Loading...
HomeMy WebLinkAboutContract 57559-A1FP2-FP2 FORT WORTH. City Secretary Contract No. 57559-A1 Date Received 11/30/2023 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: 35 Eagle Phase III Industrial Development City Project No.:103902 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $562,114.98 Amount of Approved Change Order(s): $45,057.00 Revised Contract Amount: $607,171.98 Total Cost of Work Complete: $607,171.98 Job(Nov �02316:38 CST) Nov 29, 2023 Contractor Date President Title Wildstone Construction LLC Company Name William Fauver (Nov 30, 2023 07:33 CST) Nov 30 2023 Project Inspector Date a"&A6ae9 Nov 30, 2023 Project Manager Date Nov 30, 2023 Rebecca Owen (Nov 30. 202309:33 CST) CFA Manager Date u re n P ri eu r (Nov 30, 2023 09:45 CST) Nov 30, 2023 TPW Director Date � Wiliiam Johnson (N v3o. 202311:49 CST) Nov 30 2023 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: 35 Eagle Phase III Industrial Development City Project No.: 103523 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑x Yes ❑ N/A Pipe Report: x❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety' Statement of Contract Time Contract Time: 75 WD Work Start Date: 6/12/2023 Completed number of Soil Lab Test: 218 Completed number of Water Test: 10 Days Charged: 75 Work Complete Date: 9/22/2023 Page 2 of 2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 35 EAGLE PHASE III INDUSTRIAL DEVELOPMENT Contract Limits Project Type WATER & SEWER IMPROVEMENTS City Project Numbers 103902 DOE Number 3902 Estimate Number 1 Payment Number 1 For Period Ending 9/22/2023 WD City Secretary Contract Number Contract Time 7WD Contract Date Days Charged to Date 75 Project Manager NA Contract is 100.00 Complete Contractor WILDSTONE CONSTRUCTION P O BOX 164429 FORT WORTH, TX 76161 Inspectors G. DEYON / W. FAUVER Tuesday, November 28, 2023 Page 1 of 5 City Project Numbers 103902 DOE Number 3902 Contract Name 35 EAGLE PHASE III INDUSTRIAL DEVELOPMENT Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER IMPROVEMENTS For Period Ending 9/22/2023 Project Funding UNIT L• WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 16" WATER LINE (CO #4) 292 LF $11.00 $3,212.00 292 $3,212.00 2 16" PRESSURE PLUG 1 EA $4,584.00 $4,584.00 1 $4,584.00 3 24" PRESSURE PLUG 1 EA $5,738.00 $5,738.00 1 $5,738.00 4 4"-12" PRESSURE PLUG 7 EA $2,798.00 $19,586.00 7 $19,586.00 5 REMOVE 10" WATER VALVE 2 EA $1,111.00 $2,222.00 2 $2,222.00 6 REMOVE 10" CONCRETE WATER VAULT 2 EA $3,020.00 $6,040.00 2 $6,040.00 7 TRENCH SAFETY (CO #1) 488 LF $1.00 $488.00 488 $488.00 8 IMPORTED EMBEDMENTBACKFILL, CLSM 140 LF $110.00 $15,400.00 140 $15,400.00 9 DUCTILE IRON WATER FITTINGS 0 LS $14,615.00 $0.00 0 $0.00 W/RESTRAINT (CO #1) 10 8" DIP WATER PIPE 141 LF $175.00 $24,675.00 141 $24,675.00 11 8" PVC WATER PIPE 157 LF $120.00 $18,840.00 157 $18,840.00 12 8" GATE VALVE 3 EA $7,700.00 $23,100.00 3 $23,100.00 13 16" GATE VALVE W/ VAULT I EA $31,537.00 $31,537.00 1 $31,537.00 14 2" WATER SERVICE 1 1 EA $8,674.00 $95,414.00 11 $95,414.00 15 VALVE BOX ADJUSTMENT 9 EA $1,373.00 $12,357.00 9 $12,357.00 16 FIRE HYDRANT I EA $11,060.00 $11,060.00 1 $11,060.00 17 CONNECTION TO EXISTING 4" - 12" WATER 5 EA $6,987.60 $34,938.00 5 $34,938.00 MAIN 18 CONNECTION TO EXISTING 16" WATER MAIN 5 EA $17,595.00 $87,975.00 5 $87,975.00 19 12" DIP WATER PEPE 53 LF $168.00 $8,904.00 53 $8,904.00 20 