Loading...
HomeMy WebLinkAboutContract 59821-FP1-FP1 FORT WORTH. City Secretary 59821 Contract No. Date Received 9/3/2025 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: Cavile Place Ph.2 Hughes House City Project No.: 103822 Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $1,239,402.05 Amount of Approved Change Order(s):-$96,095.59 Revised Contract Amount: $1,143,306.4E Total Cost of Work Complete: $1,143,306.4E Andre 29, 2025 09:07:35 CDT) 08/29/2025 Contractor Date Senior Project Manager Title Block Companies Company Name RodorioK SaKer 08/29/2025 Roderick Baker (Aue 29. 2025 09.34:59 CDT) Project Inspector Date Motadage Mokawxfdeen?E 09/03/2025 Project Manager Date —A 09/03/2025 CFA Manager Date de Z--- 09/03/2025 Lauren Prieur (Sep 3, 202513:16:57 CDT) TPW Director Date �_� 09/05/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Cavile Place Ph.2 Hughes House City Project No.: 103822 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: 160 Days Charged: 418 Work Start Date: 8/28/2023 Work Complete Date: 7/31/2025 Completed number of Soil Lab Test: 89 Completed number of Water Test: 0 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CAVILE PLACE - PHASE II - HUGHES HOUSE Contract Limits Project Type PAVING City Project Numbers 103822 DOE Number 3822 Estimate Number 1 Payment Number 1 For Period Ending 7/31/2025 WD City Secretary Contract Number Contract Time 16WD Contract Date Days Charged to Date 418 Project Manager NA Contract is 100.00 Complete Contractor BLOCK BUILDERS, LLC 4545 POST OAK PLACE DR. HOUSTON, TX 77027 Inspectors R.BAKER / M. GLOVER Friday, August 8, 2025 Page 1 of 6 City Project Numbers 103822 DOE Number 3822 Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 7/31/2025 Project Funding UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE SIDEWALK 5660 SF $2.69 $15,225.40 5660 $15,225.40 2 REMOVE CONCRETE DRIVE 1770 SF $2.51 $4,442.70 1770 $4,442.70 3 REMOVE CONC PVMT 80 SY $5.00 $400.00 80 $400.00 4 REMOVE ASPHALT PVMT (CO#3) 2106 SY $11.65 $24,534.90 2106 $24,534.90 5 REMOVE CONC CURB & GUTTER (CO#3) 810 LF $2.81 $2,276.10 810 $2,276.10 6 6" FLEXIBLE BASE, TYPE A, GR-1(CO#3) 190 SY $49.16 $9,340.40 190 $9,340.40 7 2" ASPHALT PVMT TYPE D (CO#3) 190 SY $41.05 $7,799.50 190 $7,799.50 8 4" ASPHALT BASE TYPE B (CO#3) 190 SY $82.10 $15,599.00 190 $15,599.00 9 6" CONC CURB AND GUTTER(CO#3) 361 LF $51.21 $18,486.81 361 $18,486.81 10 4" SLD PVMT MARKING HAS (W) 200 LF $3.23 $646.00 200 $646.00 11 8" SLD PVMT MARKING HAS (W) 80 LF $6.47 $517.60 80 $517.60 12 24" SLD PVMT MARKING HAE (W) (CO#3) 80 LF $79.17 $6,333.60 80 $6,333.60 13 UNCLASSIFIED EXCAVATION BY PLAN 262 CY $24.41 $6,395.42 262 $6,395.42 14 EMBANKMENT BY PLAN 493 CY $59.25 $29,210.25 493 $29,210.25 15 6" LIME TREATMENT (CO#3) 3860 SY $13.23 $51,067.80 3860 $51,067.80 16 6" CONC PVMT (CO#3) 2080 SY $95.93 $199,534.40 2080 $199,534.40 17 4" CONC SIDEWALK (CO#2)(CO#3)(CO#5) 5156 SF $11.70 $60,325.20 5156 $60,325.20 18 6" CONCRETE DRIVEWAY 3305 SF $9.59 $31,694.95 3305 $31,694.95 19 BARRIER FREE RAMP, TYPE R-1 (CO#3) 0 EA $3,600.00 $0.00 0 $0.00 20 BARRIER FREE RAMP, TYPE P-1 (CO#5) 2 EA $3,600.00 $7,200.00 2 $7,200.00 21 TOPSOIL 130 CY $60.00 $7,800.00 130 $7,800.00 22 BLOCK SOD PLACEMENT 1170 SY $17.66 $20,662.20 