Loading...
HomeMy WebLinkAboutContract 56025-FP2FORT WORTH. City Secretary -FP2 Contract No. 56025 Date Received 04/03/2024 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: QuikTrip No. 895 City Project No.: 102160 Improvement Type(s): x❑ Paving ❑x Drainage Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: x❑ Street Lights ❑ Traffic Signals Co16vL (Aor2.202413:00CDT) Apr 2, 2024 Contractor Date owner Title Transcend Construction Company Name Apr 2, 2024 lena Andrade (Aqr 2, 202413:02 CDT) Project Inspector Date Apr 2, 2024 Project Manager Date 0Pn(Aor.3?W408:09 Apr3, 2024 Re.Pc- CDT) CFA Manager Date Apr 3, 2024 Lurch Prr— (Apr 3, 2024 08:10 CDT) TPW Director Date C--V� Apr 4, 2024 Asst. City Manager Date $766,496.00 $72,178.00 $838,674.00 $838,674.00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: QuikTrip No. 895 City Project No.: 102160 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 210 WD Work Start Date: 8/16/2022 Completed number of Soil Lab Test: 141 Completed number of Water Test: 0 Days Charged: 155 Work Complete Date: 8/9/2023 Page 2 of 2 FORT WO 1T H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name QUIKTRIP NO 895 Contract Limits Project Type STORM DRAIN City Project Numbers 102160 DOE Number 2160 Estimate Number 1 Payment Number 1 For Period Ending City Secretary Contract Number Contract Date Project Manager NA Contractor TRANSCEND CONSTRUCTION INC. 2105 BANCROFT CT. ARLINGTON, TX 76017 Inspectors GLOVER. M / ANDRADE. I Contract Time Days Charged to Date Contract is 100.00 8/9/2023 WD 21VID 155 Complete Tuesday, April 2, 2024 Pagel of 5 City Project Numbers 102160 Contract Name QUIKTRIP NO 895 Contract Limits Project Type STORM DRAIN Project Funding UNIT III: STORM DRAIN Item Description of Items No. 1 15" RCP PIPE 2 9X8 BOX CULVERT 3 STORM JUNCTION STRUCTURE 4 TRENCH SAFETY 5 4' STACKED MANHOLE 6 POST CCTV INSPECTION OF STORM DRAIN (CO #2) DOE Number 2160 Estimate Number I Payment Number 1 For Period Ending 8/9/2023 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 10 LF $97.00 $970.00 10 $970.00 258 LF $1,240.00 $319,920.00 258 $319,920.00 2 LS $55,500.00 $111,000.00 2 $111,000.00 268 LF $1.00 $268.00 268 $268.00 2 EA $4,560.00 $9,120.00 2 $9,120.00 60 LF $25.05 $1,503.00 60 $1,503.00 Sub -Total of Previous Unit $442,781.00 $442,781.00 ------------------- UNIT IV: PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 SWPPP > 1 ACRE 1 LS $3,500.00 $3,500.00 1 $3,500.00 2 6" CONCRETE DRIVEWAY 2233 SF $8.00 $17,864.00 2233 $17,864.00 3 4" CONC SIDEWALK 7503 SF $7.00 $52,521.00 7503 $52,521.00 4 TRAFFIC CONTROL 1 LS $10,000.00 $10,000.00 1 $10,000.00 5 REMOVE CONC CURB & GUTTER 1322 SF $7.00 $9,254.00 1322 $9,254.00 6 BARRIER FREE RAMP 4 EA $1,500.00 $6,000.00 4 $6,000.00 7 6" CONCRETE SIDEWALK STAINED & 1806 SF $14.00 $25,284.00 1806 $25,284.00 STAMPED 8 6" CONCRETE CURB & GUTTER 780 LF $35.00 $27,300.00 780 $27,300.00 Sub -Total of Previous Unit $151,723.00 $151,723.00 UNIT V: STREET LIGHT Item Description of Items No. 1 Rdwy Illum Foundation TY 7 (CO #4) 2 Furnish/Install 