Loading...
HomeMy WebLinkAboutContract 57449-FP1City Secretary -FP1 Contract No. 57449 FORT WORTHa Date Received 9/11/2023 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: The Blue Lagoon Dream Addition City Project No.: 103231 Improvement Type(s): ❑ Paving ❑ Drainage x❑ Street Lights ❑ Traffic Signals Original Contract Price: $61,785.00 Amount of Approved Change Order(s): $4,063.50 Revised Contract Amount: $65,848.50 Total Cost of Work Complete: $65,848.50 Sep 6, 2023 Contractor Date Operations Manager Title C & S Utility Contractors, Inc. Company Name Sep 77 2023 SereloG arc drIS202309:43 EDT) Project Inspector Date 06il ,r,i6i lt1 P.E. Khal Jaafari P.E. (Sep 8, 2023 23:04 CDT) Sep 8, 2023 Project Manager Date Bichlo NeN� eo1 J65';069':f3-5 CDT) Sep 11, 2023 CFA Manager Date Z. Lauren Pneur lSeo 11. 202309:47 CDT) Sep 11, 2023 TPW��'Q/^/�DDii`rector Date Wllll�ohnson(S 121�1:26 CDT) Sep 12, 2023 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: The Blue Lagoon Dream Addition City Project No.: 103231 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 30 WD Work Start Date: 6/21/2022 Completed number of Soil Lab Test: 304 Completed number of Water Test: 8 Days Charged: 256 Work Complete Date: 8/7/2023 Page 2of2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE BLUE LAGOON DREAM ADDITION Contract Limits Project Type STREET LIGHTING City Project Numbers 103231 DOE Number 3231 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 4/29/2022 For Period Ending Project Manager NA Contractor C & S UTILITY CONTRACTORS, INC. 6705 HIGHWAY 287 ARLINGTON , TX 76001 Inspectors O.AGUILLON / S. GARCIA Contract Time Days Charged to Date Contract is 100.00 8/7/2023 WD 3WD 256 Complete Friday, September 1, 2023 Page 1 of City Project Numbers 103231 Contract Name THE BLUE LAGOON DREAM ADDITION Contract Limits Project Type STREET LIGHTING Project Funding UNIT V: STREET LIGHTING IMPROVEMENTS DOE Number 3231 Estimate Number 1 Payment Number 1 For Period Ending 8/7/2023 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2" CONDT PVC SCH 80 (T) (CO#2) 955 LF $18.50 $17,667.50 955 $17,667.50 2 FURNISH/INSTALL LED LIGHTING FIXTURE 12 EA $295.00 $3,540.00 12 $3,540.00 3 RDWY ILLUM FOUNDATION TY 1,2, & 4 12 EA $1,100.00 $13,200.00 12 $13,200.00 4 RDWY ILLUM TY 11 POLE 12 EA $1,898.00 $22,776.00 12 $22,776.00 5 FURNISH/INSTALL TYPE 33B ARM 12 EA $300.00 $3,600.00 12 $3,600.00 6 NO 10 INSULATED ELEC CONDR (CO #2) 2865 LF $1.00 $2,865.00 2865 $2,865.00 7 FURNISH/INSTALL LED LIGHTING FIXTURE (70 4 EA $550.00 $2,200.00 4 $2,200.00 WATT ATBO COBRA HEAD) Sub -Total of Previous Unit $65,848.50 $65,848.50 Friday, September 1, 2023 Page 2 of 4 City Project Numbers 103231 Contract Name THE BLUE LAGOON DREAM ADDITION Contract Limits Project Type STREET LIGHTING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Total Contract Price DOE Number 3231 Estimate Number 1 Payment Number 1 For Period Ending 8/7/2023 $61,785.00 $4,063.50 $65,848.50 Total Cost of Work Completed $65,848.50 Less % Retained $0.00 Net Earned $65,948.50 Earned This Period $65,848.50 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 $65,848.50 Friday, September 1, 2023 Page 3 of 4 City Project Numbers 103231 Contract Name THE BLUE LAGOON DREAM ADDITION Contract Limits Project Type STREET LIGHTING Project Funding Project Manager NA Inspectors O.AGUILLON / S. GARCIA Contractor C & S UTILITY CONTRACTORS, INC. 6705 HIGHWAY 287 ARLINGTON, TX 76001 DOE