12" PVC WATER PIPE (CO #1) 82 LF $156.00 $12,792.00 82 $12,792.00 21 12" GATE VALVE 6 EA $7,768.83 $46,612.98 6 $46,612.98 22 REMOVE 6" GATE VALVE 1 EA $556.00 $556.00 1 $556.00 23 DUCTILE IRON WATER FITTINGS 1 EA $20,319.00 $20,319.00 1 $20,319.00 W/RESTRAINT (CO #1) 24 SALVAGE 16" WATER VALVE (CO #4) 2 EA $2,000.00 $4,000.00 2 $4,000.00 25 MISC STRUCTURE ADJUSTMENT (24" WATER 1 EA $5,800.00 $5,800.00 1 $5,800.00 VALVE VAULT) (CO #4) 26 REMOVE CONCRETE WATER VAULT (CO #4) 2 EA $3,200.00 $6,400.00 2 $6,400.00 Sub -Total of Previous Unit $502,549.98 $502,549.98 Tuesday, November 28, 2023 Page 2 of 5 City Project Numbers 103902 DOE Number 3902 Contract Name 35 EAGLE PHASE III INDUSTRIAL DEVELOPMENT Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER IMPROVEMENTS For Period Ending 9/22/2023 Project Funding UNIT H: SANrrARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" SEWER ABANDONMENT PLUG 4 EA $1,043.00 $4,172.00 4 $4,172.00 2 POST -CCTV INSPECTION 29 LF $20.00 $580.00 29 $580.00 3 MANHOLE VACUUM TESTING (CO #3) 5 EA $220.00 $1,100.00 5 $1,100.00 4 MANHOLE ADJUSTMENT, MINOR 1 EA $6,716.00 $6,716.00 1 $6,716.00 5 TRENCH SAFETY 29 LF $20.00 $580.00 29 $580.00 6 6" SDR 26 PVC SANITARY SEWER PIPE 29 LF $202.00 $5,858.00 29 $5,858.00 7 EPDXY MANHOLE LINER (CO #3) 25 VF $424.00 $10,600.00 25 $10,600.00 8 4'MANHOLE 3 EA $17,457.00 $52,371.00 3 $52,371.00 9 4' EXTRA DEPTH MANHOLE 15 VF $703.00 $10,545.00 15 $10,545.00 10 MANHOLE ADJUSTMENT, MAJOR (CO #3) 1 EA $12,100.00 $12,100.00 1 $12,100.00 Sub -Total of Previous Unit $104,622.00 $104,622.00 Tuesday, November 28, 2023 Page 3 of 5 City Project Numbers 103902 Contract Name 35 EAGLE PHASE III INDUSTRIAL DEVELOPMENT Contract Limits Project Type WATER & SEWER IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 3 Change Order Number 4 Total Contract Price DOE Number 3902 Estimate Number 1 Payment Number 1 For Period Ending 9/22/2023 $562,114.98 $11,670.00 $16,560.00 $16,827.00 $607,171.98 Total Cost of Work Completed $607,171.98 Less % Retained $0.00 Net Earned $607,171.98 Earned This Period $607,171.98 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 $607,171.98 Tuesday, November 28, 2023 Page 4 of 5 City Project Numbers 103902 DOE Number 3902 Contract Name 35 EAGLE PHASE III INDUSTRIAL DEVELOPMENT Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER IMPROVEMENTS For Period Ending 9/22/2023 Project Funding Project Manager NA City Secretary Contract Number Inspectors G. DEYON / W. FAUVER Contract Date Contractor WILDSTONE CONSTRUCTION Contract Time 75 WD P O BOX 164429 Days Charged to Date 75 WD FORT WORTH, TX 76161 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 $607,171.98 Less % Retained $0.00 Net Earned $607,171.98 Earned This Period $607,171.98 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 $607,171.98 Tuesday, November 28, 2023 Page 5 of 5 DocuSign Envelope ID: 9B7F084E-F31A-4lB5-BB50-E89505557F88 DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: 35 Eagle Phase III Industrial Development CHANGE I CONTRACT: Water, Sewer, Paving and Street Lighting ORDER No: ICFA # CFA22-0027 I CITY PARTICIPATION:( No I CITY PROJECT# 103902 REVIEWED IFID # 30114-0200431-103902-EO7685 1 By Debbie J. Willhelm at 9:35 pm, Jul 10, 2023 (FILE # K-2894, X-27228 INSPECTOR: William Fauver Phone No: (817) 897-3698 PROJECT MANAGER: Debbie Willhelm Phone No: (817) 392-2481 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost IORIGINAL CONTRACT $474,052.98 I $0.00 $88,062.00 $0.00 $530,544.04 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 EXTRAS TO DATE I CREDITS TO DATE I CONTRACT TO DATE $474,052.98 I $0.00 $88,062.00 $0.00 $530,544.04 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 (AMOUNT OF PROP. CHANGE ORDER $11,670.00 I ($4,507.82) 0 REVISED CONTRACT AMOUNT $485,722.98 I $0.00 $88,062.