Loading...
HomeMy WebLinkAboutContract 60375-FP2FORT WORTH. -FP2 City Secretary 60375 Contract No. Date Received 1/23/2025 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: Tradition Phase 4A City Project No.: 104083 Improvement Type(s): Water ❑x Sewer ❑x (Original Contract Price: $3,210,535.43 (Amount of Approved Change Order(s): $27,592.03 (Revised Contract Amount: $3,238,127.46 (Total Cost of Work Complete: $3,238,127.46 -7//��� Ja s McKibben (Jan 23, 2025 09:30 CST) Contractor Project manager Title L.H. Lacy Company, LTD Company Name ��',�eal�libl�otGa Sri peddilihotla (Jan 23, 2025 09:53 CST) Project Inspector Mo tadage Mohaww deep, ?. E. Project Manager Kandice Merrick (•Jan 23, 202513:13 CST) CFA Maner ',2. Lauren Prieur (Jan 23, 202513:37 CST) TPW Dire for Asst. City Manager Jan 23, 2025 Date Jan 23, 2025 Date Jan 23, 2025 Date Jan 23, 2025 Date Jan 23, 2025 Date Jan 23, 2025 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Tradition Phase 4A City Project No.: 104083 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid - Consent of Surety Statement of Contract Time Contract Time: 169 WD Days Charged: 218 Work Start Date: 12/11/2023 Work Complete Date: 12/10/2024 Completed number of Soil Lab Test: 1534 Completed number of Water Test: 39 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TRADITION PHASE 4A Contract Limits Project Type WATER & SEWER City Project Numbers 104083 DOE Number 4083 Estimate Number 1 Payment Number I City Secretary Contract Number Contract Date Project Manager NA Contractor L.H. LACY COMPANY P.O. BOX 541297 Inspectors For Period Ending 12/10/2024 WD Contract Time 10" Days Charged to Date 218 Contract is 100.00 Complete DALLAS , TX 75354 D. WATSON / D. RODGERS Monday, January 13, 2025 Page 1 of 5 City Project Numbers 104083 Contract Name TRADITION PHASE 4A Contract Limits Project Type WATER & SEWER Project Funding UNIT L• WATER IMPROVEMENTS Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Description of Items Estimated Unit Quanity 4"-12" PRESSURE PLUG 9 EA TRENCH SAFETY 13948 LF 8" DIP WATER CARRIER PIPE 52 LF 20" CASING BY OTHER THAN OPEN CUP 52 LF DUCTICLE IRON WATER FITTINGS W/ 3.8 TN RESTRAINT 8" PVC WATER PIPE 11736 LF 12" PVC WATER PIPE 2212 LF STD. FIRE HYDRANT ASSEMBLY W/ 6" GATE 16 EA VALVE & VALVE BOX 20" X8" TAPPING SLEEVE & VALVE 1 EA CONNCETION TO EXISTING 4"-12" WATER 1 EA 1" DOMESTIC WATER SERVICES 214 EA 1" IRRIGATION SERVICES (CO41) 1 EA 8" GATE VALVE & VALVE BOX 40 EA 12" GATE VALVE & VALVE BOX 4 EA 1.5" IRRIGATION SERVICES (CO#1) 2 EA 2" DOMESTIC WATER SERVICE (CO#2) 1 EA 2" IRRIGATION SERVICE (CO#2) 1 EA REMOVE & REPLACE FIRE HYDRANT (CO#3) 1 EA 2-4 PVC SLEEVES FOR 37" B-B STREET (CO#3) 2 EA 2-4 PVC SLEEVES FOR 29" B-B STREET (CO#3) 8 EA Sub -Total of Previous Unit ------------ UNIT II: SANrFARY IMPROVEMENTS DOE Number 4083 Estimate Number I Payment Number I For Period Ending 12/10/2024 Unit Cost Estimated Completed Completed Total Quanity Total $232.54 $2,092.86 9 $2,092.86 $0.27 $3,765.96 13948 $3,765.96 $104.24 $5,420.48 52 $5,420.48 $615.39 $32,000.28 52 $32,000.28 $21,426.78 $81,421.76 3.8 $81,421.76 $58.34 $684,678.24 11736 $684,678.24 $96.34 $213,104.08 2212 $213,104.08 $6,306.05 $100,896.80 16 $100,896.80 $7,310.44 $7,310.44 1 $7,310.44 $1,979.52 $1,979.52 1 $1,979.52 $1,356.81 $290,357.34 214 $290,357.34 $1,577.75 $1,577.75 1 $1,577.75 $2,123.31 $84,932.40 40 $84,932.40 $4,084.77 $16,339.08 4 $16,339.08 $4,184.34 $8,368.68 2 $8,368.68 $4,019.25 $4,019.25 1 $4,019.25 $4,019.25 $4,019.25 1 $4,019.25 $4,898.10 $4,898.10 1 $4,898.10 $1,450.00 $2,900.00 2 $2,900.00 $1,015.00 $8,120.00 8 $8,120.00 $1,558,202.27 $1,558,202.27 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 LARGE STONE RIPRAP, DRY 418 SY $92.89 $38,828.02 418 $38,828.02 2 POSR-CCTV INSPECTION 10952 LF $1.66 $18,180.32 10952 $18,180.32 3 VACUUM TEST MANHOLES 61 EA $139.38 $8,502.18 61 $8,502.18 4 TRENCH SAFETY 10871 LF $0.77 $8,370.67 10871 $8,370.67 Monday, January 13, 2025 Page 2 of 5 City Project Numbers 104083 Contract Name TRADITION PHASE 4A Contract Limits Project Type WATER & SEWER Project Funding 5 TRENCH WATER STOPS 26 EA 6 20"STEEL CASING BT OTHER RHAN OPEN CUT 81 LF 7 8" DIP SEWER CARRIER PIPE 81 LF 8 SDR-26 4" SEWER SERVICES 214 EA 9 8" SDR- 26 4" SEWER PIPE 9514 LF 10 8" PVC SANITARY SEWER PIPE W/ CSS 863 LF BACKFILL 11 8" DIP SEWER PIPE 329 LF 12 8" DIP SEWER PIPE, CSS BACKFILL 165 LF 13 EPDXY MANHOLE LINER 148 VF 14 T STD. DIA. MANHOLE 61 EA 15 T EXTRA DEPTH MANHOLE 261 VF 16 ---------------------- CONNECT TO EXISTING STUB -OUT 2 EA Sub-Total of Previous Unit DOE Number 4083 Estimate Number I Payment Number I For Period Ending 12/10/2024 $1,208.07 $31,409.82 $605.28 $49,027.68 $153.12 $12,402.72 $1,213.81 $259,755.34 $61.97 $589,582.58 $95.90 $82,761.70 $127.11 $41,819.19 $284.14 $46,883.10 $501.75 $74,259.00 $5,871.43 $358,157.23 $220.42 $57,529.62 $1,228.01 $2,456.02 $1,679,925.19 26 $31,409.82 81 $49,027.68 81 $12,402.72 214 $259,755.34 9514 $589,582.58 863 $82,761.70 329 $41,819.19 165 $46,883.10 148 $74,259.00 61 $358,157.23 261 $57,529.62 2 $2,456.02 $1,679,925.19 Monday, January 13, 2025 Page 3 of 5 City Project Numbers 104083 Contract Name TRADITION PHASE 4A Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 DOE Number 4083 Estimate Number I Payment Number I For Period Ending 12/10/2024 $3,210,535.43 $9,946.43 $8,038.50 $9,607.10 Total Contract Price $3,238,127.46 Total Cost of Work Completed $3,238,127.46 Less % Retained $0.00 Net Earned $3,238,127.46 Earned This Period $3,238,127.46 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 $3,238,127.46 Monday, January 13, 2025 Page 4 of 5 City Project Numbers 104083 Contract Name TRADITION PHASE 4A Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors D. WATSON / D. RODGERS Contractor L.H. LACY COMPANY P.O. BOX 541297 DALLAS , TX 75354 DOE Number 4083 Estimate Number I Payment Number I For Period Ending 12/10/2024 City Secretary Contract Number Contract Date Contract Time 100 WD Days Charged to Date 218 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 $3,238,127.46 Less % Retained $0.00 Net Earned $3,238,127.46 Earned This Period $3,238,127.46 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 $3,238,127.46 Monday, January 13, 2025 Page 5 of 5 DocuSign Envelope ID: 5E5EF336-84F7-415B-BD53-B921 CE1 FC70E DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECTNAME. Tradition - Phase 4A CONTRACT: (A) Water/Sewer/Storrs Drain, (B) Paving, (C) Street Lights ICFA# 23-0100 I CITY PARTICIPATION. 