Number 3231 Estimate Number 1 Payment Number 1 For Period Ending 8/7/2023 City Secretary Contract Number Contract Date 4/29/2022 Contract Time 30 WD Days Charged to Date 256 WD 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 $65,848.50 Less % Retained $0.00 Net Earned $65,848.50 Earned This Period $65,848.50 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 $65,848.50 Friday, September 1, 2023 Page 4 of 4 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Blue Lagoon Dream Addition CHANGE CONTRACT: ORDER No: CFA # CFA #21-0147 1 CITY PARTICIPATION: No CITY PROJECT # CPN 4103231 FID # 30114-0200431-E07685 FILE # W-2767 I X-26870 INSPECTOR: Oscar Aguillon Phone No: 817 992 2600 PROJECT MANAGER: Khal Jaafari, PE Phone No: 817 392 7872 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Coat City Cast Cost CI# Cott Cost Cl Cost Cost -T CICost Coat C Coat ORIGINAL CONTRACT $233,581.00 - $0.00 i190,246-00 $0.00 $0.00 $160,424.00 $0.00 _ $0.00 120 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $233,581.00 $0.00 $190,249.00 I , 30.00 $0.00 _ $0.00 I $160.424.00 $0.00 $0.00 $0.00 120 AMOUNT OF PROP CHANGE ORDER SQ,OQ $2,403.75 i0.00 $0.00 y $O.DO 50.00� REVISED CONTRAfT AMOUNT $233,581.00 50.00 $192,651.75 So 06 $0.00 f0.00 $160,424.00 50.00 $0.00 U.00 120 TOTAL REVISED CONTRACT AMOUNT PER UNIT $233,581.00 $192,651.75 f0.00 $160,424.00 50.00 REVISED COST SHARE Dev. Cost: $586,656.75 City Cast: 50.00 TOTAL REVISED CONTRACT $586,656.75 Revised: 10-12-2011 Pign 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESQRIPTION UNIT PRICE TOTAL Unit 11 - Item 1 3331-4115 -69 L.F. S" Sewer Pipe (SDR-26 ASTm 03034) $34.00 -$24346.00 3331-4119 71 L.F. 8" Sewer Pipe (DIP) $92.25 $6,549.75 Unit 11- Item 2 3339-1001 1 EA 4' Manf�Ole $3,200,00 $3,200.00 Unit It - Item 3 339-1002 -1 EA 4' Drop Manhole $5,000.00 -$5 400.00 TOTAL �2,403.751 REASONS FOR CHANGE ORDER Location of existing sanitary stubout varied from anticpated location. Sanitary afign�ustad to accommodate the change and pipe has been charrgad from PVC to Ductile iron due to only 1.0 foot separation between proposed storm crossing and sanftary pipe. 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: Thom Gov Engi ring., Li By: Name; Thomas Hoover Title: Manager APPROVED: 707 AVENUE, LLC Name: ,tamai Alaffs Tit1w Gamer APPROVED: Penn Utility Constrzlctfon, LLC Narne; f7anr,„Sa sv�dr��_ Titlo: Revised: 10-12-2011 P;Ig D THE CITY OF FORT WORTH, TEXAS FORT WORTH PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE THE BLUE LAGOON DREAM ADDITION (EAST CHASE CORRECTION PLAT, LOTS 1, 2 & 3, BLOCK 13) BETSY PRICE MAYOR DAVID COOKE CITY MANAGER MICHAEL OWEN, P.E. CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CHRISTOPHER P. HARDER, P.E. DIRECTOR, WATER DEPARTMENT IPRC RECORD NO. IPRC21-0015 CITY PROJECT NO. #103231 FID NO. 30114-0200431-103231-E07685 FILE NO. W-2767 NOVEMBER 4, 2021 d LOWERY RD. A PROJECT Ro �D LOCATION JOHN T. VHItL R / ANDERSON BLVD 0�i LOCATION MAP 6 - 1-1000' MAPSCO NO. 67-T COUNCIL DISTRICT #5 ezg8".aP; rlll��L FD �` OWNED/DEVELOPED BY: PREPARED BY: THOMAS HOOVER ENGINEERING, LLC P.O. BOX 1808 KEL.LER, TEXAS 76244 ((817 913-1350 PHONE t.B..E. FIRM REGISTRATION NO. 006009 SHEETINDEX SHEET NO. DESCRIPTION UNIT 1. WATER AND SANITARY SEWER IMPROVEMENTS I "'ER SHEET 4 CRY STANOARDGENERAL NOTES 5 OVERALL —PLAN 8 SITE PLAN ENIARGED(1 OF 2) GED(2 OF 2) WATE PLAN 1"11 1 SANI YS LNi " 13 SANITARY SEWER LINES S28 SS ER GSION