1170 $20,662.20 23 PAINT 3" TREE (CO#6) 9 EA $942.38 $8,481.42 9 $8,481.42 24 REMOVE AND REINSTALL SIGN PANEL AND 3 EA $350.00 $1,050.00 3 $1,050.00 POST 25 TRAFFIC CONTROL 1 MO $3,604.16 $3,604.16 1 $3,604.16 26 6"-12" TREE REMOVAL 2 EA $1,500.00 $3,000.00 2 $3,000.00 27 HYDRATED LIME FOR SUBGRADE 57 TN $323.40 $18,433.80 57 $18,433.80 28 REMOVE ASPHALT PVMT (CO#2) 127 SY $124.00 $15,748.00 127 $15,748.00 29 10' WIDE ASPHALT PVMT REPAIR, 127 SY $195.00 $24,765.00 127 $24,765.00 RESIDENTIAL (CO#2) 30 REMOVE CONC PVMT (CO#2) 110 SY $129.00 $14,190.00 110 $14,190.00 Friday, August 8, 2025 Page 2 of 6 City Project Numbers 103822 DOE Number 3822 Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 7/31/2025 Project Funding 31 -------------------------------------- 6" CONC PVMT (CO#2) 110 SY $221.00 $24,310.00 110 $24,310.00 ------------------- Sub-Total of Previous Unit $633,074.61 $633,074.61 UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFTEY 510 LF $3.00 $1,530.00 510 $1,530.00 2 SWPPP 1 LS $1,500.00 $1,500.00 1 $1,500.00 3 24" RCP, CLASS III (CO#1) 472 LF $131.00 $61,832.00 472 $61,832.00 4 4' STORM JUNCTION BOX (CO#1) 3 EA $8,334.00 $25,002.00 3 $25,002.00 5 CONNCECT TO EXISTING CURB INLET 2 EA $1,865.00 $3,730.00 2 $3,730.00 6 18" RCP, CLASS III (CO#1) 31 LF $101.00 $3,131.00 31 $3,131.00 Sub -Total of Previous Unit $96,725.00 $96,725.00 UNIT V: STREET LIGHTING IMPROVEMENTS Item Description of Items No. 1 2" CONDT PVC SCH 80 (T) 2 2" CONDT PVC SCH 80 (B) 3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 4 NO 2 INSULATEDELEC CONDR 6 GROUND BOX TYPE B, W/ APRON 7 FURNISH/INSTALL TYPE 33B ARM 8 FURNISH/INSTALL 240-480 VOLT SINGLE PHASE TRANSOCKET METERED PEDESTAL 9 FURNISH/INSTALL LED LIGHTING FIXTURE (70 WATT ATBO COBRA HEAD) 10 FURNISH/INSTALL 10'-14' WASHINGTON STANDARD LIGHT PLOE & FIXTURE LED 11 FURNISH/INSTALL RDWAY HIUM TY 11 POLE 12 RDWAY HIUM FOUNDATION TY 1,2 AND 4 13 RDWAY MUM FOUNDATION TY 7 14 POWER COAT TY 11 POLE AND TY 33B ARM 15 REMOVE&SALVAGE EXISTING LT POLE,ARM,LUM,&DEMO FOUNDATION 2'BFG(CO#4&5) Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 2115 LF $30.00 $63,450.00 2115 $63,450.00 295 LF $40.00 $11,800.00 295 $11,800.00 80 17 $175.00 $14,000.00 80 $14,000.00 11580 LF $5.75 $66,585.00 11580 $66,585.00 16 EA $1,452.00 $23,232.00 16 $23,232.00 2 EA $361.00 $722.00 2 $722.00 2 EA $7,866.00 $15,732.00 2 $15,732.00 2 EA $885.00 $1,770.00 2 $1,770.00 32 EA $4,820.00 $154,240.00 32 $154,240.00 2 EA $2,056.00 $4,112.00 2 $4,112.00 2 EA $1,858.00 $3,716.00 2 $3,716.00 32 EA $1,445.00 $46,240.00 32 $46,240.00 2 EA $600.00 $1,200.00 2 $1,200.00 3 EA $2,235.95 $6,707.85 3 $6,707.85 Friday, August 8, 2025 Page 3 of 6 City Project Numbers 103822 DOE Number 3822 Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 7/31/2025 Project Funding Sub -Total of Previous Unit $413,506.85 $413,506.85 Friday, August 8, 2025 Page 4 of 6 City Project Numbers 103822 Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Contract Limits Project Type STREET LIGHTING Project Funding Contract information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 Change Order Number 4 Change Order Number 5 Change Order Number 5 Change Order Number 6 DOE Number 3822 Estimate Number I Payment Number 1 For Period Ending 