Loading...
HomeMy WebLinkAbout061207-FP1 - Construction-Related - Contract - GS Construction Great Plans, LLC-FP1 City Secretary 61207 Contract No. FQRTWQRTHo Date Received 1/27/2026 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: Quarry Falls Multi-Family Phase 1 B City Project No.: 105209 Improvement Type(s): 0 Paving x❑ Drainage 0 Street Lights 0 Traffic Signals IOriginal Contract Price: IAmount of Approved Change Order(s) IRevised Co ntract Amount: ITotal Cost of Work Complete: $ 2,765,616.00 -$11,087.00 $2,754,529.00 $2,754,529.00 , ( fl���L �/'f�DAOA, 5 s��e��,;�a�z�zo������,s��s�,. Contractor Project Manager Title GS Construction Great Plains, LLC Company Name �� Project Inspector iZa,vw 7�ir�r�u^� Rain—v..,n (.lan 2], 202611�.52�.1<CSTJ Project Manager o����� CFA Manager �',.,,..,.7R:.w �����z� P�e��,���z,.zoz6��s��3� � � TPW Director O1/25/2026 Date O1/26/2026 Date O1/27/2026 Date O1/27/2026 Date O1/27/2026 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Quarry Falls Multi-Family Phase 1 B City Project No.: 105209 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid �.' Consent of Surety �.� Statement of Contract Time Contract Time: 100 WD Days Charged: 242 WD Work Start Date: 8/1/2024 Work Complete Date: 9/17/2025 Completed number of Soil Lab Test: 383 Completed number of Water Test: 0 Page 2 of 2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name QUARRY FALLS MULTl-FAMILY PHASE 1B Contract Limits Project Type DRAINAGE City Project Numbers 105209 DOE Number 5209 Estimate Number 1 Payment Number 1 For Period Ending 9/17/2025 WD City Secretary Contract Number Contract Date Project Manager NA Contractor GS CONSTRUCTION GREAT PLAINS, LLC 791 TOWN AND COUNTRY BLVD,STE 216 HOUSTON � TX 77024 Inspectors D. WATSON / T. HENRY Contract Time lO�JD Days Charged to Date �4� Contract is 100.00 Complete Friday, January 23, 2026 Page 1 of 7 City Project Numbers 105209 Contract Name QUARRY FALLS MULTI-FAMILY PHASE 1 B Contract Limits Project Type DRAINAGE Project Funding UNIT ID: DRAINAGE IMPROVEMENTS Item No. 1 2 3 4 5 6 7 8 9 10 DOE Number 5209 Estimate Number 1 Payment Number 1 For Period Ending 9/17/2025 Description of Items Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total REMOVE 24" STORM LINE 258 LF $15.00 $3,870.00 258 $3,870.00 REMOVE 30" STORM LINE 307 LF $16.00 $4,912.00 307 $4,912.00 TRENCH SAFETY 899 LF $L00 $899.00 899 $899.00 21" RCP, CLASS IIl 344 LF $100.00 $34,400.00 344 $34,400.00 30" RCP, CLASS N 252 LF $165.00 $41,580.00 252 $41,580.00 36" RCP, CLASS III 282 LF $200.00 $56,400.00 282 $56,400.00 36" RCP, CLASS N 21 LF $215.00 $4,515.00 21 $4,515.00 4' STORM JL7NCTION BOX 4 EA $8,500.00 $34,000.00 4 $34,000.00 10' RECESSED 1NLET 3 EA $6,500.00 $19,500.00 3 $19,500.00 I S' RECESSED INLET 4 EA $8,000.00 $32,000.00 4 $32,000.00 Sub-Total of Previous Unit �23z,o76.00 $232,076.00 UNTT IV: PAVING IMPROVEMENTS Item No. 1 2 3 4 5 6 7 8 9 10 I1 12 13 Estimated Estimated Completed Completed Description of Items Unit Unit Cost Quanity Total Quanity Total REMOVE CONC PVMT 5454 SY $15.00 $81,810.00 