Loading...
HomeMy WebLinkAboutContract 59168-FP1FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No. 59168 Date Received: 12/12/2024 City Project N!?: 103060 Regarding contract 59168 Westcreek Channel Maintenance for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 3/21/2023 through M&C 23-0230 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Pa tric(� L. Wau%S�'� Patricia L. Wadsack (Dec 10, 202417:14 CST) Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 2,301,070 Days 365 $ Ns Days Added by CO $ Total Days $ 2,109,064.36 Days Charged 304 Days @ $ $ 2,109,064.36 $ 2,003,611.14 $ 105,453.22 Dec 10, 2024 Date / Day X""'"""Z., Dec 10 2024 Lauren Prieur (Dec 10, 202417:15 CST) Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT v Dec 10, 2024 Asst. City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contractor's Application for Payment Invoice No.� 11 To (Owner)` City of Fort Worth Invoicing Period (From - To): Invoice Date: June 1, 2024 - June 30, 2024 7/2/2024 P. ° FW020-0000009612 From (Contractor): Remit to ( If Not Automatic Deposit ): Number: Humphrey & Morton Construction Project: 103060 Contractor's CFW Vendor No.: 0000014848 City Secretary Contract Number. 59168 Westcreek Channel Maintenance Application For Payment Change Order Summary Approved Change Orders Number I Additions 2 3 4 5 6 I 7 I I I 8 I I TOTALSI NET CHANGE BY Ij CHANGE ORDERS C-620 Signature Page 11. ORIGINAL CONTRACT PRICE......_. ..__..._......... $ $2.301,070.00 Deletions 12. Net change by Change Orders........__ ..... ................ _.. $ 13. Current Contract Price (Line 1 t 2).............. _.... ............... _..... ....... ... S S2301,070.00 14. TOTAL COMPLETED AND STORED TO DATE (Progress Estimate, Construction Allowance and Change Orders)..._.. S S2,109,06436 5. RETAINAGE: s. X $2,109,064.36 Work Completed_....._ S b. X Not Used $ c. Total Retainage (Line So +Line 5b)... ............ __............. S 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)... _.................. _. $ $2.109,06436 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)....._.. S S2,003,611.14 8. AMOUNT DUE THIS APPLICATION .._.._.......... _.............................. S $105,45312 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA+COs+Line 5 above). ..... ...__. S $192.005.64 Contractor's Certification 10. CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth Buvsaw system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractors legitimate obligations incurred in connection with Work covered by prior Applications for Payment: (2) title of all Work materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages $650.00 x day David S. ffumohrey David S. Humphrey (Sep 27, 264 16:00 CDT) A. Days Awarded 365 b, Days Added by CO C. Total Days 365 d, Days Charged 3D4 e. Days Remaining 61 Consent of Surety Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. Progress Estimate For (COetl° t)` Westcreek Channel Maintenance Applrwaov renad: June 1, 2024 - June 30, 2024 A Ilan Bid Item No. I Description Unit I: cif n rakl Channel and Edaecflff Channel _ unit 1-1 10771.0101Commuci( $ g _ Unit F2 10171.0102 As-Buln Survey _ _Unit F3 10241.0100 Remove Sidewalk _Unit F4 _ 10241.1000 Remove Rebdorced Cone. Riprap _ Unit 1-5 10241,09DO Remove Mlsc. Con, SW Mn, unit 1.6 _ 3273.0101 6- Reinforced Conc. Rlprap U tt p7 _ I3123.0101 Unciassirod E-vabon by Plan__ _ Unit 14 13125.0101 SWPPP 21 ape _ - Unit I.9 13213 0303 fi' Rein/ormtl C,nc Sidewalk Unit 1.10 32:2.0200 Seeding. Broadcast Unit 1_11 13292.010013! d Sad Placomont Unit 1-12 - e- ---- 3349.3003 24• Straight Heatlweli, 1 