Loading...
HomeMy WebLinkAboutContract 61300-FP1FORT WORTH, -FP1 City Secretary Contract No. 61300 Date Received 9/11/2025 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: Deer Creek Meadows Phase 8 City Project No.: 104554 Improvement Type(s): ❑ Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $319,789.66 Amount of Approved Change Order(s): $12,000.00 Revised Contract Amount: $331,789.66 Total Cost of Work Complete: $331,789.66 09/09/2025 Contractor Date President Title Independent Utility Construction, Inc. Company Name 09/09/2025 MicY el ins(Seo9,202513:25:19CDT) Project Inspector Date 09/11/2025 Project Manager Date Jz� 09/11/2025 CFA Manager Date 09/11/2025 TPW Director Date 09/15/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Deer Creek Meadows Phase 8 City Project No.: 104554 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid WMh&-,. Consent of Surety Statement of Contract Time Contract Time: 270 Days Charged: 257 Work Start Date: 6/6/2024 Work Complete Date: 8/22/2025 Completed number of Soil Lab Test: 1645 Completed number of Water Test: 35 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name DEER CREEK MEADOWS Contract Limits Project Type STREETLIGHTS City Project Numbers 104554 DOE Number 4554 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 8/28/2025 WD Project Manager NA Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors M.GLOVER / M.PERKINS Contract Time 27WD Days Charged to Date 257 Contract is 100.00 Complete Tuesday, September 9, 2025 Page 1 of 4 City Project Numbers 104554 DOE Number 4554 Contract Name DEER CREEK MEADOWS Estimate Number I Contract Limits Payment Number 1 Project Type STREETLIGHTS For Period Ending 8/28/2025 Project Funding UNIT V: STREETLIGHTING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2" CONDT PVC SCH 40 (T) 4396 LF $15.43 $67,830.28 4396 $67,830.28 2 NO 2 INSULATED ELEC CONDR 3819 LF $3.96 $15,123.24 3819 $15,123.24 3 NO 6 INSULATED ELEC CONDR 9369 LF $2.06 $19,300.14 9369 $19,300.14 4 TYPE 33B ARM 48 EA $442.00 $21,216.00 48 $21,216.00 5 LED LIGHTING FIXTURE (R-2) 44 EA $386.00 $16,984.00 44 $16,984.00 6 LED LIGHTING FIXTURE (R-4) 4 EA $386.00 $1,544.00 4 $1,544.00 7 RDWY ILLUM TY 11 POLE 48 EA $2,043.00 $98,064.00 48 $98,064.00 8 RDWY ILLUM FOUNDATION TY 1,2, AND 4 48 EA $1,661.00 $79,728.00 48 $79,728.00 9 24" x 6" CONCRETE FOUNDATION (CO#5) 2 EA $5,000.00 $10,000.00 2 $10,000.00 10 RELOCATE SCHOOL ZONE POLE (CO#5) 2 EA $500.00 $1,000.00 2 $1,000.00 11 DEMO EXISTING CONCRETE FOUNDATION 2 EA $500.00 $1,000.00 2 $1,000.00 12" BELOW GRADE (CO#5) -------------------------------------- Sub -Total of Previous Unit $331,789.66 $331,789.66 Tuesday, September 9, 2025 Page 2 of 4 City Project Numbers 104554 Contract Name DEER CREEK MEADOWS Contract Limits Project Type STREETLIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 5 Total Contract Price DOE Number 4554 Estimate Number I Payment Number 1 For Period Ending 8/28/2025 $319,789.66 $12,000.00 $331,789.66 Total Cost of Work Completed $331,789.66 Less % Retained $0.00 Net Earned $331,789.66 Earned This Period $331,789.66 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 $331,789.66 Tuesday, September 9, 2025 Page 3 of 4 City Project Numbers 104554 Contract Name DEER CREEK MEADOWS Contract Limits Project Type STREETLIGHTS Project Funding Project Manager NA Inspectors M.GLOVER / M.PERKINS Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 DOE Number 4554 Estimate Number I Payment Number I For Period Ending 8/28/2025 City Secretary Contract Number Contract Date Contract Time 270 