5454 $81,810.00 9" CONC PVMT 8255 SY $95.00 �784,225.00 8255 $784,225.00 8" LIME TREATMENT 8546 SY $5.50 $47,003.00 8546 $47,003.00 HYDRATED LIME 154 TN $390.00 $60,060.00 154 $60,060.00 6"CONCPVMT 167 SY $85.00 $14,195.00 167 $14,195.00 4" CONC SIDEWALK 11172 SF $7.25 $80,997.00 11172 $80,997.00 SEEDING, DYDROMULCH 2834 SY $2.50 $7,085.00 2834 $7,085.00 TOPSOLL 237 CY $30.00 $7,110.00 237 $7,110.00 BARRIER FREE RAMP, TYPE P-1 8 EA $3,250.00 $26,000.00 8 $26,000.00 BARRIER FREE RAMP, TYPE R-1 1 EA $3,250.00 $3,250.00 1 $3,250.00 BARRIER FREE RAMP, TYPE M-2 1 EA $3,250.00 $3,250.00 1 $3,250.00 6" CONC CURB AND GUTTER 5126 LF $20.00 �102,520.00 5126 $102,520.00 INSTALL ALUM SIGN GROUND MOUNT ll EA $350.00 $3,850.00 11 $3,850.00 SUb-TOtal OFPYeV10US Unit $1,221,355.00 $1,221,355.00 Friday, January 23, 2026 Page 2 of 7 City Project Numbers 105209 Contract Name QUARRY FALLS MULTI-FAMILY PHASE 1 B Contract Limits Project Type STREET LIGHTING Project Funding DOE Number 5209 Estimate Number 1 Payment Number 1 For Period Ending 9/17/2025 UNIT V: STREET LIGHTING IMPROVEMENTS Item Description of Items No. i z�� coNDT rvc scx so �T� �co#i> 2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 3 FURNISH/INSTALL GROUND BOX TYPE B, W/ APRON (CO# 1) 4 FURNISH/INSTALL TYPE 33A ARM 5 FURNISH/INSTALL 240-480 VOLT SINGLE PHASE 6 LED LIGHTING FIXTURE (CO#1) 7 RDWY IIIUM FOUNDATION TY 3(CO#1) 8 FURNISH/INSTALL IIIUM TY 18 POLE (CO#1 ) 9 6-6-6 TRIPLEX ALUM ELEC COMDUCTOR (CO#1) Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 1812 LF $27.00 $48,924.00 1812 $48,924.00 10 EA $185.00 $1,850.00 10 $1,850.00 IS EA $2,162.00 $32,430.00 12 EA $851.00 $10,212.00 1 EA $12,275.00 $12,275.00 15 $32,430.00 12 $10,212.00 1 $12,275.00 12 EA $903.00 $10,836.00 12 $10,836.00 9 EA $3,891.00 $35,019.00 9 $35,019.00 9 EA $3,687.00 $33,183.00 9 $33,183.00 5436 LF $4.00 $21,744.00 5436 $21,744.00 Sub-Total of Previous Unit $206,473.00 $206,473.00 UNTI' VI: 'I'RAFFIC SIGNAL IMPROVEMENTS item Estimated Estimated Completed Completed Description of ltems Unit Unit Cost No. Quanity Total Quanity Total 1 FURNISH/INSTALL ELEC SERV PEDESTAL 3 EA $14,762.00 $44,286.00 3 $44,286.00 2 2" CONDT PVC SCH 80 ('1� 2465 LF $36.00 $88,740.00 2465 $88,740.00 3 2" CONDT PVC SCH 80 (B) 490 LF $61.00 $29,890.00 490 $29,890.00 4 3" CONDT PVC SCH 80 ('I') 375 LF $39.00 $14,625.00 375 $14,625.00 5 4" CONDT PVC SCH 80 (T) I55 LF $41.00 $6,355.00 I55 $6,355.00 6 4" CONDT PVC SCH 80 (B) 490 LF $68.00 $33,320.00 490 $33,320.00 7 ECPLORATORY EXCAVATION OF EXISTiNG 16 EA $185.00 $2,960.00 16 $2,960.00 UTILITIES 8 FURNISH/INSTALL 3- SECT SIGNAL HEAD 15 EA $2,800.00 $42,000.00 15 $42,000.00 9 FURNISH/INSTALLPEDSIGNALHEAD 8 EA $1,600.00 $12,800.00 8 $12,800.00 ASSMBLY 10 FURNISH/INSTALL AUDIBLE PEDESTRIAN 8 EA $2,710.00 $21,680.00 8 $21,680.00 11 FURNISH/1NSTALL BBU SYSTEM EXT 2 EA $9,691.00 $19,382.00 2 $19,382.00 MOUNTED 12 FURNISH/INSTALL HYBIRD DECTECTION 6 EA $11,305.00 $67,830.00 6 $67,830.00 DEVICE Friday, January 23, 2026 Page 3 of 7 City Project Numbers 105209 Contract Name QUARRY FALLS