7/31/2025 $1,239,402.05 $6,487.00 $46,779.50 ($144,832.85) $6,707.85 ($6,174.00) ($2,235.95) ($2,827.14) Total Contract Price $1,143,306.46 Total Cost of Work Completed $1,143,306.46 Less % Retained $0.00 Net Earned $1,143,306.46 Earned This Period $1,143,306.46 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 $1,143,306.46 Friday, August 8, 2025 Page 5 of 6 City Project Numbers 103822 DOE Number 3822 Contract Name CAVILE PLACE - PHASE H - HUGHES HOUSE Estimate Number I Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 7/31/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors R.BAKER / M. GLOVER Contract Date Contractor BLOCK BUILDERS, LLC Contract Time 160 WD 4545 POST OAK PLACE DR. Days Charged to Date 418 WD HOUSTON, TX 77027 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 $1,143,306.46 Less % Retained $0.00 Net Earned $1,143,306.46 Earned This Period $1,143,306.46 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 $1,143,306.46 Friday, August 8, 2025 Page 6 of 6 I PROJECT NAME: CONTRACT: ICFA# ICITY PROJECT # IFID # FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT i 1 REVIEWED By Arash Emami Saleh at 4:37 pm, Nov 09, 2023 DEVELOPER -AWARDED -PROJECT CHANGE ORDER CAVILE PLACE - PAHSE 11- HUGHES HOUSE CHANGE PAVING, DRAINAGE, LIGHTING AND LANDSCAPE ORDER No: 22-0053 1 CITY PARTICIPATION: NO 103822 1 30114-0200431-103822-EO7685 K-2870 VICTOR GUTIERREZ Phone No: 817-392-8306 ARASH EMAMI SALEH Phone No: 817-392-2373 CONTRACT UNIT STREET LIGHTING DRAINAGE PAVING CONTRACT DAYS Developer Cost (,`IWCoA Daveloper Cost City Cost Developer Cost City Cost _ $409,034.95 SOAO $90,238.00 S0.90 $740.129.10 S0.00 �. 180 1i $409,034.96 so.bo $90,238.00 $0.00 $740,129.10 $0.00 180 t1{ S. $ 6,487.00 $409,034.96 e woo $96,725.00 34.00 $740,129.10 moo 180 $409.034.96 $96.725.00 $740.129.10 Dev. Cost: $1,245,889.05 City Cost_ $Oleo $1,245,889.05 Revised: 10-12-2011 Page 1 REVIEWED By Arash Emami Saieh at 4:37 pm, Nov 09, 2023 You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION I UNIT PRICE I TOTAL UNIT a: DRAINAGE IMPROVEMENTS I I Class IBox I I 4.67 (8,334.00 4 3349.0005 1B EA 4' Storm J nction s 8.334.00 $ I TOTAL UNIT II: DRAINAGE IMPROVEMENTS:I S 6.487.001 TOTAL I $ 6,487.00 REASONS FOR CHANGE ORDER Some water improvmenets removed to the contract per developers request to change phasing oirproject. Changes correspond to Revision No. 1 as shown on sheets 4, 9, 11-13, 20, and 23 or the constructlon plans. RECOMMENDED: By: 41 t%* Name: Tvler Scott Title: Engineer APPROVED: By:_ G Name: Mike Saunders Title: Partner McCormack Baron Salazar Development, Inc. APPROVED: Apr �p.p yvM/Jwxn Paul J Simpson:;..- o-- Name: PJ Simpson Title: BLOCK Reoresentalive Revised: 10-12-2011 Page 2 IPROJECT NAME: CONTRACT: ICFA# ICITY PROJECT # IFID # IFILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER CAVILE PLACE - PAHSE II - HUGHES HOUSE PAVING, DRAINAGE, LIGHTING AND LANDSCAPE 22-0053 I CITY PARTICIPATION:I NO 103822 30114-0200431-103822-EO7685 K-2870 VICTOR GUTIERREZ Phone No: ARASH EMAMI SALEH Phone No: STREET LIGHTING I DRAINAGE Developer Cost City Cost Developer Cost City Cost $409,034.95 $0.00 $90,238.00 $0.00 $6,487.00 $409,034.95 $0.00 $96,725.OD $0.00 $409,034.95 $0.00 I $96,725.DO $0.00 $409,034.95 