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 TOTAL REVISED CONTRACT AMOUNT PER UNIT $485,722.98 $88,062.00 $526,036.22 $0.00 $34,277.03 REVISED COST SHARE Dev. Cost: $1,134,098.23 City Cost: TOTAL REVISED CONTRACT $1,134,098.23 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 9B7F084E-F31A-41B5-BB50-E89505557F88 You are directed to make the following changes in the contract documents UNIT I: WATER IMPROVEMENTS CITY BID ITEM PAY ITEM If # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 7 3305.0109 38 LF Trench Safely $1.00 $38.00 9 3311.0001 -1 LS Ductile Iron Water Fittings w/Restraint $14,615.00 ($14,615.00) NEW 3311.0001 1 LS Ductile Iron Water Fittings w/Restraint $20,319.00 $20,319.00 20 3311.0461 38 LF 12" PVC Water Pipe $156.00 $5,928.00 TOTAL UNIT I: WATER IMP iOVEMENTS $11,670.00 UNIT III: PAVING IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 8 3211.0501 -13 SY 6" Lime Treatment $31.00 ($403.00) 9 3213.0104 -13 SY 9" Cone Pvmt $157.31 ($2,045.03) 10 3213.0301 -293 SF 4" Cone Sidewalk $7.03 ($2,059.79) TOTAL UNIT III: PAVING IMFIiOVEMENTS ($4,507.82) REASONS FOR CHANGE ORDER Revised Parkway and Driveway Paving from 3,000 PSI to 4,500 PSI. Revised Driveway Width at Station 144+61.18. Revised Waterline connections along Eagle Parkway to avoid conflict with existing 24" Waterline. Increase in cost of ductile iron water fittings. Changes correspond to Plan Revision 03 as shown on sheets 6BR3, 20R3, 21R3 of the construction 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: Halff Associates PRIIUCrow Building E, F, G & L, LP Wildstone Construction,LLC De 1...dby. Ueeu510n by: �,.D/ee�u510nIW/by1. By: F;k gy. �. C Map ¢ z By. Name: Joseph Buchanan. P.E. Name: Jake Marks Name: John Kolb Title: Proiect Manaaer Title: Vice President Title: President Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 31BEB84F-EOA5-4F67-BAF7-5A28OF47BAC7 DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: 35 Eagle Phase III Industrial Development CHANGE I CONTRACT: Water, Sewer, Paving and Street Lighting ORDER No: ICFA # CFA22-0027 I CITY PARTICIPATION:( No I CITY PROJECT # 103902 IFID # 30114-0200431-103902-EO7685 2 (FILE # K-2894, X-27228 REVIEWED INSPECTOR: William Fauver Phone No: (817) 897-3698 By Debbie J. Willhelm at 4:09 pm, Jul 14, 2023 PROJECT MANAGER: Debbie Willhelm Phone No: (817) 392-2481 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost IORIGINAL CONTRACT $474,052.98 I $0.00 $88,062.00 $0.00 $530,544.04 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 EXTRAS TO DATE $11,670.00 CREDITS TO DATE I ($4,507.82) CONTRACT TO DATE $485,722.98 I $0.00 $88,062.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 (AMOUNT OF PROP. CHANGE ORDER I $1,616.40 0 REVISED CONTRACT AMOUNT $485,722.98 I $0.00 $88,062.