0% CITY PROJECT # 104083 IFID # 30114-0200431-104083-EO7685 I FI LE # X-27334 INSPECTOR Don Watson Phone No: 817-205-8911 PROJECT MANAGER. Arash Emami Saleh Phone No: 682-269-6041 CONTRACT UNIT CHANGE REVIEWED ORDER No: By Arash Emami Saleh at 2:12 pm, May 28, 2024 WATER I SEWER I PAVING STREET LIGHTS I CONTRACT Developer �eVgo�DRAINAGE �evel DAYS cost Clry Cost Developer Cost City Cost Cost Clry Cost Developer Cost City Cost Cost Cl ry Cost (ORIGINAL CONTRACT $1,530,610.24 $0.00 $1,679,925.19 $0.00 $1,305,143.89 $0.00 $3,192,873.85 $0.00 $368,761.26 $0.00 179 EXTRAS TO DATE (CREDITS TO DATE ICONTRACT TO DATE $1,530,610.24 $0.00 $1,679,925.19 $0.00 $1,306,143.89 $0.00 $3,192,873.85 $0.00 $368,761.26 $0.00 179 (AMOUNT OF PROP. CHANGE ORDER $9,946.43 $0.00 $0.00 $0.00 $4,404.00 0 I R`)E Q Ty��gq�C`T/p�r� OU NT �EOR $1,540,556.67 $0.00 $1,679,925.19 $0.00 $1,305,143.89 $0.00 $3,192,873.85 $0.00 $373,165.26 $0.00 179 TO UNIT CTAMOUNT $1,540,556.67 $1,679,925.19 $1,305,143.89 $3,192,873.85 $373,165.26 REVISED COST SHARE Dev. Cost: $8,091,664.86 ICIty Cost: $0.00 TOTAL REVISED CONTRACT $8,091,664.86 You are directed to make the following changes in the ntract docu ents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I 3312.2003 12 1 EA 1" Irrigation Service $1.577.75 $1,577.75 I 3312.2104 NEW 2 EA 1.5' Irrigation Service $4,184.34 $8,368.68 I ATER TOTAL $9/I946.43 I 3441.1633 77 1 EA TYpe 33B Arm $261.00 $261.00 I 3441.3211 78 1 EA LED Lightme Fixture $344.00 $344.00 I 3441.3301 79 1 EA Rdwy ILLUM Foundation TY 1,2, and 4 $1,652.00 $1,652.00 I 3441.1141 80 1 EA Rdwy Illum TY 11 Pole $2,147.0Q $2,147.00 I STREET GHTS TOTAL $4.404.00 TOTAL $14.350.43 REASONS FOR CHANGE ORDER 1 Added Imgahon Meters 2 Added 1 Street Light to match approved plans 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: APPROVED: APPROVED: APPROVED: Goodwin and Marshall, Inc. HT H ��{I�6���i� ILP eylSUGUA/AAle-- L.H��¢y!,pany,4¢tJ Iney- �6!Bbi Rt gnaw Y 3HCr ai"5�2FIW1 fe Name Matt Baacke. P.E. Name Name Name Title Project Engineer Title VP COnst Title Partner/CEO Title President Revised 10-12-2011 Page 1 REVIEWED By Izeldeen Ahmed at 11:38 am, Jan 09, 2025 DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: Tradition - Phase 4A CHANGE ICONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: ICFA# 23-0100 I CITY PARTICIPATION:( NO ICITY PROJECT # 104083 ICITY SECRETARY CONTRACT # 60375 IFID # 30114-0200431-104083-EO7685 2 IX # X-27334 I FILE # W-2832 INSPECTOR Don Watson Phone No: 817-205-8911 PROJECT MANAGER Mo Mohammdeen Phone No: 682402-7050 CONTRACT UNIT WATER I SEWER I DRAINAGE I PAVING STREET LIGHTS CONTRACT (Developer IDeveloper I (Developer I eveloper DAYS I Developer Costl City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost (ORIGINAL CONTRACT $1,530,610.24I $0.00 I $1,679,925.19 $0.00 I $1,305,143.89 I $0.00 I $3,192,873.85 $0.00 $368,761.26 $0.00 I 179 EXTRAS TO DATE $9,946.43 I $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $4,404.00 $0.00 