Loading...
HomeMy WebLinkAboutContract 57853-FP1City Secretary -FP1 Contract No. 57853 FORT WORTH Date Received 3/26/2025 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: Heritage Trace Parkway Logistics Park City Project No.: 103620 Improvement Type(s): 0 Paving 0 Drainage N Street Lights ❑ Traffic Signals Original Contract Price: Amount of Approved Change Order(s) Revised Contract Amount: ITota I Cost of Work Complete Kvle wSmt-fh Kvle Vd Smith (Mar 24. 2025 09:32 CDT) Contractor Project Manager Title The Ridgemont Company Company Name Hector Montova arV4. 202515:33 CDT) Project Inspector Project Manager Kandice Merrick 26, 2025 08:51 CDT) CF��DA Manager /%14....... %..war... Lauren Prieur (Mar 26. 2025 08:53 CDT) TPW Director Asst. City Manager $3,220,890.98 $214,237.68 $3,435,128.66 $3,435,128.66 M a r 24, 2025 Date M a r 24, 2025 Date M a r 26, 2025 Date Mar 26, 2025 Date Mar 26, 2025 Date Mar 27, 2025 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Heritage Trace Parkway Logistics Park City Project No.: 103620 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 360 WD Days Charged: 427 WD Work Start Date: 10/12/2022 Work Complete Date: 12/13/2024 Completed number of Soil Lab Test: 1,357 Completed number of Water Test: 18 Page 2of2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HERITAGE TRACE PARKWAY Contract Limits Project Type DRAINAGE, PAVING, LIGHTS City Project Numbers 103620 DOE Number 3620 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 7/21/2022 For Period Ending 12/13/2024 WD Contract Time 36WD Days Charged to Date 427 Project Manager NA Contractor RIDGEMONT COMPANY 1520 W. WALNUT HILL LANE IRVING, TX 75038 Inspectors G.DEYON / H.MONTOYA Contract is 100.00 Complete Friday, March 21, 2025 Page 1 of 6 City Project Numbers 103620 DOE Number 3620 Contract Name HERITAGE TRACE PARKWAY Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING, LIGHTS For Period Ending 12/13/2024 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 MEDIUM STONE RIPRAP, DRY 1178 SY $65.00 $76,570.00 1178 $76,570.00 2 TRENCH SAFETY 1020 LF $0.50 $510.00 1020 $510.00 3 CONCRETRE COLLAR 1 EA $1,250.00 $1,250.00 1 $1,250.00 4 4' MANHOLE 7 EA $5,200.00 $36,400.00 7 $36,400.00 5 4' EXTRA DEPTH MANHOLE 20 VF $295.00 $5,900.00 20 $5,900.00 6 2 1 " RCP CLASS III 424 LF $64.00 $27,136.00 424 $27,136.00 7 24" RCP CLASS lII 95 LF $73.00 $6,935.00 95 $6,935.00 8 30" RCP CLASS lII 1960 LF $89.00 $174,440.00 1960 $174,440.00 9 36" RCP CLASS lII 325 LF $114.00 $37,050.00 325 $37,050.00 10 1OX6 BOX CULVERT 600 LF $671.25 $402,750.00 600 $402,750.00 11 4' MANHOLE RISER 2 EA $5,502.00 $11,004.00 2 $11,004.00 12 HEADWALL BOX CULVERT 260 CY $800.00 $208,000.00 260 $208,000.00 13 24" PARALLEL HEADWALL 1 PIPE 2 EA $2,789.00 $5,578.00 2 $5,578.00 14 10' CURB INLET 3 EA $3,690.00 $11,070.00 3 $11,070.00 15 20' CURB INLET 2 EA $8,294.00 $16,588.00 2 $16,588.00 Sub -Total of Previous Unit $1,021,181.00 $1,021,181.00 -------------------------- UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 MOBILIZATION 1 LS $10,000.00 $10,000.00 1 $10,000.00 2 CONSTRUCTION STAKING 1 LS $5,000.00 $5,000.00 1 $5,000.00 3 REMOVE ASPHALT PVMT 32 SY $15.00 $480.00 32 $480.00 4 REMOVE ASPHALT CURB & GUTTER 191 LF $15.00 $2,865.00 191 $2,865.00 5 SITE CLEARING 1 LS $5,794.13 $5,794.13 1 $5,794.13 6 UNCLASSIFIED EXCAVATION BY PLAN 20425 CY $7.95 $162,378.75 20425 $162,378.75 7 SWPPP 1 ACRE 1 LS $20,542.50 $20,542.50 1 $20,542.50 8 HYDRATED LIME (CO 1) 288 TN $243.00 $69,984.00 288 $69,984.00 9 6" LIME TREATMENT (CO 3) 683 SY $14.00 $9,562.00 683 $9,562.00 10 2" ASPHALT PVMT TYPE D (CO 1 & 4) 447 SY $5.50 $2,458.50 447 $2,458.50 11 4" ASPHALT BASE TYPE B (CO 1 & 4) 447 