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $35,893.43 $0.00 75 TOTAL REVISED CONTRACT AMOUNT PER UNIT $485,722.98 $88,062.00 $526,036.22 $0.00 $35,893.43 REVISED COST SHARE Dev. Cost: $1,135,714.63 City Cost: TOTAL REVISED CONTRACT $1,135,714.63 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 31BEB84F-EOA5-4F67-BAF7-5A28OF47BAC7 You are directed to make the following changes in the contract documents: I UNIT IV: STREET LIGHTING IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I 1 2605.3015 5 LF 2" CONDT PVC SCH 80 IT) $233.58 $1,167.90 i 2 3441.1405 15 LF NO 2 Insuolated Elec Condr $29.90 $448.50 TOTAL UNIT IV: STREET LIGHTING IMP iOVEMENTS $1,616.40 REASONS FOR CHANGE ORDER Revised routing of the street light conduits. Changes correspond to Plan Revision 04 as shown on sheet 24R4 of the construction 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: Halff Associates PRIII/Crow Building E, F, G & L, LP Wildstone Construction,LLC By: �oocusk dby. � .�sfiuu�u4AU. C] 2BB)CiC. roeeus�onea Br Byi ;1 At.aY�cS `EE]ECODOfl28C01 rA.' � .many: gyJ .Puy BnFCBiaBE]eeaa6 . Name: Joseph Buchanan. P.E. Name: Jake Marks Name: John Kolb Title: Proiect Manaaer Title: Vice President Title: President Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 09E2DD54-9679-4CF7-AF95-D3472CF313DA DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: 35 Eagle Phase III Industrial Development CHANGE I CONTRACT: Water, Sewer, Paving and Street Lighting ORDER No ICFA # CFA22-0027 I CITY PARTICIPATION:( No I CITY PROJECT # 103902 3 IFID # 30114-0200431-103902-EO7685 (FILE # K-2894,X-27228 INSPECTOR: William Fauver Phone No: (817) 897-3698 REVIEWED PROJECT MANAGER: Debbie Willhelm Phone No: (817) 392-2481 By Debbie J. Willhelm at 10:14 am, Jul 27, 2023 WATER Developer Cost City Cost IORIGINAL CONTRACT $474,052.98 I $0.00 EXTRAS TO DATE $11,670.00 CREDITS TO DATE I CONTRACT TO DATE $485,722.98 I $0.00 (AMOUNT OF PROP. CHANGE ORDER I REVISED CONTRACT AMOUNT $485,722.98 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $485,722.98 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CONTRACT UNIT SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT )er Developer Developer Developer DAYS City Cost Cost City Cost Cost City Cost Cost City Cost 62.00 $0.00 $530,544.04 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 $1,616.40 ($4,507.82) 52.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $35,893.43 $0.00 75 60.00 5 ;22.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $35,893.43 $0.00 80 $104,622.00 $526,036.22 $0.00 $35,893.43 $1,152,274.63 City Cost: $0.00 =Ld $1,152,274.63 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 09E2DD54-9679-4CF7-AF95-D3472CF313DA You are directed to make the following changes in the contract documents: UNIT It: SEWER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I 3 3301.0101 1 EA Manhole Vacuum Testing $220.00 $220.00 7 3339.0001 10 VF Epoxy Manhole Liner $424.00 $4,240.00 NEW 3305.0106 1 EA Manhole Adjustment, Major w/Cover $12,100.00 $12,100.00 I I TOTAL UNIT II: SEWER IMP �OVEMENTS $16,560.00 REASONS FOR CHANGE ORDER Adjust manhole to new proposed grade. Changes correspond to Plan Revision 05 as shown on sheet 6BR5 of the construction 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: Halff Associates PRlll/Crow Building E, F, G & L, LP Wildstone Construction,LLC D...Signad by: � By. CS�. ���UNUB[dB1414... D—Slgnad by: B I:DDUF111f401... D... Sig"d by: B l:alaBErtla4NB... Name: Joseph Buchanan. P.E. Name: Jake Marks Name: John Kolb Title: Project Manaaer Title: Vice President Title: President Revised: 10-12-2011 Page 2 DocuSign Envelope ID: BE3767BB-DA24-4B10-997F-D2D81F0661AD DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: 35 Eagle Phase III Industrial Development I CONTRACT: Water, Sewer, Paving and Street Lighting ICFA # CFA22-0027 I CITY PARTICIPATION:( No I CITY PROJECT # 103902 IFID # 30114-0200431-103902-EO7685 (FILE # K-2894,X-27228 INSPECTOR: William Fauver Phone No: (817) 897-3698 PROJECT MANAGER: Debbie Willhelm Phone No: (817) 392-2481 CONTRACT UNIT WATER I SEWER PAVING I I Cost I Cit IORIGINAL CONTRACT $474,052.98 I 9 EXTRAS TO DATE $11,670.00 CREDITS TO DATE I CONTRACT TO DATE $485,722.98 I 1 (AMOUNT OF PROP. CHANGE ORDER $16,827.00 I REVISED CONTRACT AMOUNT $502,549.98 I 1 TOTAL REVISED CONTRACT AMOUNT PER UNIT $502,549.98 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CHANGE ORDER No: 4 REVIEWED By Debbie J. Willhelm at 4:24 pm, Aug 16, 2023 _] DRAINAGE STREET LIGHTS CONTRACT w Developer I DAYS Cost Cost City Cost 1Cost City Cost Cost City Cost Cost City Cost 00 $88,062.00 $0.00 $530,544.04 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 $16,560.00 $1,616.40 5 ($4,507.82) 00 $104,622.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $35,893.43 $0.00 80 10 00 $104,622.00 $0.00 $526,036.22 1 $0.00 $0.00 $0.00 $35,893.43 $0.00 90 $104,622.00 $526,036.22 $0.00 $35,893.43 $1,169,101.63 City Cost: $0.00 =Ld $1,169,101.63 Revised: 10-12-2011 Page 1 Doct-Sign Envelope ID: BE3767BB-DA24-4B10-997F-D2D81F0661AD You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM# # QUANTITY UNIT I 1 0241.1016 57 LF NEW 0241.1351 2 EA NEW 3305.0108 1 EA NEW I I I 0241.1602 2 EA UNIT I: WATER IMPROVEMENTS ITEM DESCRIPTION UNIT PRICE TOTAL Remove 16" Water Line $11.00 $627.00 Salvage 16" Water Valve $2,000.00 $4,000.00 Misc Structure Adjustment (24" Water Valve Vault) $5,800.00 $5,800.00 Remove Concrete Water Vault $3,200.00 $6,400.00 TOTAL UNIT I: WATER IMP ZOVEMENTS $16,827.00 REASONS FOR CHANGE ORDER In order to remove existing 16" waterline, removal of existing 16" valves & vaults at the main are required. Due to grade changes, adjustment of existing 24" valve & vault is required. Changes correspond to Plan Revision 6 as shown on sheets 8 & 8B of the construction 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: Halff Associates PRIII/Crow Building E, F, G & L, LP Wildstone Construction,LLC By: 5Dooasia""a by: 9'Z .Ak. `C]3COROB ...c. Do�oo�.asia"•a by: By: �Jc�c�. M.A&S `EE—DDOFI1BCO1. D«as�sn''ea''nlrI: By t;011a bnr�alaeeraaone. Name: Joseph Buchanan. P.E. Name: Jake Marks Name: John Kolb Title: Project Manager Title: Vice President Title: President Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 5BE1DBC3-5758-49C5-94EF-F5ABFB76B5DB DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: 35 Eagle Phase III Industrial Development I CONTRACT: Water, Sewer, Paving and Street Lighting ICFA # CFA22-0027 I CITY PARTICIPATION:( No I CITY PROJECT # 103902 IFID # 30114-0200431-103902-EO7685 (FILE # K-2894,X-27228 INSPECTOR: William Fauver Phone No: (817) 897-3698 PROJECT MANAGER: Debbie Willhelm Phone No: (817) 392-2481 CONTRACT UNIT WATER I SEWER PAVING I I Cost I Cit IORIGINAL CONTRACT $474,052.98 I 9 EXTRAS TO DATE $28,497.00 CREDITS TO DATE I CONTRACT TO DATE $502,549.98 I 1 (AMOUNT OF PROP. CHANGE ORDER I REVISED CONTRACT AMOUNT $502,549.98 I 9 TOTAL REVISED CONTRACT AMOUNT PER UNIT $502,549.98 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CHANGE ORDER No: 5 REVIEWED By Debbie J. Willhelm at 10:45 am, Sep 14, 2023 DRAINAGE STREET LIGHTS I CONTRACT .r Developer I DAYS Cost Cost City Cost (Cost City Cost Cost City Cost Cost City Cost 00 $88,062.00 $0.00 $530,544.04 $0.00 $0.00 $0.00 $34,277.03 $0.00 75 $16,560.00 $1,616.40 15 ($4,507.82) 00 $104,622.