Loading...
HomeMy WebLinkAboutContract 55443-FP2-FP2 City Secretary Contract No. 55443 FORT WORTH. Date Received 11/5/2024 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: Improvements to serve Oak Grove Road City Project No.: 102802 Improvement Type(s): 0 Paving 0 Drainage 0 Street Lights ❑ Traffic Signals City Costs Transportation Developer Impact Fee and 2018 Costs Bond Program Fund Total Costs Original Contract Price: Paving $2,088,156.49 $1,200,000.00 $3,288,156.49 Original Contract Price: Storm Drain $1,544,429.30 $0.00 $1,544,429.30 Original Contract Price: Street Lights $281,392.25 $0.00 $281,392.25 Amount of Approved Change Order 1: $257,239.99 $0.00 $257,239.99 Amount of Approved Change Order 2: $77,548.21 $15,196.20 $92,744.41 Amount of Approved Change Order 3: $186,858.43-$15,196.20 $171,662.23 Revised Contract Amount: $4,435,624.67 $1,200,000.00 $5,635,624.67 Total Cost of Work Complete: $4,435,624.67 $1,200,000.00 $5,635,624.67 Richard Henderson (Nov 4, 202413:02 CST) Nov 4, 2024 Contractor Date Area Manager Title Texas Sterling Company Name 1111,- Nov 4, 2024 RussellRog—(vov4,m 413.09CST) Project Inspector Date a�6� uJl Nov 5, 2024 Project Manager Date Rebecca Owen (Nov 5, 2024 14:46 CST) Nov 5, 2024 CFA Man a r � Date X Nov 5, 2024 TPW Director Date op�� Nov 5, 2024 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Improvements to serve Oak Grove Road City Project No.: 102802 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 444 WD Days Charged: 415 WD Work Start Date: 3/29/2021 Work Complete Date: 3/13/2024 Completed number of Soil Lab Test: 834 Completed number of Water Test: 4 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER, PAVING, DRAINAGE AND LIGHTING IMPROVEMENTS TO SER Contract Limits Project Type DRAINAGE, PAVING & STREETLIGHTS City Project Numbers 102802 DOE Number 2802 Estimate Number 1 Payment Number I For Period Ending 3/13/2023 WD City Secretary Contract Number Contract Time 17WD Contract Date 1/14/2021 Days Charged to Date 415 Project Manager NA Contract is 100.00 Complete Contractor TEXAS STERLING CONSTRUCTION, INC. 2100 N. HWY 360, STE. 106-A GRAND PRAIRIE, TX 75050 Inspectors G.DEYON / R.ROGERS Friday, November 1, 2024 Page 1 of 7 City Project Numbers 102802 DOE Number 2802 Contract Name WATER, PAVING, DRAINAGE AND LIGHTING IMPROVEMENTS TO S Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING & STREETLIGHTS For Period Ending 3/13/2023 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 CONSTRUCTION STAKING 1 LS 2 AS BUILT SURVEY 1 LS 3 30" STORM ABANDONMENT PLUG 1 EA 4 36" STORM ABANDONMENT PLUG I EA 5 MEDIUM STONE RIPRAP DRY 271 SY 6 POST CCTV INSPECTION OF STORM DRAIN 4855 LF 7 TRENCH SAFETY 4730 LF 8 42" CASING BY OTHER THAN OPEN CUT 60 LF 9 18" RCP CLASS M 49 LF 10 21" RCP CLASS HI 8 LF 11 24" RCP CLASS III 1408 LF 12 30" RCP CLASS III 209 LF 13 36" RCP CLASS III 976 LF 14 4X3 BOX CULVERT 483 LF 15 5X4 BOX CULVERT 422 LF 16 7X4 BOX CULVERT 90 LF 17 4' STORM JUNCTION BOX 4 EA 18 6' STORM JUNCTION BOX 1 EA 19 4' SLACKED MANHOLE 6 EA 20 HEADWALL, BOX CULVERT 1 CY 21 30" FLARED HEADWALL 2 PIPES I EA 22 10' CURB INLET 1 EA 23 10' RECESSED INLET 2 EA 24 15' RECESSED INLET 1 EA 25 20' RECESSED INLET I EA 26 10' TYPE 2 INLET 4 EA 27 15' TYPE 2 INLET I EA 28 20' TYPE 2 INLET 1 EA 29 8X3 BOX CULVERT 1210 LF 30 CL C CONC (CAP) 1 CY Unit Cost Estimated Completed Completed Total Quanity Total $20,000.00 $20,000.00 1 $20,000.00 $1,000.00 $1,000.00 1 $1,000.00 $410.00 $410.00 1 $410.00 $440.00 $440.00 1 $440.00 $61.00 $16,531.00 271 $16,531.00 $1.06 $5,146.30 4855 $5,146.30 $1.00 $4,730.00 4730 $4,730.00 $960.00 $57,600.00 60 $57,600.00 $92.00 $4,508.00 49 $4,508.00 $118.00 $944.00 8 $944.00 $94.00 $132,352.00 1408 $132,352.00 $120.00 $25,080.00 209 $25,080.00 $153.00 $149,328.00 976 $149,328.00 $260.00 $125,580.00 483 $125,580.00 $340.00 $143,480.00 422 $143,480.00 $630.00 $56,700.00 90 $56,700.00 $7,400.00 $29,600.00 4 $29,600.00 $12,700.00 $12,700.00 1 $12,700.00 $3,000.00 $18,000.00 6 $18,000.00 $10,200.00 $10,200.00 1 $10,200.00 $3,700.00 $3,700.00 1 $3,700.00 $7,500.00 $7,500.00 1 $7,500.00 $7,800.00 $15,600.00 2 $15,600.00 $9,800.00 $9,800.00 1 $9,800.00 $12,100.00 $12,100.00 1 $12,100.00 $10,700.00 $42,800.00 4 $42,800.00 $14,000.00 $14,000.00 1 $14,000.00 $17,400.00 $17,400.00 1 $17,400.00 $500.00 $605,000.00 1210 $605,000.00 $2,200.00 $2,200.00 1 $2,200.00 Friday, November 1, 2024 Page 2 of 7 City Project Numbers 102802 DOE Number 2802 Contract Name WATER, PAVING, DRAINAGE AND LIGHTING IMPROVEMENTS TO S Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING & STREETLIGHTS For Period Ending 3/13/2023 Project Funding 31 STORM DRAIN MATERIAL ESCALATION COST 1 LS (CO#1) 32 7X4 BOX CULVERT ADJUSTMENTS FOR 10 LF EXISTING RBC (CO#3) 33 HEADWALL, BOX CULVERT ADJUSTMENT 6 CY FOR EXISTING RBC (CO#3) 34 18" ARCH PIPE & INLET TIE-IN (CO#3) 16 LF Sub -Total of Previous Unit ------------------- UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit No. Quanity 1 CONSTRUCTION STAKING 1 LS 2 AS -BUILT SURVERY 1 LS 3 REMOVE SIDEWALK 99 SF 4 REMOVE CONCRETE DRIVE 7824 SF 5 REMOVE FENCE 4117 LF 6 REMOVE REP RAP 372 SF 7 REMOVE GUARDRAIL 87 LF 8 REMOVE HEADWALL/SET 3 EA 9 REMOVE ASPHALT PVMT 10761 SY 10 REMOVE CONC CURB & GUTTER (CO#3) 336 LF 11 REMOVE 33" STORM LINE 160 LF 12 SITE CLEANING 1 LS 13 6"-12" TREE REMOVAL 3 EA 14 UNCLASSIFIED EXCAVATION BY PLAN (CO#3) 8371 CY 15 EMBANKMENT BY PLAN (CO#3) 8371 CY 16 BORROW BY PLAN (CO#2) 6544.8 CY 17 SWWPPP >/ 1 ACRE 1 LS 18 4" FLEXIABLE BASE, TYPE A, GR-1 (CO#2) 6295 SY (CO#3) 19 8" LIME TREATMENT (54 LBS/SY) (CO#2) 29895.7 SY 20 HYDRATED LIME (CO#2) 716.5 TN 21 2" ASPHALT PVMT TYPE D (CO#3) 308 SY 22 8" ASHPALT BASE TYPE B(CO#3) 308 SY 23 10" CONC PVMT (4,000 PSI) (CO#3) 27230 SY $27,045.42 $27,045.42 1 $27,045.42 $866.18 $8,661.80 10 $8,661.80 $1,295.57 $7,773.42 6 $7,773.42 $541.08 $8,657.28 16 $8,657.28 $1,596,567.22 $1,596,567.22 Unit Cost Estimated Completed Completed Total Quanity Total $46,800.00 $46,800.00 1 $46,800.00 $1,000.00 $1,000.00 1 $1,000.00 $5.30 $524.70 99 $524.70 $1.34 $10,484.16 7824 $10,484.16 $1.00 $4,117.00 4117 $4,117.00 $5.80 $2,157.60 372 $2,157.60 $9.92 $863.04 87 $863.04 $640.00 $1,920.00 3 $1,920.00 $1.77 $19,046.97 10761 $19,046.97 $21.50 $7,224.00 336 $7,224.00 $11.35 $1,816.00 160 $1,816.00 $9,000.00 $9,000.00 1 $9,000.00 $1,000.00 $3,000.00 3 $3,000.00 $12.50 $104,637.50 8371 $104,637.50 $6.15 $51,481.65 8371 $51,481.65 $15.35 $100,462.68 6544.8 $100,462.68 $29,700.00 $29,700.00 1 $29,700.00 $12.00 $75,540.00 6295 $75,540.00 $4.50 $134,530.65 29895.7 $134,530.65 $170.00 $121,805.00 716.5 $121,805.00 $36.18 $11,143.44 308 $11,143.44 $93.11 $28,677.88 308 $28,677.88 $70.00 1,906,100.00 27230 1,906,100.00 Friday, November 1, 2024 Page 3 of 7 City Project Numbers 102802 DOE Number 2802 Contract Name WATER, PAVING, DRAINAGE AND LIGHTING IMPROVEMENTS TO S Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE & PAVING For Period Ending 3/13/2023 Project Funding 24 8" CONCRETE DRIVEWAY (CO#3) 25356 SF $7.00 $177,492.00 25356 $177,492.00 25 4" CONC SIDEWALK (CO#3) (CO#3) 70867 SF $4.74 $335,909.58 70867 $335,909.58 26 4" CONC SIDEWALK, ADJACENT TO CURB 6899 SF $7.10 $48,982.90 6899 $48,982.90 (CO#3) 27 BARRIER FREE RAMP, TYPE P-1 2 EA $2,200.00 $4,400.00 2 $4,400.00 28 4" SLD PVMT MARKING HAS (W) (CO#3) 1095 LF $0.89 $965.65 1085 $965.65 29 4" SLD PVMT MARKING HAS (Y) 10433 LF $0.89 $9,285.37 10433 $9,285.37 30 8" SLD PVMT MARKING HAS (W) (CO#3) 1420 LF $2.00 $2,840.00 1420 $2,840.00 31 8" SLD PVMT MARKING HAS (Y) 48 LF $2.00 $96.00 48 $96.00 32 4" BRK PVMT MARKING HAS (Y) 2440 LF $1.20 $2,928.00 2440 $2,928.00 33 4" BRK PVMT MARKING HAS (W) 2390 LF $1.20 $2,868.00 2390 $2,868.00 34 24" SLD PVMT MARKING HAE (W) 22 LF $15.00 $330.00 22 $330.00 35 RTFLRAISED MARKER TYI-C(CO#3) 276 EA $4.00 $1,104.00 276 $1,104.00 36 REFL RAISED MARKER TY 11-A-A 246 EA $4.00 $984.00 246 $984.00 37 REMOVE 4" PVMT MARKING 6356 LF $0.65 $4,131.40 6356 $4,131.40 38 REMOVE 8" PVMT MARKING 1225 LF $1.75 $2,143.75 1225 $2,143.75 39 REMOVE RAISED MARKER 160 EA $1.00 $160.00 160 $160.00 40 TOPSOIL 2221 CY $8.50 $18,878.50 2221 $18,878.50 41 BLOCK SOD PLACEMENT 13329 SY $4.00 $53,316.00 13329 $53,316.00 42 REMOVE AND REINSTALL SIGN PANEL AND 2 EA $575.00 $1,150.00 2 $1,150.00 POST 43 FURNISH/INSTALL ALUM SIGN GROUND 7 EA $685.00 $4,795.00 7 $4,795.00 MOUNT CITY STD. (CO#3) 44 TRAFFIC CONTROL 12 MO $980.00 $11,760.00 12 $11,760.00 45 PORTABLE MESSAGE SIGN 50 WK $128.00 $6,400.00 50 $6,400.00 46 TRAFFIC CONTROL DETAILS 2 EA $900.00 $1,800.00 2 $1,800.00 47 REMOVE GRAVEL DRIVE 6592 SF $0.73 $4,812.16 6592 $4,812.16 48 RAIL (HANDRAIL) (TY F) 179 LF $118.00 $21,122.00 179 $21,122.00 49 SPECIFIED REMOBILIZATION (CO#1) 1 EA $92,962.34 $92,962.34 1 $92,962.34 50 PAVING MATERIAL ESCALATION COST (CO#1) 1 LS $110,859.08 $110,859.08 1 $110,859.08 51 PAVING MATERIAL ESCALATION COST - CO2 1 LS $51,099.58 $51,099.58 1 $51,099.58 (CO#2) 52 DRILL & DOWEL NEW TURN LANE(CO#3) 474.5 LF $37.08 $17,594.46 474.5 $17,594.46 53 REMOVE CONC PVMT(CO#3) 213 SY $24.92 $5,307.96 213 $5,307.96 54 SPECIFIED REMOBILZATION(CO#3) 1 EA $62,782.05 $62,782.05 1 $62,782.05 Friday, November 1, 2024 Page 4 of 7 City Project Numbers 102802 DOE Number 2802 Contract Name WATER, PAVING, DRAINAGE AND LIGHTING IMPROVEMENTS TO S Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE & PAVING For Period Ending 3/13/2023 Project Funding ------------- Sub -Total of Previous Unit $3,731,292.05 $3,731,292.05 UNIT V: STREET LIGHTING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2" CONDT RM (RISER) 60 LF $25.00 $1,500.00 60 $1,500.00 2 2" CONDT PVC SCH 80 (T) 7400 LF $9.00 $66,600.00 7400 $66,600.00 3 2" CONDT PVC SCH 80 (B) 1240 LF $10.50 $13,020.00 1240 $13,020.00 4 EXPLORATORY EXCAVATION OF EXISTING 100 EA $50.00 $5,000.00 100 $5,000.00 UTILITES 5 NO 6 INSULATED ELEC CONDR 30520 LF $1.00 $30,520.00 30520 $30,520.00 6 NO 6 BARE ELEC CONDR SLD 7990 LF $1.00 $7,990.00 7990 $7,990.00 7 GROUND BOX TYPE B W/APRON 23 EA $550.00 $12,650.00 23 $12,650.00 8 FURNISH/INSTALL TYPE 33A ARM 41 EA $199.50 $8,179.50 41 $8,179.50 9 FURNISH/INSTALL240-480 VOLT SINGLE 2 EA $6,000.00 $12,000.00 2 $12,000.00 PHASE METERED PED 10 FURNISH/INSTALL LED LIGHTING FIXTURE 41 EA $377.85 $15,491.85 41 $15,491.85 (137 WATT ATBC2 C 11 RDWY ILLUM FOUNDATION TY 3,5,6, AND 8 41 EA $1,050.00 $43,050.00 41 $43,050.00 12 FURNISH/INSTALL RDWAY ILLUM TY 18 POLE 41 EA $1,594.90 $65,390.90 41 $65,390.90 13 STREET LIGHTING MATERIAL ESCALTION 1 LS $26,373.15 $26,373.15 1 $26,373.15 COST (CO#1) Sub -Total of Previous Unit $307,765.40 $307,765.40 Friday, November 1, 2024 Page 5 of 7 City Project Numbers 102802 DOE Number 2802 Contract Name WATER, PAVING, DRAINAGE AND LIGHTING IMPROVEMENTS TO S Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 3/13/2023 Project Funding Contract Information Summary Original Contract Amount $5,113,978.04 Change Orders Change Order Number 1 $27,045.42 Change Order Number 1 $203,821.42 Change Order Number 2 $77,548.21 Change Order Number 3 $25,092.50 Change Order Number 3 $161,765.93 Change Order Number 1 $26,373.15 Total Contract Price $5,635,624.67 Total Cost of Work Completed $5,635,624.67 Less % Retained $0.00 Net Earned $5,635,624.67 Earned This Period $5,635,624.67 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 $5,635,624.67 Friday, November 1, 2024 Page 6 of 7 City Project Numbers 102802 DOE Number 2802 Contract Name WATER, PAVING, DRAINAGE AND LIGHTING IMPROVEMENTS TO S Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 3/13/2023 Project Funding Project Manager NA Inspectors G.DEYON / R.ROGERS Contractor TEXAS STERLING CONSTRUCTION, INC. 2100 N. HWY 360, STE. 106-A GRAND PRAIRIE, TX 75050 City Secretary Contract Number Contract Date 1/14/2021 Contract Time 170 WD Days Charged to Date 415 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 $5,635,624.67 Less % Retained $0.00 Net Earned $5,635,624.67 Earned This Period $5,635,624.67 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 $5,635,624.67 Friday, November 1, 2024 Page 7 of 7 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Oak Grove Road (From Enon Ave to Joel East Rd) CONTRACT: CS-55443 rt, CS-55443-CAI CFA # CFA21-0004 I CITY PARTICIPATION: CITY PROJECT # 102802 CITY SECRETARY CONTRACT # CS-55443 8 CS-55443-CAI FID # 30114-0200431-102802-EO7685 FILE # X-26673, W-2796 YES INSPECTOR: Russell Rogers Phone No: 214-980-2068 PROJECT MANAGER: Debbie J. Willhelm Phone No: 817-392-2481 WATER Developer City Cost Cost ORIGINAL CONTRACT S 491,481.00 $ EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE S 491,461.00 S AMOUNT OF PROP. CHANGE ORDER 3 ti7,U42.ti : $ REVISED CONTRACT AMOUNT S 414,438.96 $ TOTAL REVISED CONTRACT AMOUNT $414,438.96 PER UNIT REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER Developer City Cost Coat S $ - s - S - S - So.00 $4,585,656.99 CONTRACT UNIT DRAINAGE Developer City Cost Cost S 1,544,429.30 S $ 1,544,429.30 $ - $ 27,045.42 $ - $ 1,571,474.72 $ - $1,57IA74.72 City Cost: $5,785,656.99 CHANGE ORDER No: CSC NO. 55443-COI 1 REVIEWED By Debbie J. Wilhelm at 5.21 pm, Jun 24, 2024 I PAVING STREET LIGHTS CONTRACT DeveloperDAYS Cost I City Cost Developer Cost I City Cat S 2,088,156.49 S 1,200,000.00 $ 281,392.25 $ 170 S 2,088,15B.49 S 1,200,000.00 $ 281,392.25 $ $ 203.821.42 S • $ 26.373.15 S S 2,291,977.91 $ 1,200,000.00 S 307,705.40 S $3,491,977.91 $307,765.40 $1,200,000.00 170 145 315 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documgnts PAY ITEM q I CITY BIDITEM ( QUANTITY UNIT I ITEM DESCRIPTION I UNIT PRICE I DE TER I CITY I COS COST UNIT I: WATER IMPROVEMENTS 4 3305.0103 -2 EA Wofatory Excavation of Existing Utilities $ 1.465.00 S (2,930.00) S - 8 3305.0109 -416 LF Trench Safetv 1.00 S (416.00) - 11 3305.0116 -2 CY Concrete Engpsemgnt for Utility Pi 150.00 S �300.00) - - 14 3311.0001 -0.5 TN Ductile Iron Water Fittings w/Restrain 2500.00 $ (1,250.00) - - 15 3311.0451 -31 LF 12" DIP Water0. S 9,300.00) - - 18 3311.0457 14 LF 12' DIP Water. CLSM Backfill 530. S 420.00) - - 17 3311.0461 -385 LF 12" PVC Water Pipe 140.1 S (3,900.00) - 19 3312.0106 -1 EA Connection to Existing 16' Water Main 2.715.00 S ((2,715.00) - 21 3312.0117 -1 EA Connection to Existing 4"-12' Water Main 3 100.00 S {3,100.00) - 22 3312.3005 -2 EA 12' Gate Valve 31�00. (1 S +7,600.00) - 23 3312.4114 EA 16'X12' Taooing Sleeve & Valve 6 800. S {6,800.00) - NEW 9999.9999 1 LS Water Material Escalation Cost 18-188. 18,688.96 - UNIT I: WATER IMPROVEMENTS SUBTOTAL `4) - UNIT 111: DRAINAGE IMPROVEMENTS NEW 9999.9999 1 LS Drain Material Esca5.42 $ 27,045.42 45.42 I IStorm I uNlT Ition IIoDRAINAGE IMPROVEMENTS SUBTOTAL I'1 27. 15 iS - UNIT IV: PAVING J�![PROVEMENTS NE 0170.0101 1 EA�Soa-cified Remoylizapon 92�962.34 92 962.34 NEW 9999.9999 1 LS Paving Material Escalation Cost 110,859.06 �10 859.08 _ NIT IV: PAVING IMPROVEMENTS SUBTOTAL S 03.i21.42 UNIT V: STREET LIGN I ING IMPROVE ENTS NEW 9999.9999 1 LS Lighting Material CLIGHTING $ 26'373.15 I I IStreet UNIT V: STREET IMPROVEMENTS SUBTOTAL I I 26,373.15 $ - GRAND' 5180.197.95I 50.00 REASONS FOR CHANGE ORDER 1. Watedines Band C were removed from the scope and added to CPN 102807, X-26675. Changes correspond to Revision 01 as shown on Sheets C-07 & C-08 of the construction plans. No change in the number of working days. This cost will be 100% Developer funded. 2. Substantial Completion date for Waterlines A & B are hereby removed from the Bid Form Section 00 4100 Item 4.1. 3. Realignment of Storm Drain Line B was required due to franchise utility conflicts. Changes correspond to Revision 02 as shown on Sheets C-36, 39, 41, 42, & 54. No change in cost or number of working days. 4. Due to delays in franchise utility relocations, demobilization and remobilization were required. An additional 145 working days are requested for this change order. This cost will be 100% Developer funded. 5. Due to delays in franchise utility relocations, cost of materials escalated at the beginning of 2022 par contract with suppliers. This cost will be 100% Developer funded. CITY FUNDS ARE INVOLVED ON THIS CONTRACT, BUT DEVELOPER IS RESPONSIBLE FOR 100% OF THIS CHANGE ORDER COST. NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Revised: 10-12-2011 Page 2 RECOMMENDED: Kimlley�-.Hom and Associates, Inc. By: :.odybrlwer (Apr I1, M0 1425 CDT) Name: Cody Brewer, PE Title: Associate APPROVED: Carter Park East Land, LLC By: Name: Matt Colter Title: Senior Manaoinq Director APPROVAL RECOMMENDED: APPROVED: (CFW - Sponsoring Department) (CFW - Assistant City Manager) By: By; Name: Tammy Lewis Name: Dana Burghdoff Title: Development Svc. Bus. Process Analyst I Title: Assistant City Manaaer RECOMMENDED: (CFW - 'Contract Compliance Manager) By: Name: Debbie J. Willhelm Title: Senior Professional Engineer M&C Number: MC 23-0099 M&C Date Approved: 2/14/2023 ATTEST: By: Name: Jannette S. Goodall Title: City Secretary APPROVED: Texas Sterling Construction Co. By: Name: Justin Wild Title: North Texas Area Manaaer APPROVED AS TO FORM AND LEGALITY: (CFW - Assistant City Attomey ) By: Name: Richard McCracken Title: Senior Assistant City Attorney Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. ❑ There are NO City Funds associated with this Contract F] There are City Funds associated with this Contract Revised: 10-12-2011 Page 3 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Oak Grove Road (From Enon Ave to Joel East Rd) CONTRACT: CS-55443 & CS-55443-CAI CFA # CFA21-0004 I CITY PARTICIPATION: CITY PROJECT # 102802 CITY SECRETARY CONTRACT # CS-55443 & CS-55443-CAI FID # 30114-0200431-102802-EO7685 FILE # X-26673, W-2796 INSPECTOR: PROJECT MANAGER: Russell Rogers Phone No: Debbie J. Willhelm Phone No: WATER Develspsr Cost City Cost ORIGINAL CONTRACT S 491.481.00 S EXTRAS TO DATE CREDITS TO DATE $ 77,047-04 CONTRACT TO DATE S 414,438.96 $ AMOUNT OF PROP. CHANGE ORDER i $ REVISED CONTRACT AMOUNT $ 414,438.96 $ TOTAL REVISED CONTRACT AMOUNT $414,438.96 PER UNIT REVISED COST SHARE Dw. Cost: TOTAL REVISED CONTRACT SEWER Developer City Cost Cost S S - S S S S S S $0.00 $4,663,205.20 YES 214-980-2068 817-392-2481 CONTRACT UNIT DRAINAGE Dmloper City Cost Cost S 1,544,429.30 $ $ 27,045.42 $ 1,571,474.72 $ - $ 1,571,474.72 $ - $1,571,474.72 City Cost: $5,879,401.40 CHANGE ORDER No: 2 55443-0O2 REVIEWED By Debbie J. Willhelm at 5.22 pm, Jun 24, 2024 PAVING STREET LIGHTS CONTRACT Developer DAYS Cost City Cost Developer Cost City Cost $ 2,088,156.49 S 1,200,000.00 S 281,392.25 $ 170 $ 203,821.42 $ 26,373.15 145 $ 2,291,977.91 $ 1,200,000.00 $ 307,765.40 $ 315 $ 77,548.21 $ 15,196.20 S $ 0 S 2,369,526.12 S 1,215,196.20 $ 307,7a5.40 S 315 $3,584.722.32 $307,765.40 $1,215,196.20 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents PAY ITEM # I CITY BID ITEM I QUANTITY I UNIT UNIT IV: PAVING IMPROVEMENTS 16 3123.0103 1544.8 CY 18 3211,0111 5276 SY 19 3211.0502 -3303.3 SY 20 3211.0400 -179.5 TN NEW 3211.xxxx 1 LS ITEM DESCRIPTION UNIT PRICE I DE CITY COST ER I COST Borrow By Plan 15.35 $ 15 059.92 $ 8,652.76 4" Flexible Base, Type A, GR-1 12.00 $ 40 ?09.45 $ 23.102.55 8" Lime Treatment (54 LBS/SY) $ 4.50 �" (9, t40.67) $ (5,424.18) Hydrated Lime 170.00 $ (19,380.08) $ (11,134.92) Paving Material Escalation Cost- CO2 51,099.58 1 51,099.58 $ - UNIT IV: PAVING IMPROVEMENTS SUBTOTAL 77,548.21 $ 15.196.20 GRAND TOTAL $77.548.21 $15.196.20 REASONS FOR CHANGE ORDER 1. Adjustment to roadway profile due to conflict between lime subgrade and storm box culvert. Replaced lime treatement with Rex base subgrade for sections where box culvert was in conflict with subgrade. Changes correspond to Revision 03 as shown on Sheets C-18, 36, 53, 56, & 57 of the construction plans. 