 PROJECT: (Name and address) 2021 Como Area Resurfacing Project City project # 103348 ARCHITECT'S PROJECT NO: CONTRACT FOR: 2021 Como Area Resurfacing Project City project # 103348 CONTRACT DATED: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 SURETY, on bond of (Insert name and address of Contractor) Texas Materials Group, Inc. dba TexasBit, A CRH Company 420 Decker Drive #200 Irving, TX 75062 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor sball not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth 200 Texas Street Forth Worth, TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: February 27, 2023 (Insert in writing the month followed by the numeric date and year.) AttestlWitnes (Seal): Laura Sudduth, Witness Liberty Mutual Insurance Company (Sulo ( ignature of authorized ntative) Tannis Mattson, Attomey-in-Fact (Printed name and title) AIA DOCUMENT G707 w CONSENT OF SURETY TO FINAL PAYMENT w 1994 EDITION w AIA ® 1994 w THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASH- INGTON, D.C. 20006-5292 w WARNING: Unlicensed photocopying violates U.S. Copy- right laws and will subject the violator to legal prosecution. G707-1994 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LibertX Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8209189-022029 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the'Companies), pursuant th and by authority herein set forth, does hereby name, constitute and appoint, Amanda Ttuman Avina• Barbara Norton; Jennie Goonie- Jessica Richmond; Joyce Johnson; Laura E Sudduth- Mario Arzamendi; Mary Ann Garcia; Misty Witt; Philip N. Bair; Stephanie Gross; Tannis Mattson; Teuta Luri all of the city of Houston state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of December , 2022 Liberty Mutual Insurance Company P� 1NSU,g9 P�ZY INS& � INSU. The Ohio Casualty Insurance Company �J OO�Okgr 4n yJ °off°W>�y VPoo�OftO>FyC� West American Insurance Company J3 Fot° v43 Fo m Eu Q 3 of 1912 a 0 1919 0 2 1991 0 //J d� sB�cHug�da3 yO� NaNve��da YS �h°uM* as By. ` / l ca David M. Carey, Assistant Secretary i State of PENNSYLVANIA c County of MONTGOMERY On this 28th day of December , 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insure Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purpc therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. ,p, PAST Q� N,ON W< Commonwealth of Pennsylvania - Notary Seal Cy °t1r Y�,< Teresa PWe, Notary Public a/ Montgompiery County OF My commission expires March 28, 2025 gy. �P Commission number of Teresa Pastella, Notary Public V Member. PennsyNenta AssociationallW of Notaries Apy This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomeyan-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5, Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeysin-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as it signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorizatlon — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company wfth the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 27th day of February , 2023 INSU 01 INS& INSU� JP O�°Rq�YC yJPc°O�r qy �4P °�OR4r yC� ro got° Q3 FOPLu Root 1912 n 0 1919 cm, 1991 0 �• 0 : v o s By: dVl @84CNUg�.da SO NAM4aa`,aa `rs ''volAl' da3 Ranee C. Llewellyn, Assistant Secretary ei7 * *� �H1 * *d �M ,► ti� C CU >_ .24) Q O O q O N O N aM �00 00 c cn � U O 4) .0fn 0 Q) LL 0 LMS-12873 LMIC OCIC WAIL Multi Co 02121 AFFIDAVIT STATE OF Texas COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Dustin Adams, DOT Construction Manager Of Texas Materials Group, Inc., dba TexasBit, 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; CPN 103348 2021 Como Area Resurfacing Project BY i„�ow� Dusti An dams / DOT Construction Manager Subscribed and sworn before me on this date 3rd of March, 2023. *OtPubdfic Dallas, Texas =otiPpY PG�� ADAM NEWSOM Notary Public * * State of Texas �l��FoF�}py�Y CoD# 7 341 s 340 9-2027