Pipe Unit 413 3471.0001 Traffic Control_ Unit 1-14 13471,OOD2 Portable Project Message Sign Unit 1-15 13471.0003 Traffic Control Details Unit 1-16 19999.0001 Toe Modni®lion (>24mt to "oot depth) Unit 1-17 19999.0002 Too Modtilmtion (>4-loot to 6400t depth) Unit L10 19999.0003 Too MoeKration (>6400t depth) Unit L19 19999.0004 Conc Sbpa Paving Joint Repair Unit 1-20 19999.0005 3000 PSI Conc- at Stomrwater Ounelis (10' X 10') Unit F21 1...0.. Fkrnable RII Volds Under Slop, Paving Unit 1-22 19999.0007 Temporary Creek and TRWD Pipeline Crossings Unit 1-23 19999.0008 Tract Protection 8 Tree Pruning, if required Unit 19999.0009 Site Resteretion of Staging Area Including Irrigation Piping Unit-25 99990010Ramm,lof Type III Banlrada(Multiple Lo tlns) Unit I-26 9999.0011 Restored- of Type III Beinimde (Multiple L dons) _ Unit 1-27 19999.0012 Removal of Traffic Bammtl t Jennie Drive _ Unit 99,0013 RenWlaof Trec B M de at Jennie Drive nt990014UBIUty E-tions S Locat ns - - Unit 130 _19999.0015 3000 PSI Conc as Directed by Owner 9999 0016 Mlsc. Reinforced Can,. Slope Paving Repairs as Directed by Unit 1-31 _ 1owner _ Unit 132 19999 0017 Remove and Replace Ex Re nfarced Conc. Stan Outlall Unit kM 19999 0018 R moval of Trash and Nan Nallve debris 1 Unrcn Unit 11-1 10171.0701 Constmctl Steklr_q Unn 11-2 0171.o1o2 As-Bu'nS nay_ Unit II-3 I024t,0500 Remove Farce Unit Ild 10241.1000 Remove Reinforced Conc. Menu, Unit ll-5 0241.1 IDO Remove Aaph9h Pvmt Unit Ito 13125.0101 SWPPP x i Unit II-7 3137.0102 Large Stone Riprep, dry Unit 113 3201.011710' WIO �n Pvmt Repalr, Roudomal Unit II-9 13201.0201 Asphalt overt Ropalr Beyond Defined Width, Residential Unit II-10 13231.0412 6' Fonces, Woad Unn II-11 1329z.0200 Seeding, Bmadcsg _ Unit II-12 13301.0001 Pre -CCTV Inspallon Unit II-13 13301 0002 P-CCTV Inspection Unit II-14 11471.1101 Traffic Control Unit II-15 13471.0002 Portable Poject Message Sign Unit II-16 13471.OD03 Traffic Control Details ,In II-17 19999.0030 18• Dla. Reinforced Conc. Piers Unit II-18 99990031 R in/ormtl Ca Colum Unit II-19 19999 0032 R l,forcad Co Panels B two Columns (1-3ft HelghQ Unit II-20 I9999.0033 Rolnforoed Co c Pan.Is Belw Columns (3-6 It Haigh Unit ll$1 19999.0034 Tm, Protection BPruning, .d required Chy Seeremry 59168 C-Ima Nun: Sµ ificulive I Unit er I Bid Quumity I Unit Priw Seth,, No. Mosur _ LS 1 1.0000001 $5,556.00 SF I 245.0000001 $3.00 LF 1 970.000OD0 $10.00 LF 1 3225.000000 .4.00 SY 1230. 0000001 $143.00 CY 200.000000 1 $27.00 LS 1 1.000000 $2,022A0 SF 1 245,0000001 SY 1 136DO.0000001 _38,00 $1 AO SY 1 105DO.000000 I 57.70 EA I 1.0000001 S4,678.W MO I 12.0000001 $1,8i WK 1 24.000OoO1 $506A0 EA 1 _ 2.0000001 5111A0 LF 1 _ - 2010.0000001 S244.00 LF 1015.0000001 $344.00 LF 1 200.0100100011 $458.00 LF 1 _ 26DO.0000001 $110.60 EA 1 2,0000001 $2.537.00 CY 1 _ 25.0001,0 $573.00 EA 1 _ 6.0000001 $10.957.00 LS 1 1.0000001 $3,198.00 LS 1.D000Oo $14,681.00 LS I 1.000000I $6,667.00 LS I _ 1.060g001_ $5.556.00 LS I 1 OOOOOO I._ $6,667.00 LS _ _ 1000DOO $2,544.00 _ LS I _ - 1A00000I_ $2,695.00 _- CY 1 15000_00001 E32600 SY I 50000000I_ $192.00 LS 1 -_ 1.0000001 $7.940.00 LS 1 1.010000 111.016.10 LS 1 1.000D001 $3,333.00 LS 1 _ _ 1=0000 $2,778.00 LF 1 1D0ODODOOI $4.00 SY 20,0000001 $30.00 SY I 450.0000001 $7.00 LS 1 1.0000001 $2,022.00 Sr 45.000000I $228.00 LF I 160.000000 $101.00 SY 1 _ _ 250.0000001 $56.00 LF 1 _ _ 100.000D001 $41.00 SY 1 140.000000 $2720 LF 1 _ 500.000000 $20.00 LF 1 _ 666.000000 $20.00_ MO 1 _ 6.000000 $1,606A0 WK I _ 12.000000 $506.00 E4 1 _ 1.0000001 $111.00 VLF 325.000D001 $470,00 VLF 3600000001 $151A0 LF 1 5000011O $171.00 LF 1 