10' - 14' Was. (CO #4 Standard Light Pole & Fixture LED 3 NO 10 Insulated Elec Condr 4 NO 2 Insulated Elec Condr 5 Ground Box Type B, w/Apron Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 10 EA $1,910.00 $19,100.00 10 $19,100.00 12 EA $5,970.00 $71,640.00 12 $71,640.00 3270 LF $1.00 $3,270.00 3270 $3,270.00 1200 LF $3.00 $3,600.00 1200 $3,600.00 2 EA $1,500.00 $3,000.00 2 $3,000.00 Tuesday, April 2, 2024 Page 2 of 5 City Project Numbers 102160 Contract Name QUIKTRIP NO 895 Contract Limits Project Type STREETLIGHTS Project Funding DOE Number 2160 Estimate Number I Payment Number 1 For Period Ending 8/9/2023 6 Furnish/histall 240-480 Volt Single Phase 1 EA $8,355.00 $8,355.00 1 $8,355.00 7 Fumish/Install LED Lighting Fixture (70 watt 2 EA $700.00 $1,400.00 2 $1,400.00 8 Fumish/Install LED Lighting Fixture (137 1 EA $700.00 $700.00 1 $700.00 9 Furnish/histall Rdway Illum TY 18 Pole 1 EA $4,630.00 $4,630.00 1 $4,630.00 10 Furnish/Install Type 33A Arm 1 EA $400.00 $400.00 1 $400.00 11 Rdwy Ilium Foundation TY 3,5,6, and 8 1 EA $2,000.00 $2,000.00 1 $2,000.00 12 Furnish/Install Rdway Ilium TY 11 Pole 1 EA $3,910.00 $3,910.00 1 $3,910.00 13 Fumish/histall Type 33B Arm 1 EA $400.00 $400.00 1 $400.00 14 Rdwy Ilium Foundation TY 1,2, and 4 1 EA $1,850.00 $1,850.00 1 $1,850.00 15 Salvage Street Light Pole 2 EA $610.00 $1,220.00 2 $1,220.00 16 Reconnect Conductor 3 EA $900.00 $2,700.00 3 $2,700.00 17 Shallow Pier Street Light Foundation - Typ 7 (CO #4) 2 EA $1,910.00 $3,820.00 2 $3,820.00 18 2" CONDT PVC SCH 80 (T) 1385 LF $12.00 $16,620.00 1385 $16,620.00 19 2" CONDT RM (Riser) 2 EA $620.00 $1,240.00 2 $1,240.00 20 Furnish/ Install Elec Sery Pedestal (CO #3) 1 EA $8,600.50 $8,600.50 1 $8,600.50 21 2" CONDT PVC SCH 80 (T) (CO #3) 90 LF $25.00 $2,250.00 90 $2,250.00 22 3" CONDT PVC SCH 80 (T) (CO #3) 60 LF $28.50 $1,710.00 60 $1,710.00 23 Install BBU System Internal (CO #3) 1 EA $9,170.30 $9,170.30 1 $9,170.30 24 Furnish/ Install Preemption Cable (CO #3) 302 LF $5.50 $1,661.00 302 $1,661.00 25 Furnish/histall Communication Modem (CO #3) 1 EA $5,615.25 $5,615.25 1 $5,615.25 26 Fumish/Install CATS Ethernet Cable (CO #3) 160 LF $5.10 $816.00 160 $816.00 27 20/C 14 AWG Multi -Conductor Cable (CO #3) 555 LF $9.25 $5,133.75 555 $5,133.75 28 3/C 14 AWG Multi -Conductor Cable (CO #3) 365 LF $6.30 $2,299.50 365 $2,299.50 29 NO 6 Insulated Elec Condr (CO #3) 20 LF $6.15 $123.00 20 $123.00 30 NO 10 Insulated Elec Condr (CO #3) 1240 LF $4.25 $5,270.00 1240 $5,270.00 31 NO 8 Bare Elee Condr (CO #3) 380 LF $5.10 $1,938.00 380 $1,938.00 32 Furnish/Install Ground Box Type D (CO #3) 1 EA $1,630.00 $1,630.00 1 $1,630.00 33 Signal Cabinet Foundation - 352i (CO #3) 1 EA $4,410.00 $4,410.00 1 $4,410.00 34 Fumish/Install ATC Signal Controller (CO #3) 1 EA $4,128.00 $4,128.00 1 $4,128.00 35 Furnish/histall 352i Controller Cabinet Assembly 1 EA $30,329.85 $30,329.85 1 $30,329.85 (CO #3) 36 Remove Signal Controller Cabinet Assembly (CO #3) 1 EA $4,517.85 $4,517.85 1 $4,517.85 37 VIVDS Detection Cable (CO #3) 760 LF $6.20 $4,712.00 760 $4,712.00 