MULTI-FAMILY PHASE 1 B Contract Limits Project Type TRAFFIC SIGNAL Project Funding 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 FURNISH/INSTALL MODEL 711 PREEMPTION FURNISH/iNSTALL PREEMPTION CABLE FURNISH/INSTALL PTZ CAMERA FURNISH/INSTALL COMMUNICATION MODEM FURNISH/INSTALL CAT 5 ETHERNET CABLE 5/C 14 AWG MULTI-CONDUCTOR CABLE 7/C 14 AWG MULTI-CONDUCTOR CABLE 10/C 14 AWG MULTl-CONDUCTOR CABLE 20/C 14 AWG MULTI-CONDUCTOR CABLE 3/C 14 AWG MULTI-CONDUCTOR CABLE NO 2 INSULATED ELEC CONDR NO 6 INSULATED ELEC CONDR NO 10 INSULATED ELEC CONDR NO 8 INSULATED ELEC CONDR FURNISH/INSTALL GROUND BOX TYPE B, W/ APRON FURNISH/INSTALL GROUND BOX TYPE D, W/ APRON FURNISH/INSTALL GROUND BOX TYPE D FURNISH/INSTALL 10' -20' PED POLE ASSMBLY FURMSH/1NSTALL TYPE 41 SIGNAL POLE FURNISH/INSTALL TYPE 42 SIGNAL POLE FURNISH/INSTALL TYPE 43 SIGNAL POLE FURNISH/INSTALL MAST ARM 16' -36' FURNISH/INSTALL MAST ARM 40' -48' FURMSH/1NSTALL TYPE 33A ARM TY I SiGNAL FOUNDATiON TY 3 SIGNAL FOUNDATION TY 4 SIGNAL FOUNDATION SIGNAL CABINET FOUNDATION FURNISH/INSTALL ATC SIGNAL CONTROLLER FURNISH/INSTALL 325i CONTROLLER CABINET FURNISH/INSTALL LrU LiGHTING FIXTURE (137 LED LIGHTING FIXTURE 6 EA 1200 LF 2 EA 2 EA 1607 LF 80 LF 882 LF 295 LF 1070 LF 1030 LF 5685 LF 40 LF 1430 LF 1800 LF 16 EA $4,788.00 $4.00 $12,717.00 $4,622.00 $5.00 $4.00 $5.00 $6.00 $7.00 $4.00 $5.00 $4.00 $2.00 $3.00 $2,670.00 DOE Number 5209 Estimate Number 1 Payment Number 1 For Period Ending 9/17/2025 $28,728.00 $4,800.00 $25,434.00 $9,244.00 $8,035.00 $320.00 $4,410.00 $1,770.00 $7,490.00 $4,120.00 $28,425.00 $160.00 $2,860.00 $5,400.00 $42,720.00 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Friday, January 23, 2026 8 EA $2,835.00 2 EA 3 EA 1 EA 1 EA 5 EA 2 EA 4 EA 21 EA 3 EA 2 EA 5 EA 2 EA 2 EA 2 EA $2,160.00 $6,715.00 $14,810.00 $13,300.00 $16,710.00 $8,610.00 $10,980.00 $851.00 $5,545.00 $8, ll 5.00 $9,335.00 $6,445.00 $8,315.00 $33,655.00 6 EA 15 EA 6 1200 2 2 1607 80 882 295 1070 1030 5685 40 1430 1800 16 $28,728.00 $4,800.00 $25,434.00 $9,244.00 $8,035.00 $320.00 $4,410.00 $1,770.00 $7,490.00 $4,120.00 $28,425.00 $160.00 $2,860.00 $5,400.00 $42,720.00 $22,680.00 8 $22,680.00 $4,320.00 $20,145.00 $14,810.00 $13,300.00 $83,550.00 $17,220.00 $43,920.00 $17,871.00 $16,635.00 $16,230.00 $46,675.00 $12,890.00 $16,630.00 $67,310.00 2 3 1 1 5 2 4 21 3 2 5 2 2 2 $4,320.00 $20,145.00 $14,810.00 $13,300.00 $83,550.00 $17,220.00 $43,920.00 $17,871.00 $16,635.00 $16,230.00 $46,675.00 $12,890.00 $16,630.00 $67,310.00 $817.00 $4,902.00 $903.00 $13,545.00 6 $4,902.00 15 $13,545.00 Page 4 of 7 City Project Numbers 105209 Contract Name QUARRY FALLS MULTI-FAMILY PHASE 1 B Contract Limits Project Type TRAFFIC SIGNAL Project Funding DOE Number 5209 Estimate Number 1 Payment Number 1 For Period Ending 9/17/2025 45 RDWY ILLUM FOUNDATION TY 3,5,6 AND 8 11 EA $3,891.00 $42,801.00 46 FURNISH/iNSTALL RDWAY IINM TY 18 POLE I 1 EA $3,687.00 $40,557.00 47 FURNISH/INSTALL ALUM SIGN MAST AR.M 15 EA $1,290.00 $19,350.00 MOUNT 48 FURNISH/INSTALL ALUM SIGN GROUND 2 EA $500.00 $1,000.00 MOUNT 49 REMOVE