2. Due to delays in franchise utility relocations, cost of paving materials escalated at the beginning of 2022 per contract with suppliers. This cost will be 100% Developer funded. 3. No change in the number of working days for this change order. CITY FUNDS ARE INVOLVED ON THIS CONTRACT. DEVELOPER WILL BE RESPONSIBLE FOR $77,555.04 AND CITY WILL BE RESPONSIBLE FOR $15,196.20 FOR THIS CHANGE ORDER. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) Revised: 10-12-2011 Page 2 RECOMMENDED: APPROVED: Kimley-Horn and Associates, Inc. Carter Park East Land, LLC By: By: Name: Cody Brewer, PE Name: Matt Colter Title: Associate Title: Senior Managing Director APPROVAL RECOMMENDED: APPROVED: (CFW - Sponsoring Department) (CFW - Assistant City Manager) By: By: Dana Rarghdaff Name: Tyson W. Thompson Name: Dana Burghdoff Title: Assistant Development Services Director Title: Assistant City Manager RECOMMENDED: (CFW - 'Contract Compliance Manager) By: Name: Debbie J. Willhelm Title: Senior Professional Enlaineer M&C Number: MC 23-0099 M$C Date Approved: 2/1412023 ATTEST: By: BEENEENEEP Name: Jannette S. Goodall Title: City Secretary APPROVED: Texas Sterling Construction Co. By: Name: Justin Wild Title: North Texas Area Manager APPROVED AS TO FORM AND LEGALITY: (CFW - Assistant City Attorney) By: Name: Richard McCracken Title: Senior Assistant City Attorney ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. There are NO City Funds associated with this Contract There are City Funds associated with this Contract Revised: 10-12-2011 Page 3 PROJECT NAME: CONTRACT: ICFA# ICITY PROJECT # CITY SECRETARY CONTRACT # FID # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Oak Grove Road (From Enon Ave to Joel East Rd) Water, Paving, Drainage, and Street Lighting CFA21-0004 102802 CS-55443 & CS-55443-CAI 30114-0200431-102802-EO7685 X-26673, W-2796 CITY PARTICIPATION: Russell Rogers Phone No: Debbie J. Willhelm Phone No: WATER Developer Cost City Cost ORIGINAL CONTRACT $491,481.00 $0.00 EXTRAS TO DATE CREDITS TO DATE $77,042.04 CONTRACT TO DATE $414,438.96 $0.00 AMOUNT OF PROP. CHANGE ORDER $ 114,698.76 $0.00 REVISED CONTRACT AMOUNT $529,137.72 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $529,137.72 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER Developer Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,964,762.39 YES CHANGE ORDER No: 3 Revised (214) 980-2068 (817)392-2481 CONTRACT UNIT DRAINAGE PAVING LveloperCost Developer Cost CityCost City Cost $1,544,429.30 $0.00 I $2,088,156.49 $1,200,000.00 $27,045.42 $281,369.63 $15,196.20 $1,571,474.72 $0.00 $2,369,526.12 $1,215,196.20 $ 25,092.50 $0.00 $ 161,765.93 $ (15,196.20) $1,596,567.22 $0.00 $2,531,292.05 I $1,200,000.00 $1,596,567.22 $3,731,292.05 CSC No. 55443-0O3 REVIEWED By Debbie J. Willhelm at 1:29 pm, Oct 09, 2024 STREET LIGHTS Developer Cost City Cost $281,392.25 $0.00 $26,373.15 $307,765.40 $0.00 $ $0.00 $307,765.40 $0.00 $307,765.40 City Cost: $1,200,000.00 $6,164,762.39 CONTRACT DAYS 170 145 315 129 444 1 Change Order 03 Revised: 12-17-2018 Page 1 i iYou are directed to make the following changes in the contract documents: PAY ITEM # CITY BID ITEM # I QUANTITY UNIT I ITEM DESCRIPTION UNIT PRICE I DEVELOPER COST CITY COST UNIT 1: WATER IMPROVEMENTS 3 3305.0102 3 EA Cathodic Protection Test Station Adjustment $ 1,700.00 $ 5,100.00 $ 6 3305.0108 2 EA Miscellaneous Structure Adjustment $ 3,400.00 $ 6,800.00 $ 10 3305.0114 1 EA Manhole Adjustment, Major w/ cover $ 5,000.00 $ 5,000.00 $ NEW 9999.9999 1 LS Water Material Escalaltion Cost $ 26,104.64 $ 26,104.64 $ NEW 9999.0004 1 EA 8" Waterline Lowering $ 69,011.05 $ 69,011.05 $ NEW 0170.0101 1 EA Specified Remobilization for 8" WL Lowering $ 2,683.07 $ 2,683.07 $ UNIT I: WATER IMPROVEMENTS SUBTOTAL $ 114.698.76 $ JUNIT III: DRAINAGE IMP OVEMENTS NEW 3341.1402 10 LF Box Culvert Adjustments for Existing RBC $ 866.18 $ 8,661.80 $ NEW 3349.1000 1 6 1 CY 17x4 Headwall, Box Culvert Adjustment for Existing RBC $ 1,295.57 $ 7,773.42 $ NEW 9999.0003 16 LF 18" Arch Pipe & Inlet Tie-in $ 541.08 $ 8,657.28 $ UNIT III: DRAINAGE IMPROVEMENTS SUBTOTAL $ 25.092.50 $ UNIT IV: PAVING IMPROVEMENTS 10 0241.1300 316 LF Remove Conc Curb & Gutter $ 21.50 $ 6,794.00 $ j 14 3123.0101 171 CY Unclassified Excavation by Plan $ 12.50 $ 2,137.50 $ 15 3124.0101 171 CY Embankment by Plan $ 6.15 $ 1,051.65 $ j 16 (Back out City funds/Add to Dev for CO2) 3123.0103 CY Borrow By Plan $ 8.652.76 $ (8,652.76)1 18 (Back out City funds/Add to Dev for CO2) 3211.0111 SY 4" Flexible Base, Type A, GRA $ 23,102.55 $ (23,102.55)] 18 3211.0111 555 SY 4" Flexible Base, Type A, GR-1 $ 12.00 $ 6,660.00 $ - 19 (Back out City funds/Add to Dev for CO2) 3211.0502 SY 8" Lime Treatment (54 LBS/SY) $ (5,424.19) $ 5,424.19 20 (Back out City funds/Add to Dev for CO2) 3211.0400 TN Hydrated Lime $ (11,134.92) $ 11,134.92 21 3212.0302 213 SY 2" Asphalt Pvmt Type D $ 36.18 $ 7,706.34 $ - j 22 3212.0505 213 SY 8" Asphalt Pvmt Type B $ 93.11 $ 19,832.43 $ j 23 3213.0105 9 SY 10" Conc Pvmt (4,000 PSI) $ 70.00 $ 630.00 $ 24 3213.0403 -432 SF 8" Concrete Driveway $ 7.00 $ (3,024.00) $ j j 25 3213.0301 3129 SF 4" Conc Sidewalk $ 4.74 $ 14,831.46 $ 25 3213.0301 -828 SF 4" Conc Sidewalk $ 4.74 $ (3,924.72) $ 26 3213.0311 828 SF 4" Conc Sidewalk, Adjacent to Curb $ 7.10 $ 5,878.80 $ 28 3217.0010 420 LF 4" SLID Pvmt Marking HAS (W) $ 0.89 $ 373.80 $ 30 3217.0201 276 LF 8" SLID Pvmt Marking HAS (W) $ 2.00 $ 552.00 $ 35 3217.2102 4 EA REFL Raised Marker TY 1-C $ 4.00 $ 16.00 $ 43 3441.4110 2 EA Furnish/Install Alum Sign Ground Mount City Sid. $ 685.00 $ 1,370.00 $ NEW 9999.0002 474.5 LF Drill & Dowel New Turn Lane $ 37.08 $ 17,594.46 $ NEW 0241.1000 213 SY Remove Conc Pvmt $ 24.92 $ 5,307.96 $ NEW 0170.0101 1 EA Specified Remobilizaloin $ 62,782.05 $ 62,782.05 $ UNIT IV: PAVING IMPROVEMENTS SUBTOTAL $ 161.765.93 $ (15,196.20) GRAND TOTAL $ 301,557.19 1 $ (15,196.20) Asterisk (') indicates New Pay Item Change Order 03 Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER 1. Adjustments to driveways along the East side of Oak Grove, and addition of a turn lane. Changes correspond to Revision 04 as shown on Sheets C-53, 54, 55, 56, 60, & 64. Thirty one additional working days required due to revision. 