SY $7.50 $3,352.50 447 $3,352.50 Friday, March 21, 2025 Page 2 of 6 City Project Numbers 103620 Contract Name HERITAGE TRACE PARKWAY Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding DOE Number 3620 Estimate Number 1 Payment Number 1 For Period Ending 12/13/2024 12 7" CONC PVMT (CO 3) 699 SY $91.00 $63,609.00 699 $63,609.00 13 9" CONC PVMT (CO 1 & 3 & 4) 11770 SY $95.00 118,150.00 11770 1,118,150.00 14 4" CONC SIDEWALK (CO 1 & 3 & 4) 22356 SF $6.50 $145,314.00 22356 $145,314.00 15 BARRIER FREE RAMP, TYPE P-1 (CO 1 & 3 & 4) 12 EA $2,817.00 $33,804.00 12 $33,804.00 16 6" CONC CURB AND GUTTER (CO 1 & 4) 245 LF $1.75 $428.75 245 $428.75 17 4" SLD PVMT MARKING HAS (W) (CO 4) 575 LF $2.00 $1,150.00 575 $1,150.00 18 4" SLD PVMT MARKING HAS (Y) (CO 3 & 4) 3950 LF $2.00 $7,900.00 3950 $7,900.00 19 4" BRK PVMT MARKIN GHAS (W) (CO 4) 158 LF $2.83 $447.14 158 $447.14 20 12" SLD PVMT MARKING HAE (W) (CO 4) 190 LF $11.64 $2,211.60 190 $2,211.60 21 24" SLD PVMT MARKING HAE (W) (CO 4) 93 LF $16.15 $1,501.95 93 $1,501.95 22 LANE LEGEND ARROW (CO 4) 2 EA $295.00 $590.00 2 $590.00 23 LANE LEGEND ONLY (CO 4) 1 EA $350.00 $350.00 1 $350.00 24 REFL RAISED MARKER TY H-A-A 196 EA $5.00 $980.00 196 $980.00 25 TOPSOIL (CO 3) 1642 CY $6.50 $10,673.00 1642 $10,673.00 26 BLOCK SOD PLACEMENT (CO 3 & 4) 9754 SY $6.00 $58,524.00 9754 $58,524.00 27 SEEDING HYDROMULCH 1490 SY $1.05 $1,564.50 1490 $1,564.50 28 SEEDING SOIL RETENTION BLANKET (CO 4) 1294 SY $1.75 $2,264.50 1294 $2,264.50 29 INSTALL ALUM SIGN GROUND MOUNT 2 EA $800.00 $1,600.00 2 $1,600.00 30 TRAFFIC CONTROL 12 MO $12,000.00 $144,000.00 12 $144,000.00 31 8" CONC BASE MATERIAL 11009 SY $19.59 $215,666.31 11009 $215,666.31 32 8" LIME TREATMENT (CO 1 & 3 & 4) 2149 SY $19.59 $42,098.91 2149 $42,098.91 33 BARRIER FREE RAMP, TYPE M-1 (CO 1) 2 EA $2,817.00 $5,634.00 2 $5,634.00 34 METAL BEAM GUARD FENCE (TL-3 MASH 69 LF $61.00 $4,209.00 69 $4,209.00 COMPLIANT) (CO 2) 35 METAL BEAM GUARD FENCE LONG SPAN (TL- 100 LF $61.00 $6,100.00 100 $6,100.00 3 MASH COMPLIANT) (CO 2) 36 PEDESTRIAN GUARDRAIL (TXDOT PRI1) (CO 2 230 LF $192.00 $44,160.00 230 $44,160.00 & 4) 37 METAL BEAM FENCE DOWNSTREAM 1 EA $2,975.00 $2,975.00 1 $2,975.00 ANCHOR TERMINAL (CO 2) 38 METAL BEAM GUARD FENCE TERMINAL 1 EA $2,850.00 $2,850.00 1 $2,850.00 ANCHOR SECTION (CO 2) 39 4" BRK PVMT MARKING HAS (Y) (CO 4) 108 LF $2.83 $305.64 108 $305.64 40 LANE LEGEND DBL ARROW (CO 4) 1 EA $350.00 $350.00 1 $350.00 41 CONCRETE RETAINING WALL ADJACENT TO 280 SF $13.00 $3,640.00 280 $3,640.00 SIDEWALK (CO 4) Friday, March 21, 2025 Page 3 of 6 City Project Numbers 103620 Contract Name HERITAGE TRACE PARKWAY Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding DOE Number 3620 Estimate Number 1 Payment Number 1 For Period Ending 12/13/2024 ------------- Sub -Total of Previous Unit $2,215,468.68 $2,215,468.68 UNIT V: STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 GROUND BOX TYPE B 15 EA $324.56 $4,868.40 15 $4,868.40 2 INSTALL TYPE 25A ARM 28 EA $981.55 $27,483.40 28 $27,483.40 3 FURNISH/INSTALL 240-480 VOLT SINGLE 1 EA $6,725.96 $6,725.96 1 $6,725.96 PHASE TRANSOCKET METERED PEDESTAL 4 RDWY ILLUMASSMBLY TY 18, 18A, 19 AND 14 EA $2,500.00 $35,000.00 14 $35,000.00 D40 5 RDWY ILLUM FOUNDATION TY 3,5,6, AND 8 14 EA $248.79 $3,483.06 14 $3,483.06 6 FURNISH/INSTALL CONDUIT -SCHEDULE 80 2664 LF $25.14 $66,972.96 2664 $66,972.96 PVC 2 INCH OPEN CUT 7 LED LIGHTING FIXTURE 28 EA $1,915.90 $53,645.20 28 $53,645.20 8 INSTALL ALUM SIGN GROUND MOUNT 3 EA $100.00 $300.00 3 $300.00 Sub -Total of Previous Unit $198,478.98 $198,478.98 Friday, March 21, 2025 Page 4 of 6 City Project Numbers 103620 Contract Name HERITAGE TRACE PARKWAY Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding Contract Information Summary Original Contract Amount Chanhe Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 Change Order Number 4 DOE Number 3620 Estimate Number 1 Payment Number 1 For Period Ending 12/13/2024 $3,220,890.98 $21,853.89 $52,614.00 $83,461.42 $56,308.37 Total Contract Price $3,435,128.66 Total Cost of Work Completed $3,435,128.66 Less % Retained $0.00 Net Earned $3,435,128.66 Earned This Period $3,435,128.66 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 $3,435,128.66 Friday, March 21, 2025 Page 5 of 6 City Project Numbers 103620 Contract Name HERITAGE TRACE PARKWAY Contract Limits Project Type DRAINAGE, PAVING, LIGHTS Project Funding Project Manager NA Inspectors G.DEYON / H.MONTOYA Contractor RIDGEMONT COMPANY 1520 W. WALNUT HILL LANE IRVING, TX 75038 DOE Number 3620 Estimate Number 1 Payment Number 1 For Period Ending 12/13/2024 City Secretary Contract Number Contract Date 7/21/2022 Contract Time 360 WD Days Charged to Date 427 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 $3,435,128.66 Less % Retained $0.00 Net Earned $3,435,128.66 Earned This Period $3,435,128.66 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 $3,435,128.66 Friday, March 21, 2025 Page 6 of 6 DocuSign Envelope ID: DFF1414D-7A30-4CD2-80B3-AE9C5E73B7C1 REVIEWED By Andrew Goodman at 1:54 pm, Oct 27, 2022 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Heritage Trace Parkway CHANGE CONTRACT: (A) Water, (B) Sewer, (C) Paving, (D) Drainage, (E) Street Lighting ORDER No: CFA # 22-0015 CITY PARTICIPATION: I No CITY PROJECT # 103620 DOE # 1 WATER PROJECT # X-27133 SEWER PROJECT # X-27133 FILE # K-2876 INSPECTOR: James Ruiz Phone No: 817-205-1256 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT UNIT WATER I SEWER I PAVING I DRAINAGE STREET LIGHTS Leveloper I CONTRACT Developer beveloper (Cost DAYS Cost City Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $444,145.40 I $676,604.00 $2,001,231.00 I I $1,021,181.00 I I $197,478.98 360 EXTRAS TO DATE I I I I I 0 CREDITS TO DATE I I I I I 0 CONTRACT TO DATE $444,145.40 $0.00 I $676,604.00 $0.00 $2,001,231.00 I $0.00 I $1,021,181.00 I $0.00 I $198,478.98 $0.00 360 AMOUNT OF PROP. CHANGE ORDER $0.00 I $0.00 $21,853.89 I I $0.00 I I $0.00 0 REVISED CONTRACT AMOUNT $444,145.40 $0.00 I $676,604.00 $0.00 $2,023,084.89 I $0.00 I $1,021,181.00 I $0.00 I $198,478.98 $0.00 360 TOTAL REVISED CONTRACT AMOUNT PER UNIT $444,145.40 $676,604.00 $2,023,084.89 $1,021,181.00 $198,478.98 REVISED COST SHARE Dev. Cost: $4,363,494.27 City Cost: $0.00 TOTAL REVISED CONTRACT $4,363,494.27 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: DFF1414D-7A30-4CD2-80B3-AE9C5E73B7C1 REVIEWED By Andrew Goodman at 1:54 pm, Oct 27, 2022 You are directed to make the following changes in the contract docurrents CITY BID ITEM PAY ITEM # # QUANTITY 8 3211.0400 272 10 3212.0302 -22 11 3212.0501 -22 13 3213.0104 -459 14 3213.0301 -1693 15 3213.0506 -2 16 3216.0101 -4782 32 3211.0502 971 33 3213.0503 2 REASONS FOR CHANGE ORDER UNIT ITEM DESCRIPTION UNIT PRICE TOTAL TN Hydrated Lime $243.00 $66,096.00 SY 2" Asphalt Pavement Type D $5.50 -$121.00 SY 4" Asphalt Base Type B $7.50 -$165.00 SY 9" Concrete Pavement $95.00 -$43,605.00 SF 4" Concrete Sidewalk $6.50 -$11,004.50 EA Barrier Free Ramp, Type P-1 $2,817.00 -$5,634.00 LF 6" Concrete Curb and Gutter $1.75 -$8,368.50 SY 8" Lime Treatment (8" Thick Clay Subgrade with 6" Hydrated Lime) $19.59 $19,021.89 EA Barrier Free Ramp, Type M-1 $2,817.00 $5,634.00 TOTAL $21,853.89 New configuration for connection to Blue Mound Rd, shifts in median locations, pavement marking and street signs. 