I CREDITS TO DATE $0.00 $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I CONTRACT TO DATE $1,540,556.67 $0.00 I $1,679,925.19 $0.00 I $1,305,143.89 I $0.00 I $3,192,873.85 $0.00 $373,165.26 $0.00 I 179 (AMOUNT OF PROP. CHANGE ORDER $8,038.50 $0.00 I $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I 0 IREV SED CONTRACT AMOUNT $1,548,595.17 $0.00 I $1,679,925.19 $0.00 I $1,305,143.89 I $0.00 I $3,192,873.85 $0.00 $373,165.26 179 TdJXL REVISED CONTRACT AMOUNT PER UNIT $1,548,595.17 $1,679,925.19 I $1,305,143.89 I $3,192,873.85 I $373,165.26 REVISED COST SHARE Dev. Cost: $8,099,703.36 City Cost: TOTAL REVISED CONTRACT $8,099,703.36 You are directed to make the following changes in the contract documents L NIT I: WATER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Develgqr� r Cost City Cost TOTAL I 81* 3312.2. 1 EA 2" Domestic Water Service $4,019.25 $4 019.7 $0.00 $4,019.251 82* 3312.2204 1 EA 2"IrrigaSon Water Service I $4,019.25 $4,019.2 $0.00 $4,019.251 I TOTAL I INIT I: WATER IMPROVEMENT1 I I I I 1 I I $8,038.501 I TOTAL CHANGE ORDER $8,038.501 Revised 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Added a domestic & an irrigation service RECOMMENDED: GMcivil By: Name: Matt Baacke Title Project Enqineer By: Name: Title: APPROVAL RECOMMENDED: CFW - Water Department RECOMMENDED: CFW - *Contract Compliance Manager By: Name: ( REVIEWED aytzeldeen Ahmed at 11:38 am, Jan 09, 2025 Title: M&C Number: M&C Date Approved: APPROVED: HT HWY 114 Development LP By: Name: Dusty De ��� saosoo Title APPROVED: CFW - Assistant City Manager By: Name Title: APPROVED: L.H. Lacy Company, LTD y By Name: Benjamin Drake Title: Vice President APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: Name Title: ATTEST * 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. Jannette S. Goodall City Secretary ❑+ There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 REVIEWED DEVELOPER -AWARDED -PROJECT CHANGE ORDER l By Izeldeen Ahmed at 11:39 am, Jan 09, 2025 PROJECT NAME: Tradition - Phase 4A I CHANGE CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: ICFA# 23-0100 I CITY PARTICIPATION:( NO CITY PROJECT # 104083 CITY SECRETARY CONTRACT # 60375 1 3 IFID # 30114-0200431-104083-EO7685 I IX # X-27334 I I FILE # W-2832 I INSPECTOR Don Watson Phone No: 817-205-8911 PROJECT MANAGER Mo Mohammdeen Phone No: 682-402-7050 CONTRACT UNIT I WATER SEWER DRAINAGE PAVING STREETLIGHTS I CONTRACT r Developer DAYS Developer Cost City Cost Developer Cost Fity Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $1,530,610.24 $0.00 $1,679,925'19 ' $0.00 $1,305,143.89 $0.00 $3,192,873.85 $0.00 $368,761.26 $0.00 179 EXTRAS TO DATE $17,984.93 $0.00 $0.00 ' $0.00 $0.00 $0.00 $0.00 $0.00 $4,404.