2. Additional cathodic protection test stations, miscellaneous structures, and manholes found in the field during demolition of existing asphalt roadway. Adjustments made to these structures to match proposed roadway elevation. Additional working days required for these adjustments. 3. Adjustment to light pole locations due to newly installed overhead electric lines. Sidewalk bumpouts installed to allow for new light pole locations within parkway. 4. Adjustment to asphalt tie in at north end due to ongoing construction of Joel East & Oak Grove intersection. Additional striping and signage needed for new tie in at this intersection. 5. Lowering of existing 8" waterline found to be in conflict with Storm Line B just south of Enon Avenue. 6. Depth of inlets on laterals A-8 & B-2 not sufficient to allow for 24" pipe and full paving section. Lateral connection to inlet altered to arch pipe to avoid conflict with roadway pavement section. 7. Connection to existing box culverts at north outfall found to be lower in field. Additional CIP box culvert required to tie into existing culverts. Headwall extended to match existing flowline found in field. Additional concrete required to pour extended headwall. Additional working days required for this adjustment. 8. Remobilization required to complete the paving improvements. This Change Order No. 3 will be the final change order requested for close-out. CITY FUNDS ARE INVOLVED ON THIS CONTRACT. DEVELOPER WILL BE RESPONSIBLE FOR $301,557.22 AND CITY WILL BE REFUNDED $15,196.20 FOR THIS CHANGE ORDER. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Change Order 03 Revised: 12-17-2018 Page 3 RECOMMENDED: APPROVED: KKiim`lleyy-Horn and Associates, Inc. Carter Park East Land, LLC, By: U By: Name: Cody Brewer, PE Name: Matt Colter Title: Associate Title: Senior Managing Director APPROVAL RECOMMENDED: APPROVED: CFW- Sponsoring Department CFW- Assistant City Manager , Dana Burandof•F By: - By: u,, e�dddgan. e, xc9con Name: Tyson W. Thompson Name: Dana Burqhdoff Title: Assistant Development Services Director Title: Assistant City Manager RECOMMENDED: ATTEST: CFW - 'Contract Compliance Manager By: O By: Name: Debbie J. Willhelm Name: Jannette S. Goodall Title: Senior Professional Engineer Title: City Secretary M&C Number: MC 24-0139 M&C Dale Approved: 2/27/2024 Revised: 12-17-2018 APPROVED: Texas Sterling Construction Co. R&h"d Hen.Jertot� kkh,rd lleMEwn((xli, }ol U95(CUiI By: Name: Richard Henderson Title: North Texas Area Manager APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney Name: Richard McCracken Title: Senior Assistant City Attorney • Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. There are NO City Funds associated with this Contract � Fhere are City Funds associated with this Contract Change Order 03 Page 4 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS July 24, 2024 Texas Sterling 1441 Air Port Fwy, Suite 350 Euless TX 76040 RE: Acceptance Letter Project Name: Paving ,drainage, street lights to serve Oak Grove Road Project Type: Water ,paving , drainage, street lights City Project No.: 102802 To Whom It May Concern: On June 25, 2024 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 July 18, 2024. 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 July 18, 2024, 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- 392-2481. Sincerely, TJe66ie �. uJ'N49., Debbie Willhelm, Project Manager Cc: Russell Rogers, Inspector Gary Deyon, Inspection Supervisor Lorri Pitts, Senior Inspector Victor Toreno, Program Manager Kimley Horne, Consultant Texas Sterling, Contractor Carter Park East, Land, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 DocuSign Envelope ID: 12D2CC94-7045-4D64-920C-84424B97C468 ATTACHMENT NO. 7 Final Release of Lien CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT STATE OF TEXAS COUNTY OF TARRANT PROJECT: OAK GROVE ROAD JOB NO.: 2102- On receipt by the signer of this document of a check from Texas Sterling Construction Co. (maker of check) in the sum of $ 1,858.29 payable to REYNOLDS ASPHALT AND CONST. (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has or may have on the property of CARTER PARK EAST LAND. LLC (Owner) located at 1717 McKINNEY AVENUE, SUITE 1900, DALLAS TX 76202 (location) to the following extent: ;IAK GROVE ROAD. This release covers the FINAL PAYMENT to the signer for all labor, services, equipment, or materials furnished to the property or to Texas Sterling Construction Co. (person with whom signer contracted). Before any recipient of this document relies on it, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this FINAL PAYMENT to pay promptly and in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this Conditional Waiver and Release on Final Payment. The signer warrants that the signer receives funds from this FINAL PAYMENT in trust for others to the extent that final payment corresponds to those others. THE SIGNER ACKNOWLEDGES AND AGREES THAT UPON RECEIPT OF THE FINAL PAYMENT SUM AND IN CONSIDERATION FOR THE FINAL PAYMENT SUM, SUBCONTRACTOR FOREVER RELEASES CONTRACTOR, CONTRACTOR'S SURETY, AND THE OWNER FROM ANY CLAIM OR CLAIMS NOW EXISTING AND FROM ANY AND ALL FUTURE CLAIM OR CLAIMS RELATED TO THE SUBCONTRACT WORK. SUBCONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE CONTRACTOR; ITS SURETIES, IF ANY; AND, THE OWNER FROM ALL LIENS, CLAIMS, AND DEMANDS (INCLUDING ATTORNEYS FEES) ARISING OUT OF OR RELATED TO WORK, SERVICES, LABOR AND/OR MATERIALS PROVIDED; ARISING FROM, BY OR THROUGH THE SUBCONTRACTOR; AND/OR RELATED TO LABOR, MATERIAL, EQUIPMENT OR SERVICES PROVIDED TO OR THROUGH THE SUBCONTRACTOR FOR USE ON THE PROJECT. The signer warrants that the signer has authority to sign this Conditional Waiver and Release on Final Payment and that the signer has not assigned any claim for payment, any right to perfect