Sub -Total of Previous Unit -------------------------------------- $244,170.00 $244,170.00 Tuesday, April 2, 2024 Page 3 of 5 City Project Numbers 102160 Contract Name QUIKTRIP NO 895 Contract Limits Project Type STREETLIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 3 Change Order Number 4 Total Contract Price DOE Number 2160 Estimate Number I Payment Number 1 For Period Ending 8/9/2023 $766,496.00 $1,503.00 $94,315.00 ($23,640.00) $838,674.00 Total Cost of Work Completed $838,674.00 Less % Retained $0.00 Net Earned $838,674.00 Earned This Period $838,674.00 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 $838,674.00 Tuesday, April 2, 2024 Page 4 of 5 City Project Numbers 102160 Contract Name QUIKTRIP NO 895 Contract Limits Project Type STREETLIGHTS Project Funding Project Manager NA Inspectors GLOVER. M / ANDRADE. I Contractor TRANSCEND CONSTRUCTION INC. 2105 BANCROFT CT. ARLINGTON, TX 76017 DOE Number 2160 Estimate Number I Payment Number 1 For Period Ending 8/9/2023 City Secretary Contract Number Contract Date Contract Time 210 WD Days Charged to Date 155 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 $838,674.00 Less % Retained $0.00 Net Earned $838,674.00 Earned This Period $838,674.00 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 $838,674.00 Tuesday, April 2, 2024 Page 5 of 5 I PROJECT NAME: CONTRACT: ICFA # CITY PROJECT# IFID No. FILE # INSPECTOR: PROJECT MANAGER: (ORIGINAL CONTRACT (EXTRAS TO DATE (CREDITS TO DATE (CONTRACT TO DATE (AMOUNT OF PROP. CHANGE ORDER IREVJSED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COSTSHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER QuikTdr) No. 895 Water, Sanitary Sewer, Paving, Drainage & Streetlight Improveme is CFA19-0124 CITY PARTICIPATION: No 102160 30114-0200431-102160-EO7685 K 2685; X-26030 Mike Amhart Phone No: 817-319-6452 Debbie Willhelm Phone No: 817-392-2481 WA Developer Cost $43,697.00 $43,697.00 $14,622.07 $58,319.07 $58.0 Dev. Cost: CONTRACT UNIT CHANGE ORDER No: 1 I CONTRACT DAYS ER SEWER PAVING DRAINAGE STREETLIGHTS City Cost Developer Cast City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost $17,863.00 $151,723.00 $441,278.00 $173,495.00 $0.00 $17,863.00 $0.00 $151,723.00 $0.00 $441,278.00 $0.00 $173,496.00 $0.00 $0.00 $17,863.00 $0,00 $15t,723.00 1 $0.00 $441,278.00 $0.00 $173,495.00 19.07 $17,863.00 $161,723.00 $441,278.00 $173,495A$0.00 $842,678.07 Icily Cost: $842,678.07 $0.00 210 210 210 REVIEWED By Debbie J. Willhelm at 10:02 am, Aug 26, 2021 Revised: 10-12-2011 Page 1 You are directed to make the following rhanges in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 2 3312.2103 -2 New Item 9 3312.2203 1 New Item 10 3312.2003 1 4 3312.4004 1 New Item 11 3311.0141 41 UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I EA 11/2"Water Service $3,804.00 -$7,608.00 EA 2" Water Service $3,976.25 $3,976.25 I EA 1" Water Service $2,709.93 $2,709.93 EA 8" x 6" Tapping Sleeve & Valve $8,685.00 $8.685.00 1 LF 6" Water Pipe $167.29 $6,858.89 1 TOTAL $14,622.071 REASONS FOR CHANGE ORDER Water service sizes and alignments have been revised. An additional 6" line is provided for on -site use as a fireline to the proposed building. Changes correspond to Revision 1 as shown on Sheets 101 and 104 of the construction plans. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 h OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: / / By: e - A By: Y 41.eM Nam Jonathan Schindler - Kirkman Ennineerinn ( me: J seph Faust - QT South, LLC n!,L.,1 - T. tend Conslrucllon Inc. V Title: Civil Engineer Title: ice Presidenl Title: President Revised: 10-12-2011 Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: QuikTrip No. 895 I CHANGE CONTRACT: Water, Sanitary Sewer, Paving, Drainage & Streetlight Improvements ORDER No: ICFA# CFA19-0124 I CITY PARTICIPATION: No I ICITY PROJECT # 102160 IFID No. 30114-0200431-102160-EO7685 2 FILE # K-2685;X-26030 REVIEWED INSPECTOR: Mike Arnhart Phone No: 817-319-6452 PROJECT MANAGER: Debbie Willhelm Phone No: 817-392-2481 By Debbie J. Willhelm at 12:02 pm, Nov 24, 2021 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer Developer DeVeloper DAYS Cost Cost CJy Con Cost Cost Cost (ORIGINAL CONTRACT $43,697.00 $17.863.00 _ $151.723.00 $441,278.00 8113A95.00 210 EXTRAS TO DATE $14,622.07 ICREDITS TO DATE ?� ICONTRACT TO DATE $58,319.07 $17,003.00 40.00 5751,723.00 $441,270.00 $173,495.00 210 I (AMOUNT OF PROP. CHANGE ORDER $1,603.00 I IFj VIS�e CO�iJ CT AMOUNT 558,319.07 517,863.00 5761,723.00 $442,781.00 $173,495.00 210 TO AL REVISE ONTRACTAMOUNT PER UNIT $58,319.07 $17,663.00 $151.723.00 $442,781.00 $173A95.00 REVISED COST SHARE Dev. Cost: $844,181,07 TOTAL REVISED CONTRACT S844,181.07 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM Y tl QUANTITY UNIT ITEM DESCRIPTION �INIT PRICE TOTAL _ Now Item 6 3301.0012 60 LF Post -CCTV Inspection of Storm Drain { 25.05 SASo3 1 I f I I TOTAL 41$03.00; REASONS FOR CHANGE ORDER As pan of the encroachment agreement PN21.00174 (for proposed wall to be located within drainage easement), slonnwater division has asked that developer include Post CCTV Inspection of the storm drain once it's been complete. NO CITY FUNDS INVOLVED IN THIS CONTRACT, DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE OROER COST AND NO REIMBURSEMENT FROM THE CITY VALL BE SOUGHT MY THE DEVELOPER - RECOMMENDED APPROVED: APPROVED: Name, Yalhanchindler - Kirkman Enolneennq me: J ,seph Faust - OT South, LLC Name: Ldy Loyd - OYenscend Construction Inc. Ti lk: Civil Engineer T� Ice President Title: President Revised: 10-12-2011 Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: QUIkTrio No. 895 CONTRACT: Water, Sanitary Sewer, Paving, Drainage & Streellight Imoroveme is ICFA # CFA19-0124 I CITY PARTICIPATION:( No I CITY PROJECT# 102160 IFID No. 30114-0200431-102160-EO7685 FILE # K-2685: X-26030 INSPECTOR: Mike Arnhart Phone No: 817-319-6452 PROJECT MANAGER: Debbie Willhelm Phone No: 817-392-2481 CONTRACT UNIT WATER SEWER PAVING Developer Developer I Developer Deve Cost City Cost Cost City Cost Cost City Cost Cost ORIGINAL CONTRACT $43,697.00 I $17,863.00 $151.723.00 $44 (EXTRAS TO DATE $14,622.07 $1 ICREDITS TO DATE ICONTRACT TO DATE $58,319.07 $0.00 $17,863.00 $0.00 $151,723.00 $0.00 $44 (AMOUNT OF PROP. CHANGE ORDER NT �CmTCO� $58,319.07 $0.00 $17,863.00 $0.00 $151,723.00 $0.00 $44Ra AMOUNT PER UNIT $68,319.07 $17,863.00 $151,723.00 REVISED COST SHARE Dev. Cost: $938,496.07 City Cost'. TOTAL REVISED CONTRACT $938,496.07 CHANGE ORDER No: 3 REVIEWED l By Debbie J. Wilhelm at 7:43 pm, Sep 20, 2022 DRAINAGE Smnwus I CONTRACT !r Developer DAYS City Cost Cast City Cost 8.00 $173,495.00 I 210 .00 1.00 $0.00 $173,495.00 $0.00 I 210 $94,315.00 1.00 $0.00 $267,810.00 1 $0.00 I 210 $442,781.00 $267,810.00 L. $0.00 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY Newltem 2605.0111 1 New Item 2605.3015 90 Newltem 2605,3025 60 New Item 3441.1214 1 Newltem 3441.1224 302 Newltem 3441.1255 1 Newltem 3441.126 160 Newltem 3441A315 555 New Item 3441.1322 365 New Item 3441.1408 20 Newltem 3441.141 1240 Newltem 3441.1414 380 New Item 3441.1506 1 New Item 3441.1713 1 New Item 3441A725 1 Newltem 3441.1741 1 New Item 3441.1749 1 Newltem 9999.0001 760 STREET LIGHTING AND SIGNALS UNIT ITEM DESCRIPTION UNIT PRICE EA FumishAnstall Elec Sery Pedestal $8,600.50 LF 2" CONDT PVC SCH 80 ) $25.00 LF 3" CONDT PVC SCH 80 $28.50 EA Install BBU System Internal $9,170.30 LF Furnish/Install Preemption Cable $5.50 EA FumishAnstall Communication Modem $5,615.25 LF FumishAnstall CAT5 Ethernet Cable $5.10 LF 20/C 14 AWG Multi -Conductor Cable $9.25 LF 3/C 14 AWG Multi -Conductor Cable $6.30 LF NO 6 Insulated Elec Condr $6.15 LF NO 10 Insulated Elec Condr $4.25 LF NO 8 Bare Elec Condr $5.10 EA FumishAnstall Ground Box Type D $1,630.00 EA Signal Cabinet Foundation - 352i $4,410.00 EA Furnish/Install ATC Signal Controller $4,128.00 EA FumishAnstall352i Controller Cabinet Assembly $30.329.85 EA Remove Si nal Controller Cabinet Assembly $4.517.85 LF VIVDS Detection Cable $6.20 TOTAL STREET LIGHTING AND SIGNALS REASONS FOR CHANGE ORDER Changes correspond to added plan sheets TS-1 through TS-16 for signal modifications. 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: 9/15/2022 By:� "SC �� By: Faust, Joe Name: Jonathan Schindler- rJrkman Engineering Name: Joseph Faust- QT South, LLC Title: Civil Engineer Title: Vice President TOTAL 1 $8.600.50 I $2,250.00 $1.710.00 $9,170.30 I $1,661.00 I $5.615.25 I $816.00 I $5,133.75 $2,299.50 $123.00 $5.270.00 $1,938.00 $1,630.00 $4,410.00 $4,128.00 $30,329.85 $4,517.85 $4,712.00 $94,315.001 APPROVED: By: Name: MandyUod -Trans nd Construction Inc. Title: President Revised: 10-12-2011 Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: DulkTrtp No. 895 [CONTRACT: Water, Sanitary Sewer, Pavinq, Drainage & Streetlight Improvements CHANGE ORDER No: ICFA# CFA19-0124 [ CITY PARTICIPATION] No CITY PROJECT # 102160 IFID No. 30114.0200431-102160-EO7685 4 FILE # K-2685:X-26030 REVIEWED INSPECTOR: ihart Phone No: 817-319-6452 PROJECTMANAGER: Wilke Debbie helm Phone No: 817-392 2481 I l By Debbie J. Willhelm at 3:00 pm, Mar 30, 2023 CONTRACT UNIT I WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Dovelopar