CONTROL DETAILS 1] OVERALL EXISTING DRAINAGE AREA MAP 18 ONSITE EXISTING DRAINAGE AREA MAP PROPOSEDDRAINA AAREALMAP 21 C 22-28 PAVING PLAN 29 3 GNAGE AND LIGHTING PIAN 30 SIDEWALK PLAN Vi6EW' V. T~,h. T.E. Dec 7, 2021 DIRECTOR'S DESIGNEE FOR CONSTRUCTION PLAN APPROVAL ' RESOLUTION NO.01-10-2020 Dec 6, 2021 REVIEWED: DATE: PROJECT MANAGER X-26870 3 z $_ v v v v v I� r F S` AS GAS— S— GAS— CAS —CAS —GAS —GAS— GAS —SY0)—�lo tl0—CAS—CAB—CAS—GAS—GAB — m W-O(.8'W W W W-3653.86 W W W IX.B1Y— W CFW )'W-042] PROPOSED 313'42 VARIABLE WIDTH -205.8]' I-y UBLIC SANITARY G '102.96' 4 XOA LI DRAINAGE BSXT. B�NI'25'10' (PUHOABLIC) LOT I I:BLrc) b dOHN T. WHITE ROAD NORT (PUBI 0+89.10 rau PF 1188_13� .m = /595 SP Y� (VARIABLE WHIS RO.R'.) 2.726 SW3,95.6 R STUB 717 I \8"38_ - ----__ %-09402 B I TA a+2J.61 55- • —_-^-- -I1NSTALL 4.0' DIA. M RIM-5 A- 52 yy11;;1,xF i I I I N I LI F IN=53�.99 61N I { I LU 3 -P R + �- I \ _5- LOT I LOT P I LOT 3 TA 0+00.00 SB-4 X NSTALL 4.0' DIA. MH \ 1 Ilitm-mi.so A S+J2.23 55- P. .C. 96 YI IM=542.73 I LOT 3 g TA 0+00.00 SS-2 NSTALL 45 IF - - _ STALL 4.0' MA I I I SSNR STUBWT (EAS I` � J �T D I IN=535.41 L /I IIN-541.21 TANEWMANHOLEIN=535.41i1 LOT 4 LJ I_1R.21 VER EXISTING STUBOV OUT=saS. ,ONT=541.11 TII IMIN5+0.(N 0 la 0+ae 00�i + }L IN T (S)=534.43 NSTALL 45 LF 8' SSWR I I_ 1 111 OUT (5)=534.43 ND O PLUG - LOT SLOT 5 "f H FUTURE INSTALLED I I.0 I� o£ uI \ RPHASE I3— Cu_'_- I I C p i- ` a LOT 6 -- r r 01 b„1 ml �LOT 7 LOT / � LOT P � LOT 9 mR 11 \•\ I —� J i I L°T 1. YD3L0 GRANGE REVLSION BASED ON SI UBOOT LOCATION OT/Pe/PP 1 2. REVLSBD Pot CITY COMMeNTS l0/Oe/Pl 1 1. REVLS6D PER CITY GOMIRff1T3 o4/oe/81 1 No. REVISIONS/ SUBMISSIONS hate 0 Op1E CAL( �- �l R_ BOA �i O BEFORE y f :• ix9u�s L iioo�T'A"• �, i 82493 I w, ._- SANITARY SEWER NOTES MANHOLE FLOWLINES 6.9.4.1. MANHOLES SHALL BE DESIGNED WITH A 0.10-FOOT DROP FROM THE INLET EIEVATON TO THE OUTLET ELEVATION FOR ANY FLOW DIRECTION CHANGES EXCEEDING 60 DECREES. 6.9.4.2. FLOWLNE ELEVATION DIFFERENCES OF 24-INCHES, OR LESS, A HDRAUUC SLIDE IS REQUIRED IN ACCORDANCE WITH THE CITY'S STANDARD CONSTRUCTION SPECIFICATIONS AND DETAILS. CORROSION PREVENTION 6.9 &1 MANHOLES ARE REQUIRED TO BE LINED IN ACCORDANCE MTH THE CITYS STANDARD CONSTRUCTION SPECIFICATIONS AND DETAILS WHEN ANY OF THE FOLLOWING CONDITIONS EXIST: -MANHOLES TRANSITIONING FROM FORCE MAINS TO GRAVITY MAINS; -DROP MANHOLES: -MANHOLES CONSTRUCTED WITH A HYDRAULIC SLIDE mTHOMAS HOOVER ENGINEERING, LLC P.O. BOX 1808 KELLER, TEXAS 11144 (817) 913-1350 PH. T.B. P.E. FIRM REGISTRATION NO. 006009 0 40 THE BLUE LAGOON DREAM ADDITION Scale m Feet LOTS 1, 2 & 3, BLOCK 13 OWNER/APPlXANf EASTCHASE CORRECTION PLAT 707 AVENUE, LLC IN THE CITY OF FT. NORTH, 4148 SUCK ROCK CHASE TARRANT COUNTY, TEXAS EULESS, 9-3285 TX. ISO ao 13.04 ACRES OF LAND 9]2/9] '"Y�OFE PREPARER/EN6INEER THE BLUE LAGOON DREAM ADDITION THOMHOOVER ENGINEERING. LLC BO P.O. BOX SANITARY SEWER — LINE S1 76 KELLER, -1 50 P JRM scNi LLT no. LLT 81]/913-1350 PHONE m JRM CONTACT: THOMAS HOOVER "" 103231 C10 tom.BlengOy9M1oo.rnm ECX m TlN 07/2S/22 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Blue Lagoon Dream Addition CHANGE CONTRACT: Street Lights (Unit V) ORDER No: CFA # CFA921-0147 CITY PARTICIPATION:I No I CITY PROJECT # CPN #103231 IFID # 30114-0200431-EO7685 2 FILE # W-2767 IX-26870 INSPECTOR: Oscar Aguillon Phone No: 817 992 2690 PROJECT MANAGER: Khal Jaafari, PE Phone No: 817 392 7872 CONTRACT UNIT l WATER SEWER