4DO.DOODOOI_ $241.00 LS I 1.00000D1 $1,599.00 B C Bid Value Esdmvled Onnvcry Immllcd $6.667.001 1.00000000 $5,556.001 $735.001 187.00000000 $9,700.001 $77,400.001 2341.00000000 S175,89D.OD 13SZ45000000 S5,400.00 I 200.00DOD000 $2,022.001 1.00000000 $2,205.Oo1 187.00DOODDO S349.1 --52.778.00 $400.00 $600.00 S3,150.00 $2.022.00 $10260.00 _$18.180.00 $14.000.00 _ $4.10D.00 S3.808 00 $12,000.00 312,000.00 -$10,836.D0 $6,072.00 $111.00 S133250.00 _ S54,360.00 _ $8,550.00 $96.400,00 $1,599.00 CL20 Unit Price Pragmss Esbmal, Contractor's Application Appli000n Number. 11 Appliestion D1w: 7/2/2024 D E F Tom]Completcd % G B.I.- Finish Vuln, Previourly WmOd Value valor 76iv Period an C) Stored (oot in l and Stored toDme (F) (0-F) (D, E) B $6,667.00 $6,667.00I I 1 $6,667.001 100.0% 1 I I I I 1 1 $5.556.00 Swim $561.001 1 1 $561.001 76.3% 1 $174.00 1 1 1 1 1 1 $9.700.00 $56.184.001 $56.184.001 1 1 356.184.001 72.6% 1 $21,216.00 5797,69035I S197.69035I -S21,800.35 -_ $s0.00 ,ao0.005197,690%.I ss I I 5,40 1102A% I _,ao $2,022.061 $2.022.001 I 1 $1.ou.001 1 $1.683.601 $1.683.001 1 1 T6.3%6 57.fiO3.001 6.3% 1 $522.00 _ 1 1 1 1 1 1 S19,040.00 $7,908.751 $7.988.751 1 1 S7,988.751 9.9% 1 $72,86125 1 1 1 1 1 1 S4.878.00 $10,836.001 $10.836.001 1 1 $10,836.001 50.0% 1 $10,836.00 '.341.0000OOOO I $805.3D4.001 $805.3D4.00 .600.00D000D01 $287,560.001 $287.560.00 1.000000001 $2.537.001 $2,537.00 46.000000D01 $26,358.0D S26,358.00 2.000000001 $21,914.001 $21.914.00 I 1.00000000 I E14.687.00 41401.00 1.00D000001 52695A0I S2.695.00 59.000000001 _ $19 234Ao 1 _ _ _ _ _ _ $19,234.00 30.000000001 $576000I $5.760.00 1.000000001 ---s7940.601 $7.940.00 1.00D000001 _ _.- $18016001 $18.016.00 1.00D000D01 $3,333.001 $3.333.00 286.000000001 S1,144.00I S1,1".00 I 244.000000001 1 $1.708.001 S7,708.00 1.000000001 $2.022.001 $2.022.00 60.78000000 $13,857.84 $10.665.84 180.00000000 S1 B,1B0.00I $18.180.00 44.000000001 $2.464.001 $2.464.00 286.00D000001 $11.726.001 $11,726.DO 46.780000001 $1,272.421 $1272A2 597.000000001 $11.940.001 $11.940.00 597.00D000001 $11,940.001 511,940M 3.000000001 OD $5,418.I _ _ $5,418.00 I 540.000000001 I $221,400.001 M27,400A0 360.000000001 $54,360.001 _ S54.360.00 456.000000001 $1D9,896.001 $109.896.00 This document he, been modified from Its original form as an EJCDC document and the user did not highlight No modifications. You am enmu aged to read the domment carefully and consult Legal Counsel prior to Its eaemfion, $3.192.00 MIN $287.560.001 100 $2.537.001 50. $26.358.001 184 $21.914.001 33: S14.681.001 100 S3,333.001 100.0% S1.144.001 286.0% S1,708.001 542% S2.022.001 100.0% $18.$13.857.84I 135.1% 180.00 100.0% S2464.001 17.6% S11,726.001 2MM S1.272421 33.4% 511,940.001 99.5% $11,940.001 99.5% S5,418.001 50.0% $221,400.001 1662% $54,366.601 100_011i $109,896.0_0.1 1142% $12,144.00 $369.660.00 -$456,144.00 S91,600.00 $2.537.00 S12.033.00 S43.828.00 $3.198.00 $6.667.00 $5.556.00 $6,667.00 S2,544.00 529.666.00 $3.840.00 S2.778.00 5744.00 S600.00 $1.442.00 $3.597.64 $11,536.00 $7,626.00 $2,53558 $60.00 $60.00 S5,418.00 S6,072.00 $111.00 -see.150.00 $8.550.00 .S13496.00 S1,59g.00 Progress Estimate Far(`amsoo` Westcreek Channel Maintenance Applmacan Pe°°d. June 1, 2024 -June 30, 2024 A Item Bid Item Nu. D—iplm Unit II-22 9999.0035 Utility Excavations 8 Looadens Unit II-23 I9999.0036 Conc. Topping of Ex. Gablons (Not shown on the plans) Unit II-24 I9999.0037 Removal cfTmsh and Non -Native debris Unit II-25 199 9.0038 3000 PSI Roln/omed Conc. as Directed by Owner I9999.0039 Unit II-26 Remove existing reinforced Conc. wall at access mmp Unit II-27 1:999.0040 Reconstruct relnforca