I $96,725.00 Dev. Cost: $1,292,668.55 817-392-8306 817-392-2373 CONTRACT UNIT PAVING Developer Cost City Cost $740,129.10 $0.00 $740,129.10 $0.00 $ 46,779.50 $786,908.60 $0.00 $786,908.60 City Cost: $1,292,668.55 REVIEWED By Aiash Emami Saleh at 11:25 am, Jul 08, 2024 CHANGE ORDER No: 2 $0.00 I CONTRACT DAYS 180 I I I 180 I 180 Revised: 10-12-2011 Page 1 REVIEWED By Arash Emami Saleh at 11:25 am, Jul 08, 2024 You are directed to make the following changes in the contract documents: PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION I UNIT PRICE I TOTAL UNIT 1: PAVING IMPROVEMENTS 3 0241.1000 110 SY I Remove Conc Pvmt $ 129.00 $ 14,190.00 16 3213.0101 110 SY 6" Conc Pvmt $ 221.00 $ 24.310.00 17 3213.0301 -2755 SF 4" Conc Sidewalk $ 11.70 $ (32,233.50) 28 0241.1100 127 SY Remove Asphalt Pvmt $ 124.00 $ 15.748.00 29 3201.0117 127 SY 10' W ide Asphalt Pvmt Repair, Residental $ 195.00 $ 24,765.00 TOTAL UNIT I: PAVING IMPROVEMENTS: $ 46,779.50 TOTAL $ 46,779.50 REASONS FOR CHANGE ORDER Some waterimprovmenets removed to the contract per developer's request to change phasing of project. Changes correspond to Revision No. 1 as shown on sheets 4, 9, 11-13, 20, and 23 of the construction plans. RECOMMENDED: APPROVED: APPROVED: McCormack Baron Salazar Development, Inc. Michael Saunders, Vice President By: � By:_''s X� �— By: — Name:' PJ Simpson Name: Tvler Scott Name: Mike Saunders Title: Engineer Title: Partner Title: BLOCK Representative Revised: 10-12-2011 Page 2 PROJECT NAME: CONTRACT: CFA '- CITY PROJECT FID FILE INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVA�ED ;;QNTRACT AMOUNT TOTAL REVISftO C6NTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER CAVILE PLACE - PAHSE II - HUGHES HOUSE PAVING, DRAINAGE, LIGHTING AND LANDSCAPE 22-0053 CITY PARTICIPATION: NO 103822 30114-0200431-103822-EO7685 K-2870 VICTOR GUTIERREZ Phone No: ARASH EMAMI SALEH Phone No: STREET LIGHTING I DRAINAGE Dovoloper Cost City Cost Dovolopor Cost City Cost S409,034.95 S0.00 $90.238.00 LS0.00 $6.487.00 5409,034.95 50.00 596,725.00 S0.00 S409,034.95 S0.00 S96.725.00 $0.00 S409.034.95 S96,725.00 Dev. Cost $1,147,935.70 817-392-8306 817-392-2373 REVIEWED By Mosadage Mohammdeen at 10:37 am, Jul 31, 2025 CHANGE ORDER No: 3 CONTRACT UNIT PAVING )ovolopor Cost City 5740,129.10 S0.00 $46.77950 $786.908.60 S0. S (144.832.85) S642,075.75 S0.00 S64Z07! .75 city: $0.00 S1,147,835.70 I CONTRACT DAYS 160 160 160 Revised: 10-12-2011 Page 1 You are directed to make the fo8owinp chances in the contract documents: PAY ITEM » CITY BID ITEM - QUANTITY UNIT ( ITEM DESCRIPTION UNIT PRICE TOTAL UNIT I: -PAVING IMPROVEMENTS 4 0241.110D -1300 SY REMOVE ASPHALT PAVEMENT S 11.65 S (15.145.00) 5 0241.130D -370 LF REMOVE gONC 9YRB S GUTTER S 2.81 S (1.039.70) 6 3211.0112 120 SY 6" FLEXIBLE BASE. TYPE A. GR-1 S 49.16 S 5.89920 7 3212.0302 120 BY 2' ASP �D S 41.05 S 4.926.00 6 3272.0507 120 SY 4'ASP 5 62.10 5 9.852.00 9 3216.0101 -80 LF 6" CONC URB AND GUTTER S 5121 S (4,096.80) 12 3217.0501 -15 LF 24• SLID PVMT MARKING HAE (W) S 79.17 S (1,187.55) 15 3211.0501 .30 SY 6- LIME 7EATMSNT S 1323 S (396.90) 16 3213.0101 -1300 SY 6" C NC PAVEMENT S 95.93 S (124.709.00) 17 3213.0301 -1003 SF J ON9 §kPEVIALK S 11.70 S (11.735.10) 19 3213.0501 -2 EA BARRIER FREE