PAVING DRAINAGE I STREET LIGHTS I CONTRACT Developer Developer Developer Developer IDoveloper DAYS Cost CityCost Cost Ci Cost Coat City Cost Cost City Cost Cost City Cost I IORIGINAL CONTRACT $0.00 $0.a0 I $0.00 ) $0.00 $61,786.00 $0.0o l 120 (EXTRAS TO DATE CREDITS TO HATE � I� IGONTRACT TO DATE $0.00 $0.00 $0.00 A $0.00 $0.00 $0.00 $0.00 $61,785.00 $Uxo 120 IAMOUNT OF PROP. CHANGE ORDER $0.00 $0.08 $0.00 $4,063,50 $0.00 REVISED CONTRACT AMOUNT $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $q,p#3 $65,848.50 $0.00 I 120 TOTAL. REVISED CONTRACT AMOUNT PER UNIT $0.00 $a.00 $0.00 $0.00 $65,848.50 REVISED COST SHARE Dev. Cost: $65,848.60 :City Cast: TOTAL REVISED CONTRACT $65,848.5a Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL Unit V - Item 1 2605-3015 189 LF - 2" Conduit PVC Schedule 80 (T) $18.50 $3,496,50 k Unit V - Item 6 3441-1410 _ _ 567 _ _LF No. 10 Insulated Electric Condr. $1.00 $567.00 TOTAL _ .. - - $4.063.501 REASONS FOR CHANGE ORDER The existing street light at the intersection of Nadeel and John T. White North was determined to stay and that the conduit/wiring to R9 would be run to a new handhole. The light R2 was in conflict with the Fire hydrant and was subsequently moved across to the northeast corner of Nadeel and Arkan. NO CITY FUNDS INVOLVED IN THIS CONTRACT. 0EVELCPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE 80UGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: Thomas er Engineen LLC 707 AVENUE, LLC By: By: 1 Name: Thomas Hoover Name: Jamal Aloffe Title: Manager Title: Owner APPROVED: C & S Utifi c!or7, ;nc. _. By: Name: Title: Of rllth v��4 t_ Revised: 10-12-2011 Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Blue Lagoon Dream Addition I CHANGE CONTRACT: ORDER No: CFA # CFA #21-0147 I CITY PARTICIPATION:I No CITY PROJECT # CPN #103231 DOE # 30114-0200421-E07685 I 3 WATER PROJECT # SEWER PROJECT # FILE # W-2767 / X-26870 INSPECTOR: Oscar Aguillon Phone No: 817 992 2600 PROJECT MANAGER: Khal Jaafai, PE Phone No: 817 392 7872 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $233,581.00 $190,248.00 $160,424.00 120 EXTRAS TO DATE $2,403.75 CREDITS TO DATE CONTRACT TO DATE $233,581.00 $0.00 $192,651.75 $0.00 $0.00 $0.00 $160,424.00 $0.00 $0.00 $0.00 120 AMOUNT OF PROP. CHANGE ORDER $9,000.00 ($210.00) REVISED CONTRACT AMOUNT $242,581.00 $0.00 $192,651.75 $0.00 $0.00 $0.00 $160,214.00 $0.00 $0.00 $0.00 120 TOTAL REVISED CONTRACT AMOUNT PER UNIT $242,581.00 $192,651.75 $0.00 $160,214.00 $0.00 REVISED COST SHARE Dev. Cost: $595,446.75 City Cost: $0.00 TOTAL REVISED CONTRACT $595,446.75 Revised: 10-12-2011 Page 1 m era r—r Kud I3 make ow 'CITY BIG ITEM FAY rrpAi t s I OUAHTITY WiiT C1' m AESCMPTNIN 11wefT PTaCP IOTA! f S 37 S 2 20D2I FA 11 W ww serAce 3 woo s 255m 00 Un I�MPctr 0 M12-2m 1 -15 CA 1' Wrier Service Sahsae ; 1.100,00 oamom VNI I - ran 1 33i 1-02D5 .i EA 24' RCP, C=aa Ill i 70.40 5 (210 00 rQTAL f 3,790 00 R A—eckS FM CHAWGZ OPMER LOCZA er of sxfsLry sar.':� , x'u5or.' yw;iad f m w0:pe&dkcsbon. San±ay byrrard a01W fa ec=mavdo:n fim chsnpo s nd p+aa Jts been chmysGfmm ANC ie Dudis I= dL* to Qnfy 1, 0 fa^t caps.