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: Please see attached signature page APPROVED: By: Halff Associates Name: Cody Hodge Title: Land Development Team Leader By: CRP/CHI Heritage Trace Owner, L.P Name: John B. Cooper Title: Vice President By: Ridqemont Commercial Name: Paul Camp Title: Vice President of Operations/Principal Revised: 10-12-2011 Page 2 DocuSign Envelope ID: DFF1414D-7A30-4CD2-80B3-AE9C5E73B7C1 REVIEWED SIGNATURE PAGE TO CITY OF FORT WORTH By Andrew Goodman at 1:54 pm, Oct 27, 2022 COMMUNITY FACILITIES AGREEMENT DEVELOPER AWARDED PROJECT CHANGE ORDER NO: 1 PROJECT NAME: HERITAGE TRACE PARKWAY CIA #: 22-0015 CITY PROJECT #: 103620 CRP/CHI HERITAGE TRACE OWNER, L.P., a Delaware limited partnership By: CRP/CHI HERITAGE TRACE GP, L.L.C., a Delaware limited liability company, its general partner By: CRP/CHI HERITAGE TRACE VENTURE, L.L.C., a Delaware limited liability company, its sole member By: CHI NORTH TEXAS 110 HERITAGE TRACE, L.P., a Delaware limited partnership, its administrative member By: CHI DEVELOPMENT GP, L.L.C., a Delaware limited liability company, its general partner By: ,66 6. (166f ' Name: John B. Cooper Title: Vice President Date: 1012 512022 REVIEWED By Andrew Goodman at 8:49 —, Apr 19, 2023 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Heritage Trace Parkway CHANGE CONTRACT: (A) Water, (B) Sewer, (C) Paving, (D) Drainage, (E) Street Lighting ORDER No: CFA # 22-0015 CITY PARTICIPATION: I No CITY PROJECT # 103620 DOE # 2 WATER PROJECT # X-27133 SEWER PROJECT # X-27133 FILE # K-2876 INSPECTOR: James Ruiz Phone No: 817-205-1256 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT UNIT WATER I SEWER I PAVING I DRAINAGE STREET LIGHTS Leveloper I CONTRACT Developer beveloper (Cost DAYS Cost City Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $444,145.40 I $676,604.00 $2,001,231.00 I I $1,021,181.00 I I $197,478.98 360 EXTRAS TO DATE I $21,853.89 I I I I 0 CREDITS TO DATE I I I I I 0 CONTRACT TO DATE $444,145.40 $0.00 I $676,604.00 $0.00 $2,023,084.89 I $0.00 I $1,021,181.00 I $0.00 I $198,478.98 $0.00 360 AMOUNT OF PROP. CHANGE ORDER $0.00 I $0.00 $52,614.00 I I $0.00 I I $0.00 0 REVISED CONTRACT AMOUNT $444,145.40 $0.00 I $676,604.00 $0.00 $2,075,698.89 I $0.00 I $1,021,181.00 I $0.00 I $198,478.98 $0.00 360 TOTAL REVISED CONTRACT AMOUNT PER UNIT $444,145.40 $676,604.00 $2,075,698.89 $1,021,181.00 $198,478.98 REVISED COST SHARE Dev. Cost: $4,416,108.27 City Cost: $0.00 TOTAL REVISED CONTRACT $4,416,108.27 Revised: 10-12-2011 Page 1 REVIEWED lBy Andrew Goodman at 8:49 am, Apr 19, 2023 J You are directed to make the following changes in the contract documents Unit 4 - Paving Improvements CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 32 9999.0200 69 LF Metal Beam Guard Fence (TL-3 Mash Compliant) $61.00 $4,209.00 33 9999.0300 100 LF Metal Beam Guard Fence Long Span (TL-3 Mash Compliant) $61.00 $6,100.00 34 9999.0400 190 LF Pedestrian Guradrail (TxDOT PR11) $192.00 $36,480.00 35 9999.0500 1 EA Metal Beam Guard Fence Downstream Anchor Terminal (TL-3 Mash Compliant) $2,975.00 $2,975.00 36 9999.0600 1 EA Metal Beam Guard Fence Terminal Anchor Section $2,850.00 $2,850.00 TOTAL $52,614.00 REASONS FOR CHANGE ORDER Change order required to reconcile revisions done to plans. These revisions consisted of pedestrian and vehicle guardrail additons at the proposed culvert crossing near the intersection at Blue Mound Road. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITYWILLBE SOUGHT BY THE DEVELOPER. RECOMMENDED: ��. *� APPROVED: Please see attached siqnature page APPROVED: By: Halff Associates Name: Cody Hodqe Title: Land Development Team Leader By: CRP/CHI Heritaqe Trace Owner, L.P Name: John B. Cooper Title: Vice President By: Ridqemont Commercial Name: Paul Camp Title: Vice President of Operations/Principal Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 42874960-C2D8-4E3B-A99C-OA03E26041A3 REVIEWED By Aad—Goodman at 8:49 am, Apr 19, 2023 J SIGNATURE PAGE TO CITY OF FORT WORTH COMMUNITY FACILITIES AGREEMENT DEVELOPER AWARDED PROJECT CHANGE ORDER NO: 2 PROJECT NAME: HERITAGE TRACE PARKWAY CFA #: 22-0015 CITY PROJECT #: 103620 CRP/CHI HERITAGE TRACE OWNER, L.P., a Delaware limited partnership By: CRP/CHI HERITAGE TRACE GP, L.L.C., a Delaware limited liability company, its general partner By: CRP/CHI HERITAGE TRACE VENTURE, L.L.C., a Delaware limited liability company, its sole member By: CHI NORTH TEXAS 110 HERITAGE TRACE, L.P., a Delaware limited partnership, its administrative member By: CHI DEVELOPMENT GP, L.L.C., a Delaware limited liability company, its general partner By: ,66 6. (166f ' Name: John B. Cooper Title: Vice President Date: 3/29/2023 DocuSign Envelope ID: FD735165-C352-4C97-9E3F-5BD58C62B98E PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Heritage Trace Parkway CHANGE (A) Water, (B) Sewer, (C) Paving, (D) Drainage, (E) Street Lighting ORDER No: 22-0015 I CITY PARTICIPATION] No 103620 3 X-27133 X-27133 K-2876 James Ruiz Phone No: 817-205-1256 Andrew Goodman Phone No: 817-392-6251 WATER Developer Cost City Cost ORIGINAL CONTRACT $444,145.40 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $444,145.40 $0.00 AMOUNT OF PROP. CHANGE ORDER $0.00 REVISED CONTRACT AMOUNT $444,145.40 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $444,145.40 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER Developer Cost City Cost $676,604.00 $676,604.00 $0.00 $0.00 $676,604.00 $0.00 $676,604.00 $4,499,569.69 CONTRACT UNIT PAVING Developer Cost City Cost $2,001,231.00 $74,467.89 $2,075,698.89 $0.00 $83,461.42 $2,159,160.31 $0.00 $2,159,160.31 City Cost: $4,499,569.69 REVIEWED By Andrew Goodman at 1:48 pm, Oct 27, 2023 DRAINAGE STREET LIGHTS CONTRACT Developer DAYS Developer Cost City Cost Cost City Cost $1,021,181.00 $197,478.98 360 0 0 $1,021,181.00 $0.00 $198,478.98 $0.00 360 $0.00 $0.00 0 $1,021,181.00 $0.00 $198,478.98 $0.00 360 $1,021,181.00 $198,478.98 $0.00 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: FD735165-C352-4C97-9E3F-5BD58C62B98E REVIEWED By Andrew Goodman at 1:48 pm, Oct 27, 2023 You are directed to make the following changes in the contract documents: Unit 4 - Paving Improvements CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I 9 3211.0501 -197.00 SY 6' Lime Treatment$14.00 I 8.00 I 12 3213.0102 -181.00 SY 7" Concrete Pavement I $91 m $16.4 00 I 13 3213.0104 897.00 SY 9" Concrete Pavement $91.00 I b95.00 $85,2 5, b85,215.00 I 14 3213.0301 -295 SF 4` Concrete Sidewalk I b6.50 -b1,917.50 I 15 3213.0506 -2 EA I Barrier Free Ramp, Type P-1 1 b2,817bO -b5,634.00 18 3217.0002 -34 LF 4' SLD Pvmt Marking HAS (Y) $2.00 -b68.00 I 25 3291,0100 314 CY Topsoil I $6.50 $2,041.00 I 26 3292.0100 943 SY Block Sod Placement 1 $6.00 $5,658.00 I 31 9999.0002 888 SY 8' Lime Treatment (8' Thick Clay Subgrade with 6" Hydrated Lime) 1 $19.59 $17,395.92 TOTAL $83,461.42 REASONS FOR CHANGE ORDER Change order required to reconcile revisions done to plans. These revisions consisted of the addition of a cul-de-sac at the eastern end of Heritage Trace Parkway and the deletion of a driveway near Station 21+50. 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: Please see attached signature page APPROVED: By: Halff Associates Name: Cody Hodge Title: Land Development Team Leader By: CRPICHI Heritage Trace Owner, L.P Name: John B. Cooper Title: Vice President By: Ridqemont Commercial Name: Paul Camp Title: Vice President of OnerationwPrincival Revised. 