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 ' $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $1,548,595.17 $0.00 $1,679,925.19 ' $0.00 $1,305,143.89 $0.00 $3,192,873.85 $0.00 $373,165,26 $0.00 179 (AMOUNT OF PROP. CHANGE ORDER $9,607.10 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 E SE CONTRACT AMOUNT $1,568,202.27 $0.00 $1,679,925.19 $0.00 $1,306,143.89 $0.00 $3,192,873.85 �0.00 rr $373,165.26 ` $0.00 179 REVISED CC AMOUNT PER UNIT $1,558,202.27 $1,679,925.19 $1,305,143.89 $3,192,873.85 $373,165.26 1 REVISED COST SHARE Dev. Cost: $8,109,310.46 City Cost: $0. TOTAL REVISED CONTRACT $8,109,310.46 You are directed to make the following changes in the contract documents I WIT I: WATER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Developer Cost City Cost TOTAL 1 12 3312.2003 (4) EA 1"Irrigation Water Service $1,577.75 ($611.005 $0.00 ($6,311.00)1 1 83` 9999.0012 1 EA Remove & Replace Fire Hydrant $4,898.10 $4,898.10 $0.00 $4,898.101 1 84' 9999.0013 2 EA 2-4" PVC Sleeves for 37' B-B Street $1,450.00 $2,900.00 $0.00 $2,900.001 1 85' 9999.0014 8 EA 2-4" PVC Sleeves for 29' B-B Street $1,015.00 $8,120.00 $0.00 $8,120.001 TOTAL UNIT I: WATER IMPROVEMENTS $9,607.101 I I I I I I TOTAL CHANGE ORDER I I I $9,607.101 Revised 12-17-2018 Page 1 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER 1. Removed irrigation services to match plans 2. Remove/replace a fire hydrant 3. Added irrigation sleeves RECOMMENDED: GMcivil By: Name: Matt Baacke Title Project Enqineer APPROVED: HT HWY 114 Development LP By: _ Name D-y Mhger `" Title �ew1B�®m APPROVAL RECOMMENDED: APPROVED: CFW-Water Department CFW- Assistant City Manager By: By: Name: Name: Title Title RECOMMENDED: CFW- *Contract Compliance Manager ATTEST By: REVIEWED Name: By lzeldeen Ahmed at 11:39 am, Jan 09, 2025 I Jannette S. Goodall City Secretary Title M&C Number: M&C Date Approved APPROVED: L.H. Lacey Company, LTD auA /J/RK2By: 6!Name Beniamin Drake Title: \/Ir:P PYPSIrIPnf APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By Name: Title: * 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. QThere are NO City Funds associated with this Contract QThere are City Funds associated with this Contract Revised: 12-17-2018 Page 2 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: TRADITION-4A CITY PROJECT NUMBER: 104083 WATER PIPE LAID SIZE TYPE OF PIPE PVC 8" DR-14 PVC 12" DR-14 FIRE HYDRANTS: 16 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: 1" Domestic Service(Copper) 1" Irrigation Service(Copper) 1.5" Irrigation Service(Copper) 2" Irrigation Service(Copper) 2" Domestic Service(Copper) SEWER PIPE LAID SIZE TYPE OF PIPE PVC 8" SDR-26 Sewer Carrier Pipe 8" DIP Sewer Pipe 8" DIP PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: 4" SDR-26 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 LF 11,736 LF 2,212 LF LF LF LF 214 Units 1 Unit 2 Units 1 Unit 1 Unit 9514 LF 81 LF 329 LF 214 Units FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS December 24, 2024 L.H. LACY COMPANY, LTD 1880 Crown Sr, Suite 1200 Dallas, TX-75234 RE: Acceptance Letter Project Name: TRADITION-4A Project Type: 01, 02 City Project No.: 104083 To Whom It May Concern: On December 17, 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 December 24, 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 December 24, 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- 392-2443. Sincerely, u0sadage Mohawwiem,,T.E Mohammdeen Mosadage, Project Manager Cc: Sri Peddibhotla, Inspector Don L Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Andrew Goodman, Program Manager GM Civil, Consultant L.H. LACY COMPANY, LTD, Contractor Hines, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Bobby Gordon, Partner/CEO Of L.H. Lacy Company, Ltd, 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; City Project #104083 - Tradition Phase 4A R. BY Bobby W. bGodon, Partner/CEO Subscribed and sworn before me on this date 06 of January, 2025. Nary Public Dallas County, State o/ f Texas v DARLENE CONEY Notary ID.