R-1 S 3,600.00 S (7.200.00) TP. T TAL UNIT I _PAVING IMPROVEMENTS: S (144.832.65) TOTAL IS (144.832-85) REASONS FOR CHANGE ORDER Some water improvmenets removed to the contract perdeveloper's request to change phasing of project. Changes correspond to Revision No. 1 as shown on sheets 4, 9, 11-13, 20, and 23 of the construction plans. RECOMMENDED: By. Name: Tvler Scott Title: Enaineer APPROVED: APPROVED: FW Hughca House LP, a TX 6milod pannorship By FW Hughes Hou-c GP. LLC, it gon 1 part-r �.r M'� _By�: Fort Worth ARordabillty, Inc, it Flo —ber By: )W —j" By. Name: Mary -Margaret Lemons Name: P Simpson Title: S-1my/7rca--urerofthc-10 embcr Title: BLOCKReoresentative REVIEWED By Mosadage Mohammdeen at 10:37 am, Jul 31, 2025 Revised: 10-12-2011 Page 2 REVIEWED By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025 DEVELOPER -AWARDED -PROJECT CHANGE ORDER ' PROJECT NAME: CAVILE PLACE - PHASE II - HUGHES HOUSE I CHANGE CONTRACT: PAVING. DRAINAGE. LIGHTING AND LANDSCAPE ORDER No: CFA # 22-0053 1 CITY PARTICIPATION: NO CITY PROJECT n 103822 CITY SECRETARY CONTRACT # 59821 4 FI D # 30114-0200431-103822-E-7685 X# FILE # K-2870 INSPECTOR: VICTOR GUTIERREZ Phone No: 817-392-8306 PROJECT MANAGER: MOSADAGE MOHAMMDEEN Phone No: 817-392-2443 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT Developer Developer Developer Developer --sr4-. DAYS Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $0.00 $0.00 SO.00 $0.00 $90.238.00 SO.00 S740.129.10 $0.00 S409,034.95 SO.00 160 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $6,487.00 $0.00 $46,779.50 SO.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 SO.00 $0.00 $144.832.85 $0.00 $0.00 S0.00 CONTRACT TO DATE $0.00 $0.00 $0.00 $0.00 $96,725.00 $0.00 $642A75.75 $0.00 S409,034.95 $0.00 160 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 SO.00 $0.00 $0.00 SO.00 $6,707.85 $0.00 0 REVISED C9NTRACT AMOUNT SO.00 S0.00 SO.00 SO.00 S96.725.00 SO.00 $642.075.75 $0.00 S415.742.80 $0.00 160 TOTAL REVISED CONTRACT AMOUNT PER UNIT SO.00 $0.00 S96.725.00 $UZU75.75 S415.74210 REVISED COST SHARE Dev. Cost: $1,154,543.55 City cost: , $0.00 TOTAL REVISED CONTRACT $1,154,543.55 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM n n QUANTITY 15 9999.0006 I Asterisk (') indicates New Pay Item UNIT III: STREET LIGHTING IMPROVEMENTS CFW Unit Developer UNIT ITEM P:Ap�ftIPTIQN Price UNIT PRICE Cost REMOVER DSAL(/AGE NisrrNG EA LIGHTING POLE, ARM, LUM & DEMO S2235.95 $6.707.85 FOUNDATION Z BFG TOTAL UNIT III: STREET LIGHTING IMPROVEMENTS S6,707.85 City Cost TOTAL S6.707.85 S0.00 S6.707.85 Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Change order required to revise demo plan to remove three street lights. Change corresponds to Rev. 3 as shown on sheet C-06. RECOMMENDED: (Consulting Engineer) Name: Tvler Scott Title: Engineer APPROVAL RECOMMENDED: CFW - Water Department By, N/A Name: Title: APPROVED: APPROVED: FW Hugh- Ho-- LP, a TX lunitod parl—hip (Developer) ByF'N Hughes Home GP, L-C, ft general partner (Contractor) By: Fort Worth Affordability, Inc, IL- m to mombor By, vlw✓1a-l-- By.r Name: Mary-Marqaret Lemons Name: PJ Simpson Title: Secretary / Treasurer of the sole member Title: BLOCK Representative APPROVED: CFW - Assistant City Manager By. NIA Name: Title: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By. N/A Name: Title: RECOMMENDED: CFW - 'Contract Compliance Manager ATTEST ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible By. N/A for the monitoring and administration of this contract, include NIA ensuring all performance and reporting requirements_ Name: Jannette S. Goodall City Secretary There are NO City Funds associated with this Contract Title: ❑There are City Funds associated With this Contract M&C Number. ` REVIEWED M&C Date Approved: By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025 Revised: 12-17-2018 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT' CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT (EXTRAS TO DATE ICREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER CAVILE PLACE - PHASE II - HUGHES HOUSE I PAVING. DRAINAGE, LIGHTING AND LANDSCAPE 22-0053 CITY PARTICIPATION: NO 103822 59821 30114-0200431-103822-E-7685 K-2870 VICTOR GUTIERREZ Phone No: 817-392-8306 MOSADAGE MOHAMMDEEN Phone No: 817-392-2443 WA Developer Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ER S0.00 Dev. Cost: City Cost $0.00 S0.00 S0.00 $0.00 S0.00 S0.00 REVIEWED By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025 CHANGE ORDER No: 5 CONTRACT UNIT SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer Developer Developer Cost City Cost Cost . City Cost Cost City Cost Cost City Cost $0.00 $0.00 $90,238.00 S0.00 $740,129.10 $0.00 $409,034.95 S0.00 S0.00 $0.00 S6,&87.00 S0.00 $4C779.50 $0.00 $6,707.85 $0.00 S0.00 S0.00 $0.00 S0.00 $144,832.85 S0.00 $0.00 $0.00 S0.00 $0.00 $90725.00 S0.00 $642,075.75 S0.00 S415,742.80 S0.00 S0.00 $0.00 S0.00 S0.00 (S6,174.00) $0.00 (SZ235.95) S0.00 S0.00 S0.00 $96.725.00 S0.00 $635.901.75 $0.00 $413.506.85 S0.00 S0.00 S96.725.00 S635,901.75 S413,506,85 $1,146,133.60 City Cost: S0.00 $1,146,133.60 I (CONTRACT DAYS 160 160 0 160 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID REM PAY ITEM # QUANTITY 17 3213.0301 20 3213,0506 PAY ITEM R 15 Asterisk (') indicates New Pay Item CITY BID ITEM m QUANTITY 9999.0006 UNIT I: PAVING IMPROVEMENTS UNIT ITEM DESC,RIPTI9N SF 4'I6onc sidewalk EA Barrier Free Ramp, Type P-1 TOTAL UNIT I: PAVING IMPROVEMENTS UNIT III: STREET LIGHTING IMPROVEMENTS CFW Unit UNIT ITEM DESCRIPTIQN Price REMOVE ANa SALVAGE EXISITNG EA LIGHTING POLE, ARM, LUM & DEMO FOUNDATION Z BFG TOTAL UNIT III: STREET LIGHTING IMPROVEMENTS Developer UNIT PRICE Cost S11.70 i4.574.00) $3600.00 ($3,600.00) (S6.174.00) Developer UNIT PRICE Cost S2235.95 52235.95) (S2.235.95) City Cost TOTAL (52.574.00) (S3,600.00) (S6,174.00) City Cost TOTAL (S2,235.95) 50.00 (S2,235.95) Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Change order required to revise demo plan to remove three street lights. Change corresponds to Rev. 3 as shown on sheet C-06. RECOMMENDED: (Consulting `Engineer) By: 1 � Name: Tvler Scott Title: Engineer APPROVAL RECOMMENDED: CFW - Water Department By. NIA Name: Title: RECOMMENDED: CFW - 'Contract Compliance Manager By. N/A Name: Title: M&C Number. M&C Date Approved: APPROVED: APPROVED: FW Hughm Howes UP. a TX Ilmitod pamrorhlp By. FW Hughm Hor GP. U.C. Its gonoral parmor (Developer) (Contractor) By. For. Worth Affordability. Inc.. its solo mombor By vef�af= Name: Mary -Margaret Lemons