-wG beMgwn prapa::ad s c-m crz-. m2 and sLvWy pJ;o, Psbb Jrft s bf QVPbetkl 60n) NO Cf Y FUNDS INVOLYFt3 IN THIS CONTRACT, DEVELOPER M RE5PQH3IBLE FOR 1007.' OF THE CHANGE: =0ER COST AMD NO RRIX2URSEW ENT FROM THE CTiY W LL 9E SOWHT BY THE DEVELOPER. KEC F RPP7l4YEL1- APPRUifI<D- En LC '0Y A%mm v, LLC PcnrA7,- x+ UtW cor LLC Wave Y � I Win»: TT�rrsas I{a^tior N�s1o, dsrnsl Aa^e Nauna: Q� x., y �. g +i3�€r1f�l TfU0. Wn3*W Tit* C?wnor 'T61 PM T pov.7 pd:10-12-2211 Pa9a2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS July 27, 2023 C & S Utility Contractors, Inc. 6705 Highway 287 Arlington, TX 76001 RE: Acceptance Letter Project Name: The Blue Lagoon Dream Addition Project Type: T/PW — Street Lights and Signage Improvements City Project No.: 103231 To Whom It May Concern: On August 10, 2023 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 August 10, 2023, 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 817- 392-7872. Sincerely, Khal raa- qa i P. E. Khal Jaafari P.E. (Sep 8, 2023 23:04 CDT) Khal Jaafari, P.E., Project Manager Cc: Sergio Garcia, Inspector Donald Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Victor Tornero, P.E., Program Manager Thomas Hoover Engineering, LLC, Consultant C & S Utility Contractors, Inc., Contractor 707 Avenue, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 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 Charles Saylors, President Of C&S Utility Contractors, Inc, 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; Blue Lagoon Dream Addition - CPN 103231 BY Charles Saylors, President Subscribed and sworn before me on this date 07 of July, 2023. Notary Public Tarrant, Texas is SLAKE MENAPACE Notary ID #130991676 My Commission Expires February 2. 2025 .._.::,. SURETEC INSURANCE COMPANY 2103 CityWest Boulevard, Suite 1300 Houston, TX 77042 OWNER ARCHITECT CONSENT OF SURETY CONTRACTOR TO FINAL PAYMENT SURETY OTHER BOND NO.: 4433275 TO OBLIGEE: (Name and Address) City of Fort Worth 200 Texas Street, Fort Worth, TX 76102 PROJECT: (Name and Address) CFA No. 103231 Blue Lagoon Dream Addition PRINCIPAL: C & S Utility Contractors, Inc. Street Light Improvements CONTRACT DATED: At the request of the Obligee and the Principal indicated above, (Insertname and address of Surety) I SureTec Insurance Company, 2103 CityWest Boulevard, Suite 1300, Houston, TX 77042, SURETY, on bond of (Insert name and address of contractor) C & S Utility Contractors, Inc., 6705 Highway 287, Arlington, TX 76001 , CONTRACTOR, and conditioned on the representation by Obligee that all Contract provisions relating to the payment of final payment under the Contract have been satisfied by Principal as of the date of final payment, and that no claims by Obligee or any third party are known or believed by Obligee or its representatives to exist as of the date of final payment, representations as to the truth and accuracy of the foregoing conditions being deemed to have been made by Obligee in connection with this request for Consent of Surety, hereby approves of the final payment to the Principal, and agrees that final payment in accordance with the terms hereof shall not relieve the Surety of its obligations to (Insert name and address of Obligee) City of Fort Worth, 200 Texas Street, Fort Worth, TX 76102 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: August 8, (Insert m writing the month followedby the numeric date and year) A SureT raresentative) Frank Swingle, SIC COS Final Payment rev 10_2021 Page I of 1 POA #: 4221060 SureTec Insurance Company LIMITED POWER OF ATTORNEY KnowAIIMen by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a c o rpo ration duly organized and existing under the laws of the State ofTexas, and having its principaloffice in Houston, Harris County, Texas, does by these