#10317301 My Commission Expires March 9, 2028 CONSENT OF SURETY TO FINAL PAYMENT ,AM Document G707 Rnnri Nn F-'11RQ4R TO OWNER: (Name waaddiml City of Fort Worth & HT Hwy 114 Development, LP 2700 Commerce St., Suite 1600 Dallas, TX 75226 PRWC T. (7*11? Band ar}tbvr ';) Tradition Phase 4A OWNER Ai:CHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: CONTRACT FOR; Tradition Phase 4A CONTRACT DATED: In accordance wsrh the provisions of the Contract bem een the Owner and the Contractor as indicated. above, the (Insrtrarwmeand addmrvofsr"I Great American Insurance Company 301 East Fourth Street Cincinnati, OH 45202 , SURETY, on bond of (lnsen name and addrvse gfContmaur) L.H. Lacy Company, Ltd. 1880 Crown Dr., Suite 1200 Dallas, TX 75234 , CO_NTRACTOR, hereby approves of the final payment to the Contractor, and agrees that Thal }payment to the Contractor shall not relieve the Surety of any of its obligations to (awn name and at lmv q fottwe -} City of Fort Worth & HT Hwy 114 Development, LP 2700 Commerce St., Suite 1600 Dallas, TX 75226 as set forth in Said Surety's bond. , OWNER, IN WITNESS WHEREOF, the S=ty has hereunto set its hand on this date: January6, 2025 (trraud M ulltXr Am wore ric date arrd. ar l .Attest: (Sea)). Al John on, Witness GreatAmerican Insurance Comparr {Surtityy _ t5irarwrr ofarrtbmlzr�l rrprusrrrtarfi rJ David T. Miclette, Attorney-in-Fact- (Ainfed name and tklr) G707-1994 GREAT AMERICAN INSURANCE COMPANY Administrative Office: 301 E 4TH STREET 0 CINCINNATI, OHIO 45202 • 513-369-5000 0 FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than Twelve No.O 22535 POWER OFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power Stacey Bosley Nikole Jeannette All of All Ashley Britt David T. Miclette Houston, Texas $100,000,000 Lucas Lomax Lacey Hitchcock Will Duke Nancy Rios Rita G. Gulizo Stacy Owens Robert C. Davis Barry K. McCord This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 10th day of September 2024 Attest GREAT AMERICAN INSURANCE COMPAN o Assistant Secretary Divisional Senior bite President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK vICARIo (877-377-2405) On this 10th day of September 2024 , before me personally appeared MARK VICARIO, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. r SUSAN A KOHORST - ... a Notary Public <oM1 State of Ohio My Comm. Expires may 18, 2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time. to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Compatw may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship. or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the f)regoiing Power ofAttorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. _ Signed and sealed this 6th day of January 2025 CiND Assirlan/ Se:,re/ary 51029AH (03/20)