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $35,893.43 $0.00 90 ($3,723.23) 0 00 $104,622.00 $0.00 $526,036.22 $0.00 $0.00 $0.00 $32,170.20 $0.00 90 $104,622.00 $526,036.22 $0.00 $32,170.20 $1,165,378.40 City Cost: $0.00 $1,165,378.40 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 5BE1DBC3-5758-49C5-94EF-F5ABFB76B5DB You are directed to make the following changes in the contract documents: I UNIT IV: STREET LIGHTING IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I 4 3441.3003 (1) EA Rdwy Illum Assmbly TY 18,18A,19, and D-40 $4,523.23 ($4,523.23) NEW 3441.3201 1 EA LED Lighting Fixture $800.00 $800.00 TOTAL UNIT IV: STREET LIGHTING IMP iOVEMENTS ($3,723.23) REASONS FOR CHANGE ORDER The existing street light pole was reused instead of being replaced. The relocated street light required upgrade to LED. Construction plan revision was not required. 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: Halff Associates PRIII/Crow Building E, F, G & L, LP Wildstone Construction,LLC D—Signed by: I": �d3e dJLWwA.A D°ee5igned by: t Byf—,�" AtAs D°�°J Sigrn/,ed`'byy- ey[yLam( F3778538DBB74FB_. �--EUECDDOF128402. BAFC919BE7894AB.. Name: Joseph Buchanan. P.E. Name: Jake Marks Name: John Kolb Title: Proiect Manaaer Title: Vice President Title: President Revised: 10-12-2011 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 35 EAGLE PHASE III CITY PROJECT NUMBER: CPN j Cj39 C) 2 WATER PIPE LAID SIZE TYPE OF PIPE LF "L)tp 4gd ' I I Ll 1 Lr V C_ CAhc� A'' 4)V L �4 6c 1 51 LF'Lr- FIRE HYDRANTS: (ten VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: �? E ,e2 NEW SERVICES: 2—rd '-pVY, C-0I00 ` (� I SEWER I PIPE LAID SIZE TYPE OF PIPE LF PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: ►� { NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, Tim 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS September 15, 2016 Wildstone Construction, LLC 12850 Hwy 287 Fort Worth, Texas 76052 RE: Acceptance Letter Project Name: 35 Eagle Phase III Industrial Development Project Type: Water, Sewer, Paving, Street Lights City Project No.: 103902 To Whom It May Concern: On September 22, 2023 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 November 13, 2023. 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 November 13, 2023, 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 Debbie Whillhelm. Sincerely, Z�e66ie � u/�lr� Debbie Willhelm, Project Manager Cc: William Fauver, Inspector Gary Deyon, Inspection Supervisor Edward D'avila, Senior Inspector Victor Tornero, Program Manager Halff Associates, Consultant Wildstone Construction LLC, Contractor Trammell Crow Company, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 W[1.DST' E COt�3TRlT�GilO ' , LLC 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 John Kolb, President of Wildstone Construction, 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: 35 Eagle Phase III industrial Development CPN:103902 BY J n I /President bscribed and sworn efore me on this dat th of November, 2023. Notary Publi Tarrant, Texas +++1111, AMANDA LEIGH PATREDIS 3_:' Notary Public. State of Texas ?