presents make, constitute and appoint Frank Swingle, Warren Gravely, Jr., Ed Veale, Matthew B. Elmore, Kirk D. Dreyer, John M. Huff, Stacey Healy, DeAnna Hansford Crombie, Lynsie DeCet, Lawrence Wesson, Jr., Katie Hunt, Crystal Carlson, Collin Brence its true and lawful Attorney -in -tact, with fullpowerand authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver anyandallbonds, recognizances, undertakings or other instruments or contracts ofsuretyship to include waivers to the conditions of contracts and consents ofsurety for, providing the bondpenalty does not exceed Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extentas if such bond were signed by the President, sealedwith the corporate seal of the Company and duly attested by its Secretary, hereby ratifyingand confirming allthat the said Attomey-in-Factmay do in the premises. Said appointment is made underandby authority of the followingresolution softhe Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for an d o n behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney o r any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be v a lid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at meeting held o n 2 0'h of Ap ril, 1999.) In Witness Whereof, SURETEC INSURANCECOMPANY has caused these presents to be signedby its President, and its corporate seal to be hereto affixed this 31 st day of July , A.D. 2023. SURETEC INSURANCE COMPANY yUt�1GF By: -... Michael C. Keimig, Presiden r State of Texas ss: County of Harris On this 31 st day of July A.D. 2023 before me personally came Michael C. Keimig, tome known, who, being by me duly sworn, did dep o s e and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. =. 4,jaY r?"L•• XENIA RIVAS Notary Public State of Texas :rtF,w, Commission # 129117659 Commission Expires 9/10/24 ... „ . ...... , , w „ ., . . ,. ,,,. . Xenia ,Notary Public My c mmissionexpires September 10, 2024 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, s et out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this dayof :1;iY4 A.D. 1 M /entBeaty;Assistan Secretary Any instrument issued in excess of the penalty stated above Is totally void and without any validity. 4221060 For verification of the authority of this power you may call (713) $12-0800 any business day between 8:30 am and 5:00 pm CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714- 9104 Fax#: 512-490-1007 Web: httr)://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 072022 Page 1 of 1 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE 114FORMATION Limitation on Bond Penalty Increase Notwithstanding any provision in the bonds or subcontract to the contrary, the penal sum of this Bond shall automatically be adjusted to reflect the additive or deductive amounts of all change orders issued to the Subcontract; provided, however, that Obligee shall notify Surety if an individual change order increases the Subcontract Price by more than 10%, and, if at any point the aggregate amount of all change orders increases the Subcontract Price by more than 35% of the Subcontract Price, the Surety's consent shall be required to increase the penal sum of this Bond in excess of 35% of the Subcontract Price, such consent not to be unreasonably withheld. The failure to provide the required notice shall not release Surety from its obligations to the extent of the bond penalty in force prior the change that required such notice. Texas Rider 010106