SIGN PANEL l EA $500.00 $500.00 Sub-Total of Previous Unit �1,094,62s.00 11 $42,801.00 11 $40,557.00 15 $19,350.00 2 $1,000.00 1 $500.00 $1,094,625.00 Friday, January 23, 2026 Page 5 of 7 City Project Numbers 105209 Contract Name QUARRY FALLS MULTI-FAMILY PHASE 1 B Contract Limits Project Type TRAFFIC SIGNAL Project Funding Contract Information Summary Original Contract Amount Chan�e Orders Change Order Number 1 DOE Number 5209 Estimate Number 1 Payment Number 1 For Period Ending 9/17/2025 $2,765,616.00 «i i,os�.00> Total Contract Price $2,754,529.00 Total Cost of Work Completed g2,�54,529.00 Less % Retained $0.00 Net Earned $2,754,529.00 Earned This Period �2,754,529.00 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement De�ciency 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 $2,754,529.00 Friday, January 23, 2026 Page 6 of 7 City Project Numbers 105209 Contract Name QUARRY FALLS MULTI-FAMILY PHASE 1 B Contract Limits Project Type TRAFFIC SIGNAL DOE Number 5209 Estimate Number 1 Payment Number 1 For Period Ending 9/17/2025 Project Funding Project Manager NA Inspectors D. WATSON / T. HENRY Contractor GS CONSTRUCTION GREAT PLAINS, LLC 791 TOWN AND COUNTRY BLVD,STE 216 HOUSTON , TX 77024 City Secretary Contract Number Contract Date Contract Time 100 WD Days Charged to Date 242 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 Less % Retained Net Earned Earned This Period �2,754,529.00 Retainage This Period $0.00 Less Liquidated Damages o Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $2,754,529.00 $0.00 $2,754,529.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,754,529.00 Friday, January 23, 2026 Page 7 of 7 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OFPROP.CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT $2,754,529.00 WORKING DAYS 100 100 0 100 REVIEWED By TiwariR at 4:54 pm, Aug 25, 2025 Quarry Falls Multi-Family Phase 1B Drainage, Paving, Street Lights, and Traffic Lights 23-0173 I 105209 61207 30114-0200431-105209-E07685 N/A K-3216 Henry Tristan Ram Tiwari CITY PARTICIPATION CHANGE ORDER No: NO 1 Phone No: (682)263-2418 Phone No: (817)392-2237 CONTRACT UNIT WATER/SEWER DRAINAGE PAVING STREET LIGHTS TRAFFIC LIGHTS Developer Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost Developer Cost City Cost $0.00 $0.00 $232,076.00 $0.00 $1,221,355.00 $0.00 $217,560.00 $0.00 $1,094,625.00 $0.00 go.00 go.00 So.00 go.00 go.00 go.00 go.aa go.00 go.00 go.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $232,076.00 $0.00 $1,221,355.00 $0.00 $217,560.00 $0.00 $1,094,625.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ($11,087.00) $0.00 $0.00 $0.00 $0.00 $0.00 $232,076.00 $0.00 $1,221,355.00 $0.00 $206,473.00 $0.00 $1,094,625.00 $0.00 $0.00 $232,076.00 $1,221,355.00 $206,473.00 $1,094,625.00 Dev. Cost: $2,754,529.00 City Cost: $0.00 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 1 2605.3015 (45.00) 4 3441.1645 (1.00) 6 3441.3201 (1.00) 7 3441.3302 (1.00) 8 3441.3352 (1.00) 9 3441.3401 (135.00) � � � � Asterisk (') indicates New Pay Item UNIT V: STREET LIGHTING IMPROVEMENTS