Name: PJ Simpson Title: Secretary / Treasurer of the sole member Title: BLOCK Reoresentative APPROVED: CFW - Assistant City Manager By. N/A Name: Title: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attomey By. NIA 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 NIA 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 REVIEWED By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025 Revised: 12-17-2018 Page 3 I PROJECT NAME: I CONTRACT: ICFA CITY PROJECT CITY SECRETARY CONTRACT-, IFIDTM IX IFILE INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER CAVILE PLACE - PHASE 11 - HUGHES HOUSE I PAVING. DRAINAGE, LIGHTING AND LANDSCAPE 22-0053 I CITY PARTICIPATION:( NO 103822 59821 30114-0200431-103822-E-7685 K-2870 RODERICK BAKER Phone No: MOSADAGE MOHAMMOEEN Phone No: WAl Developer Cost S0.00 $0.00 $0.00 $0.00 $0.00 S0.00 ER City Cost Developer 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 S0.00 SEWER City Cost S0.00 S0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Dev. Cost: $1,143,306.46 214-397-9308 817-392-2443 REVIEWED By Mosadage Mohammdeen of 10:38 am, Jul 31, 2025 CHANGE ORDER No: 6 CONTRACT UNIT DRAINAGE PAVING STREET LIGHTS Developer Developer Developer Cost City Cost Cost City Cost Cost City Cost $90,238.00 S0.00 S740,129.10 S0.00 S409.034.9S $0.00 S6,487.00 S0.00 $46.779.50 $0.00 S6,707.85 $0.00 $0.00 S0.00 $151,006.85 S0.00 S2,235.95 $0.00 S96,725.00 S0.00 S635,901.75 S0.00 $413,506.85 $0.00 S0.00 S0.00 (S2.827.14) S0.00 S0.00 $0.00 S96.725.00 S0.00 S633.074.61 S0.00 S413.506.85 S0.00 S96.725.00 $633.074.61 S413,506.85 City Cost $0.00 $1,143,306.46 I (CONTRACT DAYS 160 160 0 160 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: UNIT I: PAVING IMPROVEMENTS[[ loper PAY ITEM m I CITY BID ITEM I QUANTITY I UENIIT PlaDEV;IPTION I UNIT PRI E I (52Costt I City Cost I (JOTA14) 23 3293.0103 (3)ree TOTAL UNIT I: PAVING IMPROVEMENTS ($2,827.14) ($2,827.14) Asterisk n indicates New Pay Item Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Change order required to remove 3 street trees from CFA scope. Change corresponds to Rev. 10 as shown on sheet LP 1.00 and LP 1.02. RECOMMENDED: APPROVED: APPROVED: FW Hughos Ho-o LP, a TX Iimitod partnotship (Consulting Engineer) (Developer) B': Fw Hughcs Houso GP, LLC, its gonoml pannor By Fort Wonh ARordabdity Inc.. hs solo mambo• .� Name: Tvle�r Scott Name: Mary -Margaret Lemons Name: PJ Simpson Title: Engineer Title: Secretary / Treasurer of the sole member Title: BLOCK Representative APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Water Department CFW - Assistant City Manager CFW - Assistant City Attomey By. N/A By, N/A By. N/A Name: Name: Name: Title: Title: Title: RECOMMENDED: CFW-'Contract Compliance Manager ATTEST ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible By. N/A for the monitoring and administration of this contract, include N/A ensuring all performance and reporting requirements. Name: Jannette S. Goodall City Secretary QThere are NO City Funds associated with this Contract Title: nTh... ... rrrl Funds associated with this Contract M&C Number. REVIEWED Mac Date Approved: By Mosadage Mohammdeen at 10:38 am, Jul 31, 2025 Revised: 12-17-2018 Page 3 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS July 31, 