10-12-2011 Page 2 DocuSign Envelope ID: FD735165-C352-4C97-9E3F-5BD58C62B98E SIGNATURE PAGE TO CITY OF FORT WORTH REVIEWED l By Andrew Goodman at 1:48 pm, Oct 27, 2023 COMMUNITY FACILITIES AGREEMENT DEVELOPER AWARDED PROJECT CHANGE ORDER NO: 3 PROJECT NAME: HERITAGE TRACE PARKWAY CFA #: 22-0015 CITY PROJECT #: 103620 CRP/CHI HERITAGE TRACE OWNER, L.P., a Delaware limited partnership By: CRP/CHI HERITAGE TRACE GP, L.L.C., a Delaware limited liability company, its general partner By: CRP/CHI HERITAGE TRACE VENTURE, L.L.C., a Delaware limited liability company, its sole member By: CHI NORTH TEXAS 110 HERITAGE TRACE, L.P., a Delaware limited partnership, its administrative member By: CHI DEVELOPMENT GP, L.L.C., a Delaware limited liability company, its general partner By: �u.In. 6. t ob f V' Name: John B. Cooper Title: Vice President Date: 10/16/2023 Docusign Envelope ID: 445C40D8-EAE6-4566-953E-lFDF3923E5CC IPROJECT NAME: I CONTRACT: CFA # CITY PROJECT # IDOE # I WATER PROJECT # ISEWER PROJECT # IFILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Heritaqe Trace Parkway (A) Water, (B) Sewer, (C) Pavinq, (D) Drainage, (E) Street Lightin 22-0015 CITY PARTICIPATION: No 103620 X-27133 X-27133 K-2876 Hector Montoya Phone No: 817-392-8306 Andrew Goodman Phone No: 817-392-6251 WATER Developer Cost City Cost IORIGINAL CONTRACT $444,145.40 EXTRAS TO DATE (CREDITS TO DATE (CONTRACT TO DATE $444,145.40 $0.00 (AMOUNT OF PROP. CHANGE ORDER $0.00 I REVISED CONTRACT AMOUNT $444,145.40 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $444,145.40 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER Developer Cost City Cost $676,604.00 $676,604.00 $0.00 $0.00 $676,604.00 $0.00 $676,604.00 $4,555,878.06 CONTRACT UNIT PAVING Developer Cost City Cost $2,001,231.00 $157,929.31 $2,159,160.31 $0.00 $56,308.37 $2,215,468.68 $0.00 $2,215,468.68 City Cost: $4,555,878.06 REVIEWED By Izeldeen Ahmed at 3:24 pm, Mar 17, 2025 CHANGE ORDER No: 4 DRAINAGE STREET LIGHTS CONTRACT Developer DAYS Developer Cost City Cost Cost City Cost $1,021,181.00 $197,478.98 360 0 0 $1,021,181.00 $0.00 $198,478.98 $0.00 360 $0.00 $0.00 570 $1,021,181.00 $0.00 $198,478.98 $0.00 930 $1,021,181.00 $198,478.98 $0.00 Revised: 10-12-2011 Page 1 Docusign Envelope ID: 445C40D8-EAE6-4566-953E-1FDF3923E5CC You are directed to make the following changes in the contract dociments: CITY BID ITEM PAY ITEM # # QUANTITY UNIT 10 3212.0302 2 SY 11 3212.0501 2 SY 13 3213.0104 323 SY 14 3213.0301 296 SF 15 3213.0506 2 EA 16 3216.0101 5 LF 17 3217.0001 170 LF 18 3217.0002 32 LF 19 3217.0003 52 LF 20 3217.0301 -42 LF 21 3217.0501 54 LF 22 3217.1002 -1 EA 23 3217.1004 -1 EA 26 3292.0100 17 SY 28 3292.0500 -10 SY 31 3211.0502 290 SY 34 9999.0400 40 LF ITEM DESCRIPTION 2" Asphalt Pavement Type D 4" Asphalt Base Type B 9" Concrete Pavement 4" Concrete Sidewalk Barrier Free Ramp, Type P-1 6" Concrete Curb and Gutter 4" SLID Pvmt Marking HAS (W) 4" SLID Pvmt Marking HAS (Y) 4" BRK Pvmt Marking HAS (W) 12" SLID Pvmt Marking HAE (W) 24" SLID Pvmt Marking HAE (W) Lane Legend Arrow Lane Legend Only Block Sod Placement Seeding, Soil Retention Blanket 8" Lime Treatment (8" Thick Clay Subgrade with 6" Hydrated Lime) Pedestrian Guardrail (TxDOT PR11) 37 3217.0004 108 LF 4" BRK Pvmt Marking HAS (Y) 38 3217.1003 1 EA Lane Legend DBL Arrow 39 3232.0100 280 SF Concrete Retaining Wall Adjacent to Sidewalk TOTAL REASONS FOR CHANGE ORDER New configuration for connection to Blue Mound Rd, shifts in median locations, pavement marking and street signs. REVIEWED 1 lBy Izeldeen Ahmed at 3:23 pm, Mar 17, 2025 J UNIT PRICE $5.50 $7.50 $95.00 $6.50 $2,817.00 $1.75 $2.00 $2.00 $2.83 $11.64 $16.15 $295.00 $350.00 $6.00 $1.75 $19.59 $192.00 $2.83 $350.00 $13.00 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. dr RECOMMENDED: I 4 N4 APPROVED: Please see attached signature page APPROVED: By: Halff Associates Name: Cody Hodge Title: Land Development Team Leader By: CRP/CHI Heritage Trace Owner, L.P Name: John B. Cooper Title: Vice President By: Ridqemont Commercial Name: Paul Camp Title: Vice President of Operations/Principal TOTAL $11.00 $15.00 $30,685.00 $1, 924.00 $5,634.00 $8.75 $340.00 $64.00 $147.16 -$488.88 $872.10 -$295.00 -$350.00 $102.00 -$17.50 $5,681.10 $7,680.00 $305.64 $350.00 $3,640.00 $56,308.37 Revised: 10-12-2011 Page 2 Docusign Envelope ID:445C40D8-EAE6-4566-953E-1FDF3923E5CC SIGNATURE PAGE TO CITY OF FORT WORTH COMMUNITY FACILITIES AGREEMENT DEVELOPER AWARDED PROJECT CHANGE ORDER NO: 4 (REVISED) PROJECT NAME: HERITAGE TRACE PARKWAY CIA #: 22-0015 CITY PROJECT #: 103620 CRP/CHI HERITAGE TRACE OWNER, L.P., a Delaware limited partnership By: CRP/CHI HERITAGE TRACE GP, L.L.C., a Delaware limited liability company, its general partner By: CRP/CHI HERITAGE TRACE VENTURE, L.L.C., a Delaware limited liability company, its sole member By: CHI NORTH TEXAS 110 HERITAGE TRACE, L.P., a Delaware limited partnership, its administrative member By: CHI DEVELOPMENT GP, L.L.C., a Delaware limited liability company, its general partner By: �u,In, 6. (hb f V' Name: John B. Cooper Title: Vice President Date: 3/6/202 5 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS February 12, 2025 THE RIDGEMONT COMPANY 1520 W. WALNUT HILL LANE IRVING, TX 75038 RE: Acceptance Letter Project Name: HERITAGE TRACE PARKWAY LOGISTICS PARK Project Type: PAVING, DRAINAGE AND STREET LIGHTING IMPROVEMENTS City Project No.: 103620 To Whom It May Concern: On December 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 February 7, 2025. 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 February 7, 2025, 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- 392-6251. Sincerely, Andrew Goodman, Project Manager Cc: Hector Montoya, Inspector Gary Deyon, Inspection Supervisor Edward Davila, Senior Inspector Andrew Goodman, Program Manager HALFF Associates, Inc, Consultant The Ridgemont Company; Wildstone Construction, LLC; Jackson Construction, Ltd., Contractor Crow Holdings Industrial, Developer File E-Mail: Douglas W. Wiersig, P.E., PhD., Director, TPW Richard Martinez, Assistant Director, TPW Marisa Conlin, Traffic Engineering Allen Hall, Superintendent, TPW John Robert Carman, P.E., Director, Water Chris Harder, P.E., Assistant Director, Water Wendy Chi-Babulal, P.E., Water Tony Sholola, P.E., Water Richard Zavala, Director, PARD David Creek, Assistant Director, PARD Rev. 9/15/16 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 Slade Turner, Director Of Ridgemont Commercial Construction, 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; CPN 103620 Heritage Trace Parkway Water, Sewer, Drainage, Paving, and Street Lighting BY Name or Title Subscribed and sworn Yffore r►e on this date 20 of January, 2025. 11 IF l' Notary Pub�c County, Stag �abl►�,.. , / e I- ""p MAUREEN MCDONNELL 1.01% Naiary Public STATE OF TEXAS 9 rn�*4 f0#r 1287327&9 <, lmy Comm. Mar 3 a02s CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER Bond No. PRF9396393 PROJECT: Heritage Trace Parkway. CFA Project #103620, Ft. Worth TX (name, address) TO (Owner) [ City of Fort Worth ] ARCHITECT'S PROJECT NO: 1000 Throckmorton Street Fort Worth, TX 76102-6312 CONTRACT FOR: [ ] CONTRACT DATE: CONTRACTOR: The Ridgemont Company 1520 W. Walnut Hill Lane Irving, TX 75038-3701 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Colonial American Casualty and Surety Company & Fidelity and Deposit Company Of