CFW Unit UNIT ITEM DESCR�PTION Price LF 2" CONDT PVC CH 80 (T) EA Furnish/Install Type 33A Arm EA LED Lighting Fixture EA RDWY Illum Foundation TY 3 EA Furnish/Install Rdway Illum TY 18 Pole LF 6-6-6 Triplex Alum Elec Conductor TOTAL UNIT I: WATER IMPROVEMENTS � � UNIT PRICE Developer Cost City Cost TOTAL $27.00 ($1,215.00) $0.00 ($1,215.00) $sstoo �$astoo� $o.00 �$astoo� $903.00 ($903.00) $0.00 ($903.00) $3891.00 ($3,891.00) $0.00 ($3,591.00) $s,sa�.00 �$s,sa�.00� $o.00 �$a,se�.00� $4.00 ($540.00) $0.00 ($540.00) ($11.087.001 0.00 ($11,087.00) � I � � i � REVIEWED By TiwariR at 4:54 pm, Aug 25, 2025 , , Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER RECOMMENDED: mma In . By: 6 Name: Andrea Taylor, PE Title: Principal APPROVAL RECOMMENDED: CFW - Water Department By: N/A Name: Title: RECOMMENDED: CFW - "Contract Compliance Manager By: N/A Name: Ram Tiwari Title: Senior Professional Engineer/PM M&C Number: M&C Date Approved: During construction, street light was removed from the design due to space constraints within the right of way behind the sidewalk and in front of the retaining wall on private property APPROVED: GS Quarry Falls Phase 1 Owner, LP 08/25/2025 ��" Date: By: ��/�"� Date: 8.25.25 Name: JR Thulin Title: Vice President Date: Date: N/A N/A APPROVED: CFW - Assistant City Manager By: N/A Date: Name: Title: ATTEST By: Not Applicable Date: Name: Jannette S. Goodall Title: City Secretary i � REVI EWED By TiwariR at 4:55 pm, Aug 25, 2025 APPROVED: GS Construction Great Plains, LLC : '`i_, � gy. • - -- - Name: Philip Treacy Title: Vice President Date: 8.25.2025 APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: N/A Date: Name: Title: * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, and ensuring all performance and reporting requirements. OThere are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 LEGEND OF SYMBOLS �� PROPOSED STREET LIGHT — — - PROPOSED UNDERGROUND CONDUIi O PROPOSE� GROUND BOX . PROPOSE� 240-480V MEiERED PEDESTAL � EK�51TN� STREET ���HT SiA. t+53.65. I.5 Li STREEi L14Hi N=6988� � 2.33 E=23t3025.56 �REVIEWED By TiwariR at 4:55 pm, Aug 25, 2025 w LE�S��. z� 8/21/2025 �� STA ]+2].6]. 1.8 Ri SiREEi LIGHi 0 30 60 N=6988685.02 SiA 5+51.13. }5.D' Li E=2313003.85 i� i STREEr uGur SCALE IN FEET N=Fi988509.a5 � E=23�29885) �1 � ` - � _�.-1 . r { I R26 R2] ____ - - R20 - a __�� �*,, � \ 0 ' 'Yy \� ti � i` � d'�o� ��./ _. — 'ti �T � � P '/ ��'� � O�A� l� z 0. +�� . `, �'I �. _- --- _. - - - ___�� I I RI9 � . (n \ -'� . - - � .. �• ___ .. L_ - _ - _ - � _ OLD DECATUR RD (30 MPH) c 6 - - - 4700 BLK :' __ R3t - � _ ' - _ _ R30 .'... ..., } P -e""",,,�._ J:, � — — -- �" � '•, � � � � � � �, --� I I n ' ^� --- --- - Q -- V~j � � Ri9 — . ' ... _ �____ _ z� --- — --- �} VI ^ - Rlb �I � � Y 7 - h J^ v \_, jj � �• _ �`Y /. � �R�: '� ���,i" STn. I� 20. 58.8'� � I UnIJTv � f GHT INSiALL Cli 4653 LIGHT RISER. ; ... ftI-.� _ _ — 9+- . � � �_ �I � � ll �� � �� ����i � il' � LE WITH TRANSFORMER f FORi WORiH STREEi CITY DETAIL D623 FOR MORE INFORMAiION . - R2B R25 � � - � ' � � _ - - w ,� �v o � _ --�--- Al�__ _ —' � _ — `�'� �z,�!, _ � cz --- - �1 , c s - --- I ( �� R29 ... �y R24 R23 _... . .i1 _ � . ..