``T= Comm. Expires 05-08-2027 '�.°,,;�}°� Notary ID 134346448 �e 12850Highway 287 Office: 817-847-8660 Fort Worth, TX 76052 Fax: 817-847-8019 CONSENT OF SURETY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 TO OWNER: (Name and address) City of Fort Worth 200 Texas St Fort Worth, TX 76102 Bond No: 107822480 OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: CPN 103902 CONTRACTFOR: OCP: $1,126,936.05 FCP: $1,165,378.40 PROJECT: CONTRACT DATED:6/12/2023 (Name and address) 35 Eagle Phase III Industrial Development CPN 103902 - Paving, Street Lights, Water and Sewer In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 .SURETY, on bond of (Insert name and address o/ Conuractoi) Wildstone Construction LLC 12850 Highway 287 Fort Worth, TX 76052 ,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 Omme!) City of Fort Worth 200 Texas St Fort Worth, TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: November 29, 2023 (Insert in writing the mondr followed by the numeric date and year.) Attest: Alex Rausch, Witness Travelers Casualty and Suretv Comnanv of America (Surety) (Signature ofauthorized representatives Sean J McCauley, Jr, Attorney -in -Fact (Printed name and title) S-2134/GE 10/01 XDP TRAVELERS.-:' Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint SEAN J MCCAULEY JR of DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. YIIYYk, qyW su5!?o ..tv Ary COf7N. .2 HARTFORO, CONN. +Don State of Connecticut City of Hartford ss. By. ` r Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 N0PP,Y Aa _ Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 29th day of November , 2023 �gtasua0yc yJ�,.[ranon 41P��dc 4 xCONvavGD'9MAL Q�xr i� Cam' +� e E. Hughes, Ditantretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. Texas Department of Insurance Cenificate No. 11562 Certificate of Authority 'TIHS IS TO MTIFY THAT Campany No. 0 8-0 0 5217 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT hu c mriplied with the laws of the State of Tcxas applicable thereto and is hereby aathotized to u mact the business of Fire: Allied Coverages; Mail —growing craps only; Rain; Inland Marine; Ocean Marine; Aircraft --Liability & Physical Damage; Workers' Compensation & Employers' Liability; Employers' Liability; Automobile --Liability & Physical. Damage; Liability other than Automobile; Fidelity & Surety; Class; Burglary & Theft; Forgery; Boiler & Machinery; Credit; Livestock and Reinsurance on all lines authorized to be written on A dir4et basis insurance within the state of Tcrxas. This Certificate of Authority shall be in full force and effect until it is izvoked, {canceled or suspended according to law. IN TESTIMONY WI#OMP, witness my hand and seal of office at Austin, Texas. this 1st day of Ju]y A.D. 1991 ELTL7N BOMETt CON[MISSIONER OF INSURANCE BY the A. 'Wilcox / DitibCtor Insumr Scrvic4 IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates' toll -free telephone number for information or to make a complaint at: 1-800-328-2189 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) 475-1771 Web: htto://www.tdi.state.tx.us E-mail: ConsumerProtectionntdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07