l Conc. wall at access mmp Unit II-28 999.OD41 New Guard Rall SpaiBcutieo SMion No. Unit of Mrnsure LS LS LS GY LS LS LF City sa,cury 59169 Canoed No - Hid Qmtiry Unit Price 1.00000)(JII $5.730.00 I 1.0000001 $5.864.00 I 1.0000001 $7.568.00 S0.000000I $326.00 1.000000 $1.293.00 I 1.0000001 $6.102.00 123.000D001 $46.00 H Bid Vulnc $5,730.00 $5.864.00 $7.568.00 $15,'00.'a $1,293.00 $6,102.00 $5.656.00 C Ertimetd Qumdry Wmlld 1.00D000OO I 11-10000000 I I 125.00000000 C-620 Unit Price Pmgress Estimate Contractor's Application Appliadon Number. 11 Appliwdon Dote: 7/2/2024 D E F G Total Completed Bolance to Finish Value Previaurly lmmlld Vuloe Materials fly Value Thiu Pcrid uoJ Sromllo Dam (Fl IB -Fl or, 0 Stored toot m Cl tD, E) a 35.730.00 55730.00 I $5.730.00 100.0% I I I I I I $5.864.00 $7.568.00 $4,890.00I 14.110.101 14.111.101 30.051, SS1,293.00 I I I I I I I 11.102.11 $5.750.00I 55,750.00I I I S5,75(l 101.61 -$92.OD This document has been modirfled from its Original form es an EJCDC document and the user did not highlight the modifications. You am encouraged to reed the comment carefully and consult Legal Counsel prior 10 Its execution. Progress Estimate Westcreek Channel Maintenance `IApptieec°° Paned: June 1, 2024 -June 30. 2024 I hen Bid Item Na, Daixipuon Toads A ( Spcci6outim Unit of Bid Quantity Section No. M-- 1 City sn, vey 59168 Co4wct Num: B Unit Pn- Bid Vuh, $2.301,070.00 C 620 Unit Pace Progress Estimate Contractor's Application Appliodue Naeb¢ II Applion i°n Dot,: 7/2/2024 C D I E F Extimatcd Qumdry Vn1ua MetcrieLa Pmcrndy Toml Csmplacd InsmBed Pwv 0- usud.- Vulue Vn1o, This Period Stored (not in Cl and Stoml m Dute (Fl D+E) B 92,109,064.361 $2,100,982.36 $8,082.00 62.109.064.361 91.7% This document has been modified from as original toms as an EJCDC dourrrlent and the user did not highlight the modl0cellons. You are encouraged to read No document carefully and consult Legal Counsel prior to Its reewdon. G Balantt ro Finirh (0-F) $192.005.641 City Secretary Contract Num: I 59168 Application Period: Funding Identification (FID) Original Contract 52007-0200431-5740010-103960-002880-9999 0 0 0 0 0 0 0 0 0 0 Change Order 1 52007-0200431-5740010-10306U-002880-9999 0 0 0 0 0 0 0 0 0 0 Change Order 2 52007-0200431-5740010-1030OA)02880-9999 0 0 0 0 0 0 0 0 0 0 City of Fort Worth Summary of Charges Westcreek Channel Maintenance I P' D: FW020-0000009112 l Project Number: 103060 June 1, 2024 - June 30, 2024 I APplicanlon I 11 I Applicat on Date: 7/2/2024 Number. Total Completed Amt Remaining Gross Retainage Net $2,109,064.36 $192,005.64 $8,082.00 $8,082.00 City Secretary Contract Num: I 59168 Application Period: Funding Identification (FID) Totals 52007-0200431-5740010-103060-002880-9999 0 0 0 0 0 0 0 0 0 0 City of Fort Worth Summary of Charges Westcreek Channel Maintenance I p' 0. FW020-0000009612 project Number: �103060 June 1, 2024 -June 30, 2024 I Applicanon I 11 Applicat on Date: 7/2/2024 Number: Total Completed Amt Remaining Gross Retainage Net $2,109,064.36 $192,005.64 $8,082.00 $8,082.00 Grand Total 1 1 $2,109,064.36 1 1 $192,005.64 1 1 $8,082.00 1 1 $0.00 1 1 $8,082.00 1 FORT WORTH., TRANSPORTATION AND PUBLIC WORKS September 11, 2024 Humphrey & Morton Construction Company, Inc. 5136 Vesta Farley Rd Fort Worth, TX 76119 RE: Acceptance Letter Project Name: Westcreek Chanel Maintenance. Project Type: Drainage City Project No.: 103060 To Whom It May Concern: On June 13, 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 September 12, 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 September 12, 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- 