�. - ' - i' I " � � ' k � i i � -l-_ _ � 3 __-- - � � � ' � ~` I � I I � Ll IJ I II I _ _ 1 � � . . � m„,.m-r^ss,..�. T AA. I , —� � _ � i� I���I Rz� � 1�� , � STA 5+51.13, 35 2' RT � s,REEr ����r � N=69B8510.13 � E=23t3058.63 Sin 12+)2.88. 41 a' Li NiREEi LIGNi STA. IJ+62.J1 6.3' LT =69891t5.02 SiREET LIGNT 0 30 60 E=23�28)3.83 N=6989398.61 i� � E=13t28J6.30 SCALE IN FEET � yJ�� � Rll I � R13 �' � _ ♦ 1 � �----_----- -� rte ---- --' , � - - � -- . --- . � T ` � v�u u���(3v rvirnL - - �' � � � _;, . — ' i — — . -. i ,' � e�o � � �. 49008LK ��-.-: -- -p"3 ee'< —�il � � � . � - - I '� - � `� � � - � o m � � - - C------ �;. m � R9 -�y R3� �.. �� R 1 -- _ .�. S. � . �R� q_I __"__ __ __ -'_ __ _'_ � ' � _... � , � � � � �' "_' _ __' . U .... f... . __ _' ' __ o_� i� - -_.. � i � --- - _' _ _� -__ _ �R6 .. � . ° � _ . . - . i: � / � � ^ / � 1 _ �. . .- - .. - - �. - - - • -� � W �� I � R2 �5 A_ 10+9��90. 311 Ri ` R� �� R5 � �� , I� = Ir STREEL �GNT RI STA. t2+)2.90. 28.J' Ri � N-fi98905623 NTREET IJGHT i I E=i3t�9]5.5] � =6989228.2a &-,I�v �� I II E=2312942.56 � E%ISTING SiREET LIGHT INSTALL 24�-a80V METERED PE�ESTnL � � � � V � � � I � � � � V 1 ^ � � � � � � � �r� � F-�� � � � � � � ���ncm���nE IH p0 WBPR TO RIVBR ROCK BLVD L�GHTING LAVOUT SUEE*rvo� �_� �d �) mavai�Hr p Mua, irvc ' FORTWORTH� TRANSPORTATION AND PUBLIC WORKS January 21, 2026 GS Construction Great Plains,LLC 730 Town & Country Blvd. Suite 800 Houston,Texas,77024 RE: Acceptance Letter Project Name: Quarry Falls Multi-Family Phase 1B Project Type: Paving,Drainge,Streetlights, Signals City Project No.: 105209 To Whom It May Concern: On January 6, 2026 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 January 20, 2026. 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 January 20, 2026, 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- 392-2237. Sincerely, ?�cww Twv-�^� eam r�var�� (.ar n.. zcz� ii�sz�.i� csT) Ram Tiwari, Project Manager Cc: Henry Tristan, Inspector Don Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Andrew Goodman, Program Manager MMATexas, Consultant GS Construction Great Plains LLC, Contractor GS Quarry Falls Phase 1 Owner, L.P, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Tarrant Befare me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Philip Treacy, Vice President Of GS Construction Great Plains, LLC, 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 105209: Paving and Drainage BY ��' �: �--- . �• Philip Treacy, Vice President Subscribed and sworn before me on this date 22nd Day of September, 2025. 7�'✓Ca.