WD Days Charged to Date 257 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 $331,789.66 Less % Retained $0.00 Net Earned $331,789.66 Earned This Period $331,789.66 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 $331,789.66 Tuesday, September 9, 2025 Page 4 of 4 DEVELOPER -AWARDED -PROJECT CHANGE ORDER (PROJECT NAME: Deer Creek Meadows, Phase B (CONTRACT: (A) Water/Sewer/Stone Drain, (8) Paving, (C) Street Lights ICFA# 24-0021 I CITY PARTICIPATION:( 0% ICITY PROJECT# 104554 IFID # 130114-0200431-104554-EO7685 I FILE # IX-27967 CHANGE REVIEWED ORDER No: By Arash Emami Saleh at 10:31 am, Jun 10, 2024 INSPECTOR: Michael Perkins Phone No: 682-715-7010 PROJECT MANAGER: Arash Emami Saleh Phone No: 682-269-6041 I - CONTRACT UNIT I WATER SEWER DRAINAGE - PAVING STREET LIGHTS CONTRACT Developer Developer DAYS (Developer Cost City Cost Developer Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost IORIGINAL CONTRACT I $2.821,796.20 $0.00 $2,507.437.45 $0.00 $3,042,039.64 $0.00 $2,183,854.94 $0.00 $319,789.66 $0.00 270 I EXTRAS TO DATE (CREDITS TO DATE I I I ICONTRACT TO DATE $2,821,796.20 $0.00 $2,507,437.45 I $0.00 $3,042,039.04 $0.00 $2,183.854.94 I $0.00 I $319,789.66 I $0.00 I 270 (AMOUNT OF PROP. CHANGE ORDER $0.00 I ($108,212.911 I $64.976.61 $0.00 I I $0.00 I 0 REVISED CONTRACT AMOUNT I $2,821,796.20 I $0.00 I $2,399,224.54 I $0.00 $3,107,015.65 $0.00 I $2,183,854.94 I $0.00 I $319,789.66 $0.00 270 D CONTRACT AMOUNT TOTAL REVISE I I I PER UNIT I $2,821,796.20 $2,399,224.54 $3,107,015.65 $2,183.854.94 $319,789.66 REVISED COST SHARE IDev. Cost: $10,831,680.99 (City Cost: $0.00 TOTAL REVISED CONTRACT I $10,831,680.99 You are directed to make the followingchanges in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 3331.4115 49 87 LF 8" SDR-26 PVC Sewer Pipe $61.29 S5,332.23 1 3331.4119 51 11 LF B" DIP Sewer Pipe $119.01 $1,309.221 1 3331.4208 53 72 LF 1 12"Sewer Pipe $110.77 $7.975.441 1 3331.4209 54 1 (895) LF 12" Sewer Pipe, CSS Backfill 1 $13724 ($122.829.80)1 1 EWER TOTALI 1 ($108,212.91)1 1 3341.0201 1 72 20 LF I 21" RCP, Class III I S78.81 $1,5762 I I 3341.0205 1 73 13 LF I 24' RCP, Class 111 1 $8245 S1,071.851 3341.0309 1 76 58 LF I I 36" RCP, Class III 1 $143.811 S8.340.981 3341.1201 1 83 I 153 LF I 5'x3' Box Culvert 1 $352.861 S53,987.581 DRAINAGETOTAU 1 $64,976.611 I 1 1 TOTAL 1 1 1 ($43,236.30)1 REASONS FOR CHANGE ORDER 1. Updated quan6Ges to match approved plans NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER RECOMMENDED: APPROVED: APPROVED: Lennar ome oT772s " "'' Goodwin and Marshall, Inc. Land a d ns d/ i4e.. t. l(,�t,Vuvu LH. Lacy Com any, LTD ���1 ByL y BY: By: yl e Dickerson Name: Matt Baacke, P.E. Nam6 Title: Project Engineer VP of Land Developmen$ Title: ,n Revised: 10-12-2011 Page 1 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Deer Creek Meadows, Phase 8 CHANGE CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: CFA# 24-0021 I CITY PARTICIPATION[ 0% REVIEWED CITY PROJECT# 104554 2 FID # 30114-0200431-104554-EO7685 By Arash Emami Sa/eh at 10:33 am, Jun 10, 2024 I FILE # X-27967 INSPECTOR: Michael Perkins Phone No: 682-715-7010' PROJECT MANAGER: Arash Emami Saleh Phone No: 682-269-6041 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS CONTRACT Developer 1 Developer Developer DAYS Cost City cost Developer Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $2.821.796.20 $0.00 $2,507.437.45 $0.00 $3.042.039.04 $0.00 $2,183,854.94 $0.00 I $319,789.66 $0.00 270 EXTRAS TO DATE $64,976.61 CREDITS TO DATE I I ($108212.91) CONTRACT TO DATE $2,821,796.20 I $0.00 I $2,399,224.54 I S0.00 I $3,107,015.65 $0.00 I $2,183,854.94 S0.00 I $319,789.66 $0.00 I 270 AMOUNT OF PROP. CHANGE ORDER $0.00 ($14,500.82) I I 50.00 - $0.00 I I $0.00 I 0 IREVISED CONTRACT AMOUNT $2,821,796.20 $0.00 I $2,384,723.72 I $0.00 I S3,107,015.65 $0.00 I $2,163.854.94 I $0.00 I $319,789.66 I $0.00 I 270 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2.821,79620 $2,384.723.72 $3,107,015.65 $2,183,854.94 $319.789.66 REVISED COST SHARE Dev. Cost $10,817,180.17 (city Cost: $0.00 TOTAL REVISED CONTRACT $10,817,180.17 You are directed to make the following Manges in the Antral docu ents CITY BID ITEM PAY ITEM * z QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 3301.0002 42 57 LF Post -CCTV Inzection $1.48 $84.361 3301.0101 43 (1) EA Vacuum Test Manholes $133.53 (S133.53)I 3305.0109 44 57 I LF Trench Safety $0.90 $51.301 3305.0113 45 (1) I EA Trench Water Stops $1,284.3 (SI.204.31)1 3331.4208 53 73 I LF 12"Sewer PjQe I $110.77 $8,OB6.21 3331.4209 54 1 (16) 1 LF I 12'Sewer Pipe, CSS Backfill $137.24 1$2,195.84) 3339.0001 58 1 (14) VF off' Manhole Liner 1 $453.99 ($6.355.86) 3339.1101 62 1 (1) EA I 5' Std. Dia. Manhole I S10,173.07 (S10,173.07 1 3339.1103 1 64 1 (8) 1 LF 1 5' Extra Depth Manhole $322.51 ($2,580.08) I SEWER TOTAL[ I I (S14,500.821 TOTAL 1 (S14.500.82) REASONS FOR CHANGE ORDER 1. Revision to off -site sanitary sewer 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: Lena0A bY: Goodwin and Marshall, Inc. Land nd n hu Lt_d. LH. Lacy mpany, LTD By: /�..�_ By,b�/l. By. 000roccY.�wLr�... Name: Matt Baacke. P.E. Name: Kyle Dickerson Name: JgmlG f�1Lk.��,tti Title: Project Engineer Title: VP Of Land DeveIOpmepA: FfUr1G�All,b4.ok Revised: 10-12-2011 Page 1 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Deer Creek Meadows, Phase 8 CHANGE REVIEWED (A) Water/Sewer/Storm Drain, (8) Pavinq, (C) Street Liqhts ORDER No: �CONTRACT: CFA # 24-0021 I CITY PARTICIPATION:( 0% ByArash Emami Saleh at 5:17 pm, Jul 24, 2024 1 CITY PROJECT# 104554 � IFID # 3 130114-0200431-104554-E07685 IFILE # IX-27967 INSPECTOR: Michael Perkins Phone No: 682-715-7010 PROJECT MANAGER: Arash Emami Saleh Phone No: 682-269-6041 I CONTRACT UNIT I WATER SEWER DRAINAGE PAVING STREET LIGHTS I CONTRACT Developer Developer Developer I DAYS Cost City Cost Developer cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $2,821,796.20 $0.00 $2,507,437.45 $0.00 $3,042,039.04 $0.00 $2,183,854.94 $0.00 $319,789.66 S0.00 270 EXTRAS TO DATE _ $64,976.61 CREDITS TO DATE qM1- ($122,713.73) CONTRACT TO DATE I $2,821,796.20 $0.00 $2,384,723.72 $0.00 $3,107,015.65 I $0.00 I $2,183,854.94 $0.00 $319,789.66 $0.00 I 270 IAMOUNT OF PROP. CHANGE ORDER $4,939.09 $0.00 $0.00 I I $0.00 $0.00 I 0 (REVISED CONTRACT AMOUNT I $2,826,735.29 $0.00 $2.384,723.72 $0.00 $3,107.015.65 I $0.00 I $2,183,854.94 $0.00 I $319,789.66 I $0.00 270 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2 826,735.29 $2,384,723.72 $3,107,015.65 I $2,183,854.94 I S319,789.66 REVISED COST SHARE �Dev. Cost: $10,822,119.26 (City Cost: $0.00 TOTAL REVISED CONTRACT I $10,822,119.26 You are directed to make the following changes in the contract documents CITY BID ITEM I PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 3312.2203 26 (1) EA 2" Water Service(Irri9ationl I $3,416.81 ($3,416.81) 9999.0012 I New I 1 EA 1.5" Water Service $2,989.00 $2,989.00 9999.0013 New 385 LF �Ircigation PVC Irrigation S eeves 1 $13.94 $5,366.90 WATER TOTALI 1 1 1 $4,939.09 I TOTAL $4,939.09 REASONS FOR CHANGE ORDER 1. Added/removed irrigation meters and added irrigation sleeves NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BESOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Lennar Homes of Texas Goodwin and Marshall, Inc. Land and Construction, Ltd. L.H. Lacy Company, LTD By: w� l/l' . / �%g y� �l,C><t:Pil.ddyL By: a¢xJ.l'G.Yitut D44,e/ Name: Matt Baacke. P.E. NaniY Kyle Dickerson Name: Beniamin Drake Title: Project Engineer `.FR of Land Development t: Vice President Revised: 10-12-2011 Page 1 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Deer Creek Meadows, Phase 8 CHANGE CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: ICFA# 24-0021 I CITY PARTICIPATION:( 0% CITY PROJECT # 104554 4 FID # 30114-0200431-104554-EO7685 REVIEWED FILE # X-27967 By Arash Emami Saleh of 5:37 pm, Jul 24, 2024 INSPECTOR: Michael Perkins Phone No: 682-715-7010 PROJECT MANAGER: Arash Emami Saleh Phone No: 682-269-6041 WATER Developer Cost City Cost (ORIGINAL CONTRACT $2,821,796.20 $0.00 (EXTRAS TO DATE $4,939.09 ICREDITS TO DATE ICONTRACTTO DATE $2,826,735.29 $0.00 (AMOUNT OF PROP. CHANGE ORDER $5,839.14 IREVISED CONTRACT AMOUNT $2,832,574.43 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,832,574.43 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CONTRACT UNIT SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost $2,507,437.45 $0.00 $3,042,039.04 $0.00 $2,183,854.94 $0.00 $319,789.66 $0.00 $64,976.61 ($122,713.73) $2,384,723.72 $0.00 $0.00 $2,384,723.72 $0.00 $2,384,723.72 $10,827,958.40 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT 3305.0109 7 21 LF 3305.1004 8 22 LF $3,107,015.65 $0.00 I $2,183,854.94 $0.00 $0.00 I $0.00 $3,107,015.65 $0.00 I $2,183,854.94 $0.00 $3,107,015.65 $2,183,854.94 City Cost: $10,827,958.40 ITEM DESCRIPTION Trench Safety 24" Steel Casing Pipe $319,789.66 $0.00 $0.00 $319,789.66 I $0.00 $319,789.66 $0.00 CONTRACT DAYS 270 270 0 270 UNIT PRICE TOTAL $0.38 $7.981 $216.57 $4,764.541 1 3311.0001 12 0.2 TON Ductile Iron Water Fittings w/Restraint $28,834.41 $5,766.881 1 3311.0451 14 (12) 1 LF 12" DIP Water $139.25 ($1,671.00)1 1 3311.0452 15 1 (40) 1 LF 12" DIP Water, CSS Backfill $165.42 )$6,616.80)1 1 3311.0461 16 1 133 1 LF 12" PVC Water Pi(e $93.38 12,419.541 1 3311.0462 17 1 (60) 1 LF 12" PVC Water Pipe, CSS Backfill $147.20 ($8.832.00)1 WATER TOTALS $5,839.141 TOTAL $5,839.141 REASONS FOR CHANGE ORDER 1. Adjusted off -site water line to accommodate future infrastucture in Ph.4 and Ph.5 of project. 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: Lennar Homes of Texas Goodwin and Marshall, Inc. Land and Construction, Ltd. L.H. Lacy Company, LTD l By: BN� �G�=;�%fi By: aaar�CLhuiL T%%2G.C2 Name: Matt Baacke, P.E. Na4 Kyle Dickerson Name: Benjamin Drake Title: Project Engineer VR. of Land Developmeft: Vice President Revised: 10-12-2011 Page 1 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Deer Creek Meadows, Phase 8 CHANGE CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: CFA # 24-0021 CITY PARTICIPATION: 0% CITY PROJECT # 104554 5 FID # 30114-0200431-104554-EO7685 FILE # X-27967 INSPECTOR: Michael Perkins Phone No: 682-715-7010 PROJECT MANAGER: Ram Tiwari Phone No: 817-392-2237 CONTRACT UNIT WATER SEWER DRAINAGE I PAVING I STREET LIGHTS CONTRACT Developer Developer \Developer DAYS Cost City Cost Developer Cost City Cost Cost City Cost Developer Cost City Cost Cost City Cost ORIGINAL CONTRACT $2,821,796.20 $0.00 I $2,507,437.45 $0.00 $3,042,039.04 I $0.00 I $2,183,854.94 $0.00 I $319,789.66 I $0.00 I 270 EXTRAS TO DATE $10,778.23 I $64,976.61 CREDITS TO DATE I ($122,713.73) CONTRACT TO DATE $2,832,574.43 $0.00 I $2,384,723.72 $0.00 $3,107,015.65 I $0.00 I $2,183,854.94 $0.00 I $319,789.66 I $0.00 I 270 AMOUNT OF PROP. CHANGE ORDER $0.00 I $0.00 $0.00 I I $0.00 I $12,000.00 I I 0 REVISED CONTRACT AMOUNT $2,832,574.43 $0.00 I $2,384,723.72 $0.00 $3,107,015.65 I $0.00 I $2,183,854.94 $0.00 I $331,789.66 I $0.00 I 270 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,832,574.43 $2,384,723.72 $3,107,015.65 $2,183,854.94 $331,789.66 REVISED COST SHARE Dev. Cost: $10,839,958.40 City Cost: $0.00 TOTAL REVISED CONTRACT $10,839,958.40 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 9999.0001 9' 2 EA 24" x 6" Concrete Foundation $5,000.00 $10,000.00 9999.0002 10' 2 EA Relocate School Zone Pole $500.00 $1,000.00 9999.0003 11" 2 EA Demo Existing Concrete Foundation 12" Below Grade $500.00 $1,000.00 STREET LIGHTS TOTAL $12,000.00 TOTAL $12,000.00 REASONS FOR CHANGE ORDER 1. Added remove and replace school zone flasher sign NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER I5 RESPONSIBLE FOR 100% OF THE CHANGE ORDER COSTAND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED- 14PPROYED: APPROVED: LLennar iiomes of Texas GoodwinandMarshall. Inc. By: Land and Construction, Ltd. A... ulfityCoast c nc. s y. > CI Gf/` r[/Llf. By,. Name: Matt l3aacke. P.E. Name: JDi'11'1 OlV$ra Name: Richard Wolfe Title: Project Engineer Titla:Director of Land Developmentri le: President Revised: 10-12-2011 REVIEWED By TIWARIR at 4:00 pm, May 16, 2025 Page 1 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Deer Creek Meadows, Phase 8 CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights CFA# 24-0021 1 CITY PARTICIPATION: 0% CITY PROJECT# 104554 FID # 30114-0200431-104554-EO7685 FILE # X-27967 INSPECTOR: Michael Perkins Phone No: 682-715-7010 PROJECT MANAGER: Ram Tiwari Phone No: 817-392-2237 WATER Developer Cost City Cost SEWER Developer Cost ORIGINAL CONTRACT $2,821,796.20 $100 $2,507,437.45 EXTRAS TO DATE $10,778.23 City Cost $0.00 CREDITS TO DATE ($122,713.73) CONTRACT TO DATE $2,832,574.43 $0.00 $2,384,723.72 $0.00 AMOUNT OF PROP. CHANGE ORDER $84,442.92 $0.00 REVISED CONTRACT AMOUNT $2,917,017.35 $0.00 $2,384,723.72 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,917,017.35 $2,384,723.72 REVISED COST SHARE I Dev. Cost: $10,924,401.32 TOTAL REVISED CONTRACT You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT 3305.0109 7 60 LF 3305.1105 11 60 LF 3311.0551 20 80 LF 3312.3005 28 1 EA 3312.3006 29 1 EA NATER TOTAL TOTAL CHANGE ORDER No: 6 CONTRACT UNIT DRAINAGE PAVING STREET LIGHTS Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost $3,042,039.04 $0.00 $2,183,854.94 $0.00 $319,789.66 $0.00 $64,976.61 $12,000.00 $3,107,015.65 $0.00 $2,183,854.94 $0.00 $331,789.66 $0.00 $0.00 $0.00 $0.00 $3,107,015.65 $0.00 I $2,183,854.94 $0.00 $331,789.66 $0.00 $3,107,015.65 $2,183,854.94 $331,789.66 (City Cost: $0.00 $10,924,401.32 ITEM DEy RIPTION Trench Safety 30" Casing By Other Than Open Cut 16' DIP Water 12" Gate Valve & Valve Box 16" Gate Valve & Valve Box I (CONTRACT i DAYS 270 270 Ij 0 270 UNIT PRICE TOTAL $0.38 $22.80 $748.67 $44,920.20 $182.03 $14,562.40 $3.861.23 $3,861.23 $21,076.29 $21,076.29 $84,442.92 REASONS FOR CHANGE ORDER 1. Added additonal casing, pipe, & valves on 'W--1-OS" 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. REVIEWED RECOMMENDED: APPROVED: APPROV : By TiwariR at 10:17 am, Jul 08, 2025 Lennar Homes of Texas Goodwin and Marshall, Inc. Land and Construction, Ltd. L.H. L y om T By: gy D� ey. Name: Matt Baacke, P.E. Name: John OlVera Name: Curtis Hawk Title: Project Engineer Title: Director of Land Development Title: Senior Project Manager $84,442.92 Revised: 10-12-2011 Page 1 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 28, 2025 Independent Utility Construction, Inc. 5109 Sun Valley Dr. Fort Worth, Texas 76119 RE: Acceptance Letter Project Name: Deer Creek Meadows Phase 8 Project Type: Street Lights City Project No.: 104554 To Whom It May Concern: On August 7, 2025 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 August 22, 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 August 22, 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- 392-7830. Sincerely, Ham Tlwan (SeP 11, 202513 03.36 CDT) Ram Tiwari, Project Manager Cc: Michael Perkins, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager GM Civil, Consultant Independent Utility Construction, Contractor Lennar, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 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 RICHARD WOLFE, PRESIDENT Of INDEPENDENT UTILITY CONSTRUCTION, INC., known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Deer Creek Meadows Phase 8 - City roje o. 1045 BY i Richard Wolfe, President Subscribed and sworn before me on this date 31 st of July, 2025. Vl� otary Public Tarrant County, State of Texas ,`�ixY?�% CHRISTINA GARCIA 1;4''.� Notary Public, State of Texas Comm. Expires 12-20-2028 Notary ID 130940785 CONSENT OF SURETY COMPANY TO FINAL PAYMENT (SIMILAR TO AIA DOCUMENT G707) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: Street Lighting Facilities to serve Deer Creek Meadows Phase 8 (name, address) Fort Worth, TX TO (Owner) City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 L� CONTRACTOR: Independent Utility Construction, Inc. Bond No. 377557X ARCHITECT'S PROJECT NO: CONTRACT FOR: �J CONTRACT DATE: 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) Westfield Insurance Company 955 Garden Park Drive, Suite 230 , SURETY COMPANY, Allen, TX 75013 on bond of (here insert name and address of Contractor) Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 ,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 (here insert name and address of Owner) City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this Attest: (Seal): 31st day of July 2025 WESTFIELD INSURANCE COMPANY Surety Company By Signature of Authorized Representative C Kyle W.Sweeney Attorney —in —Fact Title Note: This form is intended to be used cs s companitai document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09128f23, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220052 06 Power of Attorney CERTIFIED COPY Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, DAVID W. SWEENEY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 28th day of SEPTEMBER A.D., 2023 . ,III,,,, CorporaSeals te a+'p\��:�f1C�''-�. aP- 1OO At:.�N�'' 1115Ui WESTFIELD INSURANCE COMPANY s�jAO." �a$ °\' L�.' ?��"V- OHIO FARMERS I INONAL SURANCE COMPANYCOMPANY WESTFIELD INSURANCE Affixed ��� r " = ` SEAL �HARTER,<D i v4 '46 State of Ohio '••,�,,,r.,,,,,•••`'••.,,c..,,N,,,,,•• By. 1. County of Medina ss.: Gary W. tumper, Nationa Surety Leader and Senior Executive On this 28th day of SEPTEMBER A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal �1 A L Affixed ,�P. ISN 17 State of Ohio ��O David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: q 46 '}r`;. My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) ?CQFO 1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 315t day of July A.D.,2025 N, nlrliili t o AagUlid v� � ti .�+; ;r;F, /Vsl.� �u' SEAL v,. 'y c11AKTt`RF.iI m_ �: ! Secretary Frank A. C.^.rrmo Secretary BPOAC2 (combined) (03-22)