Maryland 1299 Zurich Way, 5th Floor , SURETY COMPANY, Schaumburg, IL 60196-1056 on bond of (here insert name and address of Contractor) The Ridgemont Company 1520 W. Walnut Hill Lane Irving, TX 75038-3701 , CONTRACTOR, hereby approves of the final payment to the Contractors, and agrees that 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 1000 Throckmorton Street Fort Worth, TX 76102-6312 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 17th Attest: (Seal): ,OWNER, day of December 2Q24 Colonial American Casualty and Surety Company & Fidelity and Deposit Compav Of Mid Surety Company ��1, � -)\(�) _ Signature of Authorized Representative Faith Ann i-lilty, Attornev-In-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706,, COiNT.RACTO;.'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT 6707 • CONSENT OF SURETY COMPANY TO FINAL, PAYMENT • APRIL 1970 EDITION • AIAO ONE PAGE O 1910 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 New York Ave.. NW, Wn SI 9INGTON, D.C. 20006 51111111lIf, GyENEVIEVE M. MAISON = ''•m UBLIC, NOTARY PUBLIC BALTIMORECOUWY,MG %,l2ip�t> 'S,� IdyComftsianExpirc,JANUARY27.2025 ' nnn EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate sea], appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998, RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day or May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Olh day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this _ 17#h day of December 2024 . 5 515111l111lff 1155111111l1l I!! 1i+15111if!!lfff ......... �OJ', ;G�yy SNSU !C� ``�o`Qps51 COR7Aa�i ,gyp s, a, •,... Ryq,��f.� m• ' Q4G = ��; QP OR GRq q'•tim p QP09'''..a Al F!f �SEAL'io=�'o - Ex` SEALm` _ SEAL ifE �'''�fff!l1111I15151\5++``` +',,,'!!l�Ill1l 1115115x ``, fflfflll ll ll5l55+�+ i5, � Thomas 0. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, ofthe By -Laws of said Companies, which arc set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint to o John R.WARD, Monica Ruby VEAZEY, John William NEWBY, Thomas Douglas MOORE ,Sandra Lee RONEY, Debra Lee MOON, Andrea Rose CRAWFORD, Troy Russell KEY, Emily Allison MIKESKA, Allyson W .DEAN, Colin E. CONLY, Andrew Gareth ADDISON, Patrick Thomas COYLE, Michael Donald HENDERICKSON, Bryan Kelly MOORE, Elizabeth ORTIZ Ana OWENS, Betty J. REEH, Andrew CLARK, Faith Ann HILTY of Addison, Texas, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 31st day of January, A.D. 2024. ,,,,Ip 1131rh44, ,4t Ga5GaI1,Vd �� `,+aulnmrahgry,' ,nvumm�,,, i'O ��J.:rn :`tra •'Q,P Oq,� "F!`s OO°C 4p9,q ;71-'� USI ALrn' "�"{ O ri o _ � voQ P?•o a 3a c n=USEALntg` ,', SEALniaz' ......1!ll ll llt,tt+\+\`+` II I4t1, rr,l......rljjl�+`+` A•I••I Es,r. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 31st day of January, A.D. 2024, before the subscriber, a Notary Public of the Stale of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution ofsame, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WI -IL -RE -OF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8794 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 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) 490-1007 Web: www.tdi.texas,gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. "ISO IMPORTANTE Para obtener informaci6n o para presentar una queja: Usted puede Ilamar al numero de tel6fono gratuito de Zurich North America's para obtener informaci6n o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informaci6n sabre com- pahlas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclemaci6n, usted debe comunicarse con la companla primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propasitos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E (06115) Page 1 of 1