�.y ,A� Pa�,�. Notary Public � Harris County, TX ,�• e,y MAqY Al11! PARK£R +Qf�h MeMiY H�llfc, SM� d7��as �� 11r 1`amrpion Erpira � Mry4t.Ta¢'r � °' NDiMY � 131 iYT30-2 CONSENT OF SURETY TO FINAL PAYMENT AIA Document G707 25th Bond No. 800170307 OWNER ! ARCHITECT CONTRACTOR SURETY � OTHER � TO OWNER: ARCHITECT'S PROJECT NO: (Name nnd address) CITY OF FORT WORTH, TEXAS, 200 Texas Street Fort Worth, Texas, 76102 CONTRACT FOR: PROJECT: CONTRACT DATED: (Name and address) CFA23-0173 Drainage, Paving, Street Lights and Traffic Signals - Quarry Falls Multi-Family Phase 1 B, CPN-105209 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert nnme and address of Surety) on bond of (Insert name and adcfress of Contractor) Atlantic Specialty Insurance Company 605 Highway 169 North, Suite 800, Plymouth, MN 55441 GS Quarry Falls Phase 1 Owner, L.P. ,SURETY, 600 E. Las Colinas Blvd. Suite 2100, Irving, TX 75039 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) CITY OF FORT WORTH, TEXAS, 200 Texas Street, Fort Worth, Texas, 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: (Insert in writing the month fol[owed by the numeric date and year.) September 25 2025 Atlantic Specialty Insurance Company (Surety) ,o c�u� �- �� , (Signature of authorized representative) Attest/Wimess: (Seal): � �_ ����_,_, Laura E. Sudduth, Attorney-In-Fact l, � oonie (Printed mm�e and title) AIA DOCUMENT G707 w CONSENT OF SURETY TO FINAL PAYMENT w 1994 EDITION w AIA OO 1994 w THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, NW, WASH- INGTON, D.C. 20006-5292 w WARNING: Unlicensed photocopying violates U.S. copy- right laws and will subject the violator to legal prosecution. 3/11 /24 ' � �'_.I �•��'P �s ,-a �,�4.PaR,p�� *�`� ° -� � EA L �^ � - 198� o� x. . �* �+ Y4p`� #�� d ; � „_,., ���u G707-1994 inta.ct � INSURANCE Power of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Amanda R. Turman-Avina, Barbara Norton, Cristina Nino, Jennie Goonie, Jessica Richmond, Katie Canales, Laura E. Sudduth, Madison K Diaz, Mario Arzamendi, Mary Ann Garcia, Misty Witt, Stephanie Gross, Teuta Luri, each individually if there be more than one named, its true and lawful Attorney-in-Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemniry, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice-President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix die Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authoriry given to any such Attorney-in- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January, 2023. STATE OF MINNESOTA HENNEPIN COUNTY : ``Ptiq Y i N gLq.''. :�° �aR�aA�TF��._ =� SEAL m: ;Y 1986 0,= BY ::y� yFw YOP�aa�,: ' �1 �" t� �r� ,, ��Lr- Sarah A. Kolar, Vice President and General Counsel On this first day of Jaimary, 2023, before me persoi�ally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. <`"`ST ALISON D. NASH-TROUT p :... .:. .......:9�. v:' .,,e ....,,"..F` "c + iO NOTARY PUBLIC - MINNESOTA �: �;. :2< My Commission Expires � ... y� �ti,-; ���� January 31, 2030 ��'� ��i �� Notary Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated 25th d f September 2025 This Power of Attorney expires January 31, 2030 ay o . . : ``ptiK Y i N gVq.'',, :� cpRPOAqTF9n'._ =� SEAL m= =`—' 1986 0,' :ry� yFw YOP��a3�,: '>� � iz ht� ,, Please direct bond verifications to suretv(a�intactinsurance.com ����- Kara L.B. Barrow, Secretary � F ,.����. � ����� ,'r - ,p ;`t:' �q4�Pa14.,I�� *�� _� SEAL �'i i� 198& o� � �-� �� ►Y r a�# #�� � °��� � r.�'*.� `'*�a �µ�;��.N••�+