300-9960. Sincerely, Mike Crenshaw, Project Manager Cc: Cristobal Fuentes, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Thanaa Maksimos, Program Manager George Farah, Consultant Humphrey & Morton Construction Company, Inc, Contractor City, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) PROJECT: WeAcreek Channel Maintenance (name, address) Fort Worth, TX TO (Owner) F—City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Bond No. 46BCSHZISSI ARCHITECT'S PROJECT NO: CONTRACT FOR: ___.._! CONTRACT DATE. March 21, 2023 CONTRACTOR: Humphrey & Morton Construction Company, Inc. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surcty Company) Hartford Fire Insurance Company 3000 Internet Blvd., Suite 600 , SURETY COMPANY, Frisco, TX 75034 on bond of (here insert nine and address of Contractor) Humphrey & Morton Construction Company, Inc, P,O. Box 8057 , CONTRACTOR, Fort Worth, TX 76124 hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 200 Texas Street OWNER, Fort Worth, TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this Attest: (Seal): 27th day of September , 2024 HARTFORD FIRE INSURANCE COMPANY Surety Company B-YQ "bd�h "Outf Signature of uthorized cpresentative Elizabeth Gray Title Attorney —in —Fact Note: This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition Direct Inquiries/Claims to: POWER OF ATTORNEY THE TFORD a�RdPlaza BOND, T 4 Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-501633 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty insurance Company, a corporation duly organized raider the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Twin City Fire Insurance Company, a corporation duly organized under the laws orthe State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duty organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the 'Companies") do hereby make, constitute and appoint, up to the amount of unlimited, Charles D. Sweeney, Kyle W. Sweeney, Michael A. Sweeney, Bobby E. Mayo, Elizabeth Gray of Ft Worth, TX their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by E, 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 or 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. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its Corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. AY lt�r �,4bW►r � its ur1•.rY �,crer.rr,r/i ova r 't ,r w} !+oS�uwMP'NW r� *µr �� •,r ��� ' �`clrcrrl,nrl �►ataw} '-i tg74�wg lyg0 3 I 79 • .-ao. � � 1�i �'^bao ip't ti • ' 4 F i5 •+rnJ \`><"�R• 0 Lo• C-W,� Wesley W Cowling, Assistant Secretary STATE OF CONNECTICUT SS. Hartford COUNTY OF HARTFOR© I M. Ross Fisher, Assistant Vice President On this 31 day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. \ � J Scott E. Paseka ��r�f Notary Public CERTIFICATE My Commission Expires October 3 t, 2012 I, the undersigned, Assistant Vice President 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 is still in full force effective as of September 27, 2024 . Signed and sealed at the City of Hartford, yyT+lrwr a, �F,,ttY rira�tlra,a,, unz�) o0771e i�� 'Mach iP "Y'A� ► vrr MosS� Vrr�r�' Gary W. Stumper, Assistant Vice President 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 David S. Humphrey, CEO Of Humphrey & Morton Construction Co., 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; Westcreek Ch, Project 4103060 BY David V—Umprely Subscribed and sworn before me on this date l 6th of September, 2024, AAA� - k -436L� Notary Public Tarrant County, Texas Y PV y KERI RAE SPARKS a c Notary Public, State of Texas s* *" My Commission Expires +� o. t May 17, 2026 �w ,,,• + NOTARY fD 5Q0825r2