Loading...
HomeMy WebLinkAboutContract 57449-FP2City Secretary -FP2 Contract No. 57449 FORT WORTHa Date Received 9/13/2023 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 ❑x Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $160,424.00 Amount of Approved Change Order(s):-$210.00 Revised Contract Amount: $160,214.00 Total Cost of Work Complete: $160,214.00 Z-W'�-s 7rAl Sep 7, 2023 Lull Saavedra (Seo 7.2023 12:47 CDT) Contractor Date Project Manager Title Pennington Utility Construction, LLC Company Name 'C''�J' Donald Watson (SeD 11. 2023 08:42 CDT) Sep 11, 2023 Project Inspector Date Khal Jaafari P (Se[(-1�, 202310:43 CDT) Sep 13, 2023 Project Manager Date &Ckfoil 6 " e;1 Bich— ch— N-ven (Se. ,20 17.27 CDT) Sep 13, 2023 CFA Manager Date Lauren Pneur (Sep 13, 202317:45 CDT) Sep 13, 2023 Director TPW�J.hns.n Date Willi14�7:35CDT) Sep 14, 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 120 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 DRAINAGE City Project Numbers 103231 DOE Number 3231 Estimate Number I Payment Number 1 For Period Ending City Secretary Contract Number Contract Date Project Manager NA Contractor PENNINGTON UTILITY CONSTRUCTION, LLC 13350 EULESS ST EULESS , TX 76040 Inspectors O.AGUILLON / S. GARCIA Contract Time Days Charged to Date Contract is 100.00 8/7/2023 WD 12WD 256 Complete Thursday, August 31, 2023 Page 1 of 4 City Project Numbers 103231 DOE Number 3231 Contract Name THE BLUE LAGOON DREAM ADDITION Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 8/7/2023 Project Funding UNIT lII: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 24" RCP CLASS III (CO #3) 1059 LF $70.00 $74,130.00 1059 $74,130.00 2 4' STORM JUNCTION BOX 4 EA $5,500.00 $22,000.00 4 $22,000.00 3 4' WYE INLET 1 EA $5,500.00 $5,500.00 1 $5,500.00 4 10' CURB INLET 6 EA $4,850.00 $29,100.00 6 $29,100.00 5 TRENCH SAFETY 1062 LF $1.00 $1,062.00 1062 $1,062.00 6 SWPPP 1 ACRE 1 LS $5,000.00 $5,000.00 1 $5,000.00 7 CONCRETE FLUME 10-FT WIDTH (W/ 6" CURB) 250 LF $80.00 $20,000.00 250 $20,000.00 8 POST -CCTV INSPECTION OF STORM DRAIN 1062 LF $1.00 $1,062.00 1062 $1,062.00 9 24" RCP CLASS III 5 LF $70.00 $350.00 5 $350.00 10 TRENCH SAFETY 5 LF $1.00 $5.00 5 $5.00 11 CONNECT TO EXISTING STORM 1 EA $2,000.00 $2,000.00 1 $2,000.00 12 POST -CCTV INSPECTON OF STORM DRAIN 5 LF $1.00 $5.00 5 $5.00 Sub -Total of Previous Unit $160,214.00 $160,214.00 Thursday, August 31, 2023 Page 2 of 4 City Project Numbers 103231 Contract Name THE BLUE LAGOON DREAM ADDITION Contract Limits Project Type DRAINAGE Project Funding Contract Information Summary Original Contract Amount Chanhe Orders Change Order Number 3 Total Contract Price DOE Number 3231 Estimate Number 1 Payment Number 1 For Period Ending 8/7/2023 $160,424.00 ($210.00) $160,214.00 Total Cost of Work Completed $160,214.00 Less % Retained $0.00 Net Earned $160,214.00 Earned This Period $160,214.00 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 $160,214.00 Thursday, August 31, 2023 Page 3 of 4 City Project Numbers 103231 DOE Number 3231 Contract Name THE BLUE LAGOON DREAM ADDITION Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 8/7/2023 Project Funding Project Manager NA City Secretary Contract Number Inspectors O.AGUILLON / S. GARCIA Contract Date Contractor PENNINGTON UTILITY CONSTRUCTION, LLC Contract Time 120 WD 13350 EULESS ST Days Charged to Date 256 WD EULESS, TX 76040 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 $160,214.00 Less % Retained $0.00 Net Earned $160,214.00 Earned This Period $160,214.00 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 $160,214.00 Thursday, August 31, 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: 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 26, 2023 Pennington Utilities 13350 Euless Street Euless, TX 76040 RE: Acceptance Letter Project Name: The Blue Lagoon Dream Addition Project Type: T/PW — Water, Sewer and Drainage Improvements City Project No.: 103231 To Whom It May Concern: On August 9, 2023 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 August 23, 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 August 9, 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- 392-7872. Sincerely, /If Khal Jaafari P . (Se , 2023 10:43 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 Pennington Utilities, Contractor 707 Avenue, LLC, Developer File E-Mail: TPW—Acceptance@fortworthtexas.gov Rev. 8/20/19 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 Jeffrey Maddox, Owner Of Pennington Utility Construction, LLC., 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 - CPN103231 / IPRC -0015 BY Jeffrey Maddox, Owner Subscribed and sworn before me on this date 5th of September, 2023. 40t Public Tarrant, Texas LAUREN THOMPSON Notary Public, State of Texas Comm. Expires W22-2026 Notary ID 131616269 nn+a MERCHANTSS� BONDING COMPANY,,, MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 OWNER CONSENT OF SURETY TO FINAL PAYMENT CO TIRACTOR SURETY OTHER Bond No. TXC613899 TO OWNER: City of Ft. Worth 200 Texas St. Fort Worth, TX 76102 PROJECT: BLUE LAGOON DREAM ADDITION ARCHITECT'S PROJECT NO.: CONTRACT FOR: Site Utilities CONTRACT DATED: May 3, 2023 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, Iowa 50306-3498 , SURETY, on bond of (Insert name and address of Contractor) Pennington Utility Construction, LLC 13108 Euless Street Euless, TX 76040 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Ft. Worth 200 Texas St. Fort 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: September 6, 2023 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company (Mutual) (Surety Attest:I-Cv��%1'�'; za,/ Q �4zvv (Seal): Kim Bracamonte (Signature ofauthorized representati\V Crystal Langhorn Attornev-In-Fact (Printed name and title) Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in CON 0405 (4/15) AIA Document G707-1994 Consent Of Surety to Final Payment. MERCHANT-Nk BONDING COMPANYr. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Adam Syswerda; Andrea Nix; Brad Johnson; Crystal Langhorn; Kim Bracamonte; Steven W Lewis their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 25th day of July 2023 . .. •.. .• •. MERCHANTS BONDING COMPANY (MUTUAL) ,..•••.'qL �.� ••�Q\NG Cq/j�A.• MERCHANTS NATIONAL BONDING, INC. GoR OR,' Z ;•m4�o%POg*-.-f d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY v 2003 1933 : c: By ' d�•. •�• may• O:' •.'•.`i/ ••.......•:.t1�.`♦ •'••�iy it ��\�� President STATE OF IOWA •.•••••%�����..• • • • • • • • . • COUNTY OF DALLAS ss. On this 25th day of July 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. r"4,y Kim Lee Q v Commissar ission er p res 7 My Commissar Expires /Emo-. April 14, 2024 4�n &u,,, Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the sea! of the Companies on this 6th day of September 2023 .......... •••..... f �, • ' A . ♦ �♦ f �� -0- 2003 v L�; ` 1933 Q' c� ' Secretary tva• 5, POA 0018 (10/22) •••...... ��