a lien claim, or any contractual, statutory or constitutional lien against the property in connection with the above -described Work. In the event that any provision(s) or portion(s) of this Conditional Waiver and Release on Final Payment is/are determined by a court of competent jurisdiction to be contrary to law or otherwise to be unenforceable, the signer or anyone standing in the signer's stead agrees to be bound to those provisions and those portions of this Conditional Waiver and Release on Final Payment that conform to state law and are enforceable. Date 7/18/2024 REYNOLIrS_�j$PHALT NND C_QNBr (Company -tame) Retainage Release By (Signature) GARY REYNOL (Printed Name) PRESIDENT / (Title) SUBSCRIBEF''AND SWORN to before me this 18th day of July 2024, by Gary E. Reynolds, President of Rkynoids Asphalt & Construction Co. BY 1< N ublic, State of Texas 2102SL08-RAC -OAK GROVE ROAD Page loft LAURA BETH MAYO =z;PaY Pue�=Notary Public, state of Texas Comm. Expires 06 17 2027 }� Notary ID 7070545 DocuSign Envelope ID. EES36BD6-B923467A-BA9&72F8A4CFB450 ATTACHMENT NO. 7 Final Release of Lien CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT STATE OF TEXAS COUNTY OF PROJECT: OAK GROVE ROAD JOB NO. 2102- On receipt by the signer of this document of a check from Texas Sterling Construction Co. (maker of check) in the sure of $ 555.83 payable to TFXOP CONSTRUCTION LP !payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanics lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has or may have on the property of CARTER PARK EAST LAND LLC (Owner) located at 1717 McKinney Avenue, Suite 1900. Dallas. TX 75202 (location) to the following extent: 6AK GROVE ROAD. This release covers the FINAL PAYMENT to the signer for all labor, services, equipment, or materials furnished to the properly or to Texas Sterling Construction Co. (person with whom signer contracted). Before any recipient of this document relies on it, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this FINAL PAYMENT to pay promptly and in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this Conditional Waiver and Release on Final Payment. The signer warrants that the signer receives funds from this FINAL PAYMENT in trust for others to the extent that final payment corresponds to those others THE SIGNER ACKNOWLEDGES AND AGREES THAT UPON RECEIPT OF THE FINAL PAYMENT SUM AND IN CONSIDERATION FOR THE FINAL PAYMENT SUM, SUBCONTRACTOR FOREVER RELEASES CONTRACTOR, CONTRACTOR'S SURETY, AND THE OWNER FROM ANY CLAIM OR CLAIMS NOW EXISTING AND FROM ANY AND ALL FUTURE CLAIM OR CLAIMS RELATED TO THE SUBCONTRACT WORK. SUBCONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE CONTRACTOR; ITS SURETIES, IF ANY; AND, THE OWNER FROM ALL LIENS, CLAIMS, AND DEMANDS (INCLUDING ATTORNEYS FEES) ARISING OUT OF OR RELATED TO WORK, SERVICES, LABOR ANDIOR MATERIALS PROVIDED; ARISING FROM, BY OR THROUGH THE SUBCONTRACTOR; ANDIOR RELATED TO LABOR, MATERIAL, EQUIPMENT OR SERVICES PROVIDED TO OR THROUGH THE SUBCONTRACTOR FOR USE ON THE PROJECT. The signer warrants that the signer has authority to sign this Conditional Waiver and Release on Final Payment and that the signer has not assigned any claim for payment, any right to perfect a lien claim, or any contractual, statutory or constitutional lien against the property in connection with the above -described Work, In the event that any provision(s) or portion(s) of this Conditional Waiver and Release on Final Payment islare determined by a court of competent jurisdiction to be contrary to law or otherwise to be unenforceable, the signer or anyone standing in the signer's stead agrees to be bound to those provisions and those portions of this Conditional Waiver and Release on �Final Payment that conform to state law and are enforceable. Retainage Release TEXDP� C71 N LP (Company name) (Signature) (Printed Name) y5 (Title) SUBSCRIBED AN6,9 ORN to before me this I v day o 2102SL03-TF-XOP - OAK GROVE ROAD rage 1of1 B Notar"uNic, State of Texas e TONIA RENE MCCLOUD Notary ID #126386356 my Commission Expires -J January 24, 2028 DocuSign Envelope ID: F8CC9197-3A7C-4C89-A86E-703BDE4A2F3C ATTACHMENT NO. 7 Final Release of Lien CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT STATE OF TEXAS COUNTY OF PROJECT: OAK GROVE ROAD JOB NO.: 2102- On receipt by the signer of this document of a check from Texas Sterling Construction Co. (maker of check) in the sum of $ 21..359.77 payable to NORTH TEXAS CONTRACTING, INC. (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has or may have on the property of CARTER EAST PARK LAND, LLC (Owner) located at 11717 McKINNEY AVENUE. SUITE 1900, DALLAS, TX 75202 (location) to the following extent: OAK GROVE ROAD. This release covers the FINAL PAYMENT to the signer for all labor, services, equipment, or materials furnished to the property or to Texas Sterling Construction Co. (person with whom signer contracted). Before any recipient of this document relies on it, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this FINAL PAYMENT to pay promptly and in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this Conditional Waiver and Release on Final Payment. The signer warrants that the signer receives funds from this FINAL PAYMENT in trust for others to the extent that final payment corresponds to those others. THE SIGNER ACKNOWLEDGES AND AGREES THAT UPON RECEIPT OF THE FINAL PAYMENT SUM AND IN CONSIDERATION FOR THE FINAL PAYMENT SUM, SUBCONTRACTOR FOREVER RELEASES CONTRACTOR, CONTRACTOR'S SURETY, AND THE OWNER FROM ANY CLAIM OR CLAIMS NOW EXISTING AND FROM ANY AND ALL FUTURE CLAIM OR CLAIMS RELATED TO THE SUBCONTRACT WORK. SUBCONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE CONTRACTOR; ITS SURETIES, IF ANY; AND, THE OWNER FROM ALL LIENS, CLAIMS, AND DEMANDS (INCLUDING ATTORNEYS FEES) ARISING OUT OF OR RELATED TO WORK, SERVICES, LABOR AND/OR MATERIALS PROVIDED; ARISING FROM, BY OR THROUGH THE SUBCONTRACTOR; AND/OR RELATED TO LABOR, MATERIAL, EQUIPMENT OR SERVICES PROVIDED TO OR THROUGH THE SUBCONTRACTOR FOR USE ON THE PROJECT. The signer warrants that the signer has authority to sign this Conditional Waiver and Release on Final Payment and that the signer has not assigned any claim for payment, any right to perfect a lien claim, or any contractual, statutory or constitutional lien against the property in connection with the above -described Work. In the event that any provision(s) or portion(s) of this Conditional Waiver and Release on Final Payment is/are determined by a court of competent jurisdiction to be contrary to law or otherwise to be unenforceable, the signer or anyone standing in the signer's stead agrees to be bound to those provisions and those portions of this Conditional Waiver and /Rel JJase on Final Payment that conform to state law and are enforceable. Date Retainage Release NORTH T S C �(Signature) ING, INC. (Company name) By `�� �j wCfrST�� (Printed Name) P1?o TeZ r✓If)-pJ►h6(s.V- (Title) SUBSCRIBED AND SWORN to before me this day of T�S.I--y 2�27 �.