2025 Block Companies 4545 Post Oak Place Dr. St 150 Houston, Tex 77027 RE: Acceptance Letter Project Name: Cavile Place -Phase II -Hughes House Project Type: Drainage, Paving & Street Lights City Project No.: 103822 To Whom It May Concern: On July 30, 2025 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on July 31, 2025, which is the date of the final inspection 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- 392-2442. Sincerely, Motadage Mohaw(wldeew,TE. Mosadage Mohammdeen, Project Manager Cc: Roderick Baker, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Kimley-Horn, Consultant Block Companies, Contractor McCormick Baron Salazar Development, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Harris Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared PJ Simpson, Partner Of Block WT Hughes House GC Joint Venture, 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; Cavile Place Ph. 2 Hughes House BY PJ Simpson, Partner Subscribed and sworn before me on this date 28th of August, 2025. Notary ublic Harris, Texas tipRY KGB LYNA L KNOERR r �r Notary ID #12807.5457 14y Commission Expires "re os i� .Duly 78, 2026 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR® SURETY ❑ (SIMILAR TO AIA DOCUMENT G707) OTHER ❑ PROJECT: Maintenance Bond for Paving, Drainage, Lighting and 28 Landscape Improvements to Serve Cavile Place - Phase II - Hughes House (name, address) TO (Owner) City of Fort Worth, Development Coordination Office 200 Texas Street Fort Worth, TX 76102 ARCHITECT'S PROJECT NO: CONTRACT FOR: Construction CONTRACT DATE:/ / CONTRACTOR: BLOCK BUILDERS, LLC 39279 Tommy Moore Rd Gonzales, LA 70737 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Markel Insurance Company, SURETY COMPANY, on bond of BLOCK BUILDERS, LLC CONTRACTOR, 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 City of Fort Worth, Development Coordination Office, OWNER, As set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand day this 29th Day of August, 2025 Markel Insurance Comnanv Surety Company Attest: Johnny . Hampton, 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 POA# 1810030 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Johnny D. Hampton Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 23rd day of January , 2023 SureTec Insurance Company S�RtiNC ``sssVtNc,,��� Marke surance mpany ua ,...........,Fc, �..�'bsiF, o2_ ` W (W '>� �W` GSEALy�= B tea., � \ `�;. ". '2 By: Y• Michael C. Keimig, President � 1 * ' � `Y` `JefndeyJennk , Vice President State of Texas •1111 M County of Harris: On this 23rd day of January , 2023 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. JULIE E. MCCLARY Notary Public State of Texas By: r " Commission # 12947680-5 Ju�i�McClary, Notary Public Commission Expires March 29, 2026 • M commission expires 3/29/2026 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. T I I IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the D' day of �u�� S T c nsur Co any _ . sy - - Markel Insurance Company i By: By: _ i M. Brent Beaty, Assistant Secretary Andre Marquis, Assists ecreta Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 1810030 For verification of the authority of this Power you may call (713)812-0800 on any business day between 8:30 AM and S:00 PM CST