` �G.•••••• �v Pue`z i BY Notary gbiic, late of Texas Zp r 2102SL10-NORTH TEXAS CONTRACTORS, INC. - OAK GRO1 ROAD '%.:t 'E or Page lofl ;y 'L�� - ; ANWA e19 .-;-sAl - VENDOR — - ` 815046 INORTH TEXAS CONTRACTING, INC. 509310 521 487 1 04/30/21 2102SL10 APR'21 )N 87,950.00 0.00 0.00 83,552.50 0.00 4,397.50 -521 206 2 05/31/21 2102SLIO MAY-21 )N 87,820.00 0.00 0.00 83,429.00 0.00 4,391.00 721 309 210251-10.0621 06/25/21 2102SLIO )UNE'21 )N 72,080.00 0.00 0.00 68,476.00 0.00 3,604.00 '921 201 2102SLIO AUG 21 08/31/21 2102SL10 AUGUST 2W 9,000.00 0.00 0.00 8,610.00 0.00 390.00 •4221166 2102SL10 APR22 04/30,122 2102 APR 22 Pay EstirrCCO 10,800.00 0.00 0.00 10,260,00 0.00 540.00 .5221057 2102SLIO 05/22 05/25/22 MAY 2022 PAY APP )WI 37,600.00 0.00 0.00 35,720.00 0.00 1,880.00 -2231241 210251-10 FEB23 01/25/23 2102Feb23SL )WI 123,145.46 0.00 0.00 116,988.19 0.00 6,157.27 815046 428,395.46 1 0.00 1 0.001 407,035.691 0.00 1 21,359.771 -1014 „la:i by J•i' li:lii.Li'.isY'�►SIcK v�;d:�i�tia miv'sJ'sE�a:BtlVdl:c' .L�4.i1E:ti,Ilu.1.su,�ia.tri.:w�.,ua.%:�j'•9;xSr:ia �u�:si'.I. rd •�,w 4�li•�i,E.�� wo!i•+ rv, r*i'm - AMEG- TEXAS STERLING CONSTRUCTION PORT BANK ORTER,TE%ASAS 20810 FERNIIUSH LANE 35-1058/1131 HOUSTON, TEXAS 77073 DATE CHECK NO. AMOUNT (281)821-9091 07/17124 509310 $21,359.77 PAY ***Twenty-one thousand three hundred fifty-nine and 77 / 100 Dollars*** TO THE ORDER NORTH TEXAS CONTRACTING, INC. OF 4999 KELLER HASLET RD. KELLER, TX 76244 1 1EH.„ +vf �O�ES 118S0931011' 1:1131105861: 11'04444129?4u' AP Retainage Summary Drilidown Jobs: 2102- - 2102- Through Month: 07124 Invoice Total Held Released Mth Trans Date AP Reference Description Retainage Retainage Retainage !JC Company: 2 Texas Sterling Construction Co. Job: 2102- OAK GROVE ROAD Vendor: 815046 NORTH TEXAS CONTRACTING, INC 05/21 487 04/30/21 1 2102SL10 APR'21 4,397.50 06/21 206 05/31/21 2 2102SL10 MAY'21 4,391.00 07/21 309 06/25/21 2102SL10.0621 2102SL10 JUNE'21 3,604.00 09/21 201 08/31/21 2102SL10 AUG 21 2102SL10 AUGUST 2021 390.00 04122 1166 04/30/22 2102SL10 APR22 2102 APR 22 Pay Estimate 540.00 05/22 1057 05/25/22 2102SL10 05/22 MAY 2022 PAY APP 1.880.00 02/23 1241 01/25/23 2102SL10 FEB23 2102Feb23SL 6,157.27 Total For Vendor : 815046 21,359.77 Total For Job: 2102- 21,359.77 Total For JC Company: 2 21,359.77 Grand Totals : 21,359.77 4,397.50 4,391.00 3,604.00 390.00 540.00 1,880.00 6,157.27 21,359.77 21,359.77 21,359.77 21,359.77 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 Paid Retainage 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2 Texas Sterling Construction Co. Page 1 07/14/24 05:31:23 PM Date Format - MM/DD/YY APRetain.rpt Docu3ign Envelope ID: EBBCCOE5-1B12-457C-9D2B-83C22BAC0DE0 ATTACHMENT NO. 7 Final Release of Lien CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT STATE OF TEXAS COUNTY OF PROJECT: OAK GROVE ROAD JOB NO.: 2102- On receipt by the signer of this document of a check from Texas Sterling Construction Co. (maker of check) in the sum of $ 15.785.13 payable to C&S UTILITY CONTRACTORS, INC. (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has or may have on the property of CARTER EAST PARK LAND, LLC (Owner) located at 1717 McKinnev Avenue. Suite 1900. Dallas, TX 75202 (location) to the following extent: OAK GROVE ROAD. This release covers the FINAL PAYMENT to the signer for all labor, services, equipment, or materials furnished to the property or to Texas Sterling Construction Co. (person with whom signer contracted). Before any recipient of this document relies on it, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this FINAL PAYMENT to pay promptly and in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this Conditional Waiver and Release on Final Payment. The signer warrants that the signer receives funds from this FINAL PAYMENT in trust for others to the extent that final payment corresponds to those others. THE SIGNER ACKNOWLEDGES AND AGREES THAT UPON RECEIPT OF THE FINAL PAYMENT SUM AND IN CONSIDERATION FOR THE FINAL PAYMENT SUM, SUBCONTRACTOR FOREVER RELEASES CONTRACTOR, CONTRACTOR'S SURETY, AND THE OWNER FROM ANY CLAIM OR CLAIMS NOW EXISTING AND FROM ANY AND ALL FUTURE CLAIM OR CLAIMS RELATED TO THE SUBCONTRACT WORK. SUBCONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE CONTRACTOR; ITS SURETIES, IF ANY; AND, THE OWNER FROM ALL LIENS, CLAIMS, AND DEMANDS (INCLUDING ATTORNEYS FEES) ARISING OUT OF OR RELATED TO WORK, SERVICES, LABOR AND/OR MATERIALS PROVIDED; ARISING FROM, BY OR THROUGH THE SUBCONTRACTOR; AND/OR RELATED TO LABOR, MATERIAL, EQUIPMENT OR SERVICES PROVIDED TO OR THROUGH THE SUBCONTRACTOR FOR USE ON THE PROJECT. The signer warrants that the signer has authority to sign this Conditional Waiver and Release on Final Payment and that the signer has not assigned any claim for payment, any right to perfect a lien claim, or any contractual, statutory or constitutional lien against the property in connection with the above -described Work. In the event that any provision(s) or portion(s) of this Conditional Waiver and Release on Final Payment is/are determined by a court of competent jurisdiction to be contrary to law or otherwise to be unenforceable, the signer or anyone standing in the signer's stead agrees to be bound to those provisions and those portions of this Conditional Waiver and Releas/�� on_ Final Payment that conform to state law and are enforceable. Date �/10 Retainage Release C&S UTILITY C rACTORS, INC. (Company name) By/�(Signature) (Printed Name) P/2 y�fi— (Title) SUBSCRIBED AND SWORN to before me this K, day of � z BY - Notary Publi , f Texas 2102SLOS-C&S UTILITY CONTRACTORS - OAK GROVE ROAD Page 1ofl �►*Y'�r SLAKE MENAPACE = r Notary ID #130991676 My COMMission Expires cr February 2, 2025 DocuSign Envelope ID. 6FDEA2C3-E245AD62-AC2E-DD46934653DF ATTACHMENT NO. 7 Final Release of Lien CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT STATE OF TEXAS COUNTY OF PROJECT: OAK GROVE ROAD JOB NO.: 2102- On receipt by the signer of this document of a check from Texas Sterling Construction Co. (maker of check) in the sum of $ 614.30 payable to GJ SEEDING, LLC (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has or may have on the property of CARTER PARK EAST LAND. LLC (Owner) located at 1717 McKinnev Avenue, Suite 1900, Dallas, TX 75202 (location) to the following extent: OAK GROVE ROAD. This release covers the FINAL PAYMENT to the signer for all labor, services, equipment, or materials furnished to the property or to Texas Sterling Construction Co. (person with whom signer contracted). Before any recipient of this document relies on it, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this FINAL PAYMENT to pay promptly and in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this Conditional Waiver and Release on Final Payment. The signer warrants that the signer receives funds from this FINAL PAYMENT in trust for others to the extent that final payment corresponds to those others. THE SIGNER ACKNOWLEDGES AND AGREES THAT UPON RECEIPT OF THE FINAL PAYMENT SUM AND IN CONSIDERATION FOR THE FINAL PAYMENT SUM, SUBCONTRACTOR FOREVER RELEASES CONTRACTOR, CONTRACTOR'S SURETY, AND THE OWNER FROM ANY CLAIM OR CLAIMS NOW EXISTING AND FROM ANY AND ALL FUTURE CLAIM OR CLAIMS RELATED TO THE SUBCONTRACT WORK. SUBCONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE CONTRACTOR; ITS SURETIES, IF ANY; AND, THE OWNER FROM ALL LIENS, CLAIMS, AND DEMANDS (INCLUDING ATTORNEYS FEES) ARISING OUT OF OR RELATED TO WORK, SERVICES, LABOR AND/OR MATERIALS PROVIDED; ARISING FROM, BY OR THROUGH THE SUBCONTRACTOR; AND/OR RELATED TO LABOR, MATERIAL, EQUIPMENT OR SERVICES PROVIDED TO OR THROUGH THE SUBCONTRACTOR FOR USE ON THE PROJECT. The signer warrants that the signer has authority to sign this Conditional Waiver and Release on Final Payment and that the signer has not assigned any claim for payment, any right to perfect a lien claim, or any contractual, statutory or constitutional lien against the property in connection with the above -described Work. In the event that any provision(s) or portion(s) of this Conditional Waiver and Release on Final Payment is/are determined by a court of competent jurisdiction to be contrary to law or otherwise to be unenforceable, the signer or anyone standing in the signer's stead agrees to be bound to those provisions and those portions of this Conditional Waiver and Release on Final Payment that conform to state law and are enforceable. Date .4 _ 18 021q Retainage Release GJ SEEDING LLC (Company name) By 0og", (Signature) nr 1 'Dct2.v'Y (Printed Name) (jP• �'y (Title) SUBSCRIBED AND SWORN to before me this dLhay of I (A ILI ���,p' 1305�R���� BY (> / \, �% Notary Public, State of Texas ',,RES103 2102SL02-GJ SEEDING - OAK GROVE ROADp� Page t of I = ta...�e� VALERIA SUPE Notary Public *' * STATE OF TEXAS ID# 134722923 My Comm. Exp. January 22, 2028 CONSENT OF SURETY TO FINAL PAYMENT AIA Document G707 Bond No. 107333128 TO OWNER (!dame emd addre-) Carter Park East Land, LLC 1717 McKinney Avenue, Suite 1900 Dallas, TX 75202 PROJECT: (Nome and vddrac-3 OWNER ARCHITECT CI CONTRACTOR SURD FY )� OTHFR ARCHITECT'S PROJECT NO.: Water, Paving, Drainage & Lighting Improvements - CONTRACf FOR: Oak Grove Road - City Project #102802 CONTRACT DATED: January 27, 2021 Water, Paving, Drainage & Lighting Improvements - Oak Grove Road - City Project #102802 In accordance with she prov%lans of the Contract between [he Owner and the Contractor as indk2mcl above, the Onsw rMum died addre-sx of.514"J Travelers Casualty and Surety Company One Tower Square Hartford, CT 06183 on bond of ryrra�n rrararanc8exddre.�QjContracrur) Texas Sterling Construction Co. 1441 Airport Freeway, Suite 350 Euless, TX 76040 r-ON 1.'R4CTOR, hereby approves of the final payment to the Contractor, and agrees that teal payment to the Contractor shall not relieve the Surety of any of its obligations to (it .7tn r umaam 4addhays afOttwer) Carter Park East Land, LLC 1717 McKinney Avenue, Suite 1900 Dallas, TX 75202 as set forth in said Surety's bond. IN WITNESS WREREOF, the Surety ims hereunto set its hand on this daze: September 10, 2024 (Itxw# fit xaft/erg tl� rtavnth jallnu�erl ht� tfar nrwnerre clarrarrrl rcrarl .Attest: (Sea)): , OWNER, Travelers Casualtv and Surety Comoanv_ (Y3 J��T RNO s V u-ARTFORD,tu c (Sgnuriarofuritbnr�izedrrraurutnri CONN. Jessica L. Piccirillo, Attorney -in -Fact (Pearled rtarne auel fifk) G707--1994 Travelers Casualty and Surety Company of America TRAVELERS J k Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company Farmington Casualty Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, St. Paul Fire and Marine Insurance Company, and Farmington Casualty Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jessica L. Piccirillo of Farmington, CT , their true and lawful Attorney(s)-in-Fact, to sign, execute, seal and acknowledge the following bond: Surety Bond No.: 107333128 Principal: Texas Sterling Construction Co. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 21st day of April, 2021. • •O SUAEJy ".,,, �Z�ANr �.+� OASU,� Uzi �• Jf * p�'cooPoq��rA. HARTFORD, Ei'- W ! HAt71FOFm, a CLMO�M �.. s' • 0 ''_CONN. ;o< 1N, s� +q Z 1982( O yybl it V'� � P y • P State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. NOTA:� i My Commission expires the 30th day of June, 2026 PD,c ai - Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in - Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 101h day of September 2024. •° OSUAF}Y"•c, P�tr M�`�_ 0/•SU4, ' HARTFORD, K W F1AiilFOAD, < OOMOAYI '' 5"'• CONN. ;o 661 CpJN. a+b 1 9 & 2 O ?�� eir Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates' toll - free telephone number for information or to make a complaint at: 1-800-328-2189 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: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httD://www.tdi.state.tx.us E-mail: ConsumerProtection(a)tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers 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 document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07