Developer Developer Developer DAYS Coat City Coal Coat City Cost Coat City Coat Coat CIty.Cosl Cost ,City'Cost (ORIGINAL CONTRACT $43,697.00 $17,863.00 $151,723.00 $441,278.00 $173,495.00 210 1EXTRAS TO DATE S14.622.07 - - - -- - $1,503.00 $94.315.00 CREDITS TO DATE [CONTRACT TO DATE $68,319.07 $0.00 $i7,altuo f0:00 $151.723.00 $0.00. $442.781.00 $0.00. $267.810.00 $0.0 210 (AMOUNT Or PROP. CHANGE ORDER ($23,640.00) EVISTEb CONTfiACT SSB,319.07 f0.00 f17,BB].00 f0.00 $161.723.00 f0.00 $442.781.00 f0.00 5241,170.00 •f0.00 210 TOTV AMOUNT PER UNIT $58.319.07 $17,863.00 $151.723.00 $442.781.00 f244,170.00 REVISED COST SHARE Day. Cost: $914,656.07 ,City Cosu $0.00 TOTAL REVISED CONTRACT $914,056.07 Revised: 10-12-2011 Page 1 You are directed to make the following changes In the contract documents: Division 34 - Transportation CITY RID ITEM j PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 I 1 3441.3303 1 FA RdtyavV Ilium Foundatlon TY 7 $1,910.00 $1910.00 I 2 3441.3037 3 FA Fumishllnstall 10' - 14' Washinqton Standard Llqht Pole & Fixture LED S5,970.00 -0.910.00 1 17 9999.0003 t FA Shallow Pier Street Liphl Foundation - TYD 7 Eoulvalent $1.910.00 -S7 040.00 I I TOTAL -5 3.040.001 REASONS FOR CHANGE ORDER Changes correspond to mvlsd plan sheets 701 & 601 for street tree and street lighting modification 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: Faust Joe °�""°"°°�F`��° �� Br/1 JGI,Giff By. OM04-0ozm �.mw (/f mass-DearName. Jonathan Schindler- Kirkman Enoineerinn Name: Joseph Faust - OT South, LLC M v Lovd - T scend Con.Zn Inc. Title: Civil Enalneer TWe: Vice President Title: President Revised: 10-12-2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 15, 2023 Transcend Construction Inc. 2105 Bancroft Court Arlington, TX 76017 RE: Acceptance Letter Project Name: QuikTrip No.895 Project Type: Developer City Project No.: 102160 To Whom It May Concern: On July 28, 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 August 15, 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 August 15, 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 817- 392-2481. Sincerely, Debbie Willhelm, Project Manager Cc: Ignacio Andrade, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Victor Tornero, Program Manager Jonathan Schindler, Consultant Sonny Norris, Contractor Gwen Keen, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 TRANSCEND CONSTRUCTION, INC. AFFADAVIT STATE OF Texas COUNTY OF Henderson Before me, the undersigned authority, a Notary Public, in the State and County aforesaid, on this day personally appeared Mandy Loyd, President of Transcend 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 the Contract described as; Quiktrip No 895 City Project No: 102160 Subscribed and sworn before me on this date �3''Kof U c vbev a o ?3 BRITNEY MACIAS _�2°• �`c;: Notary Public, State of Texas +e Comm. Expires 03-28-2027 Notary ID 134239055 NqA Public MOND 0, 1021476 CMERT 4F SURM TO FINAL PAYMENT / v�rri G707 �. •u .c MI J . J � ��-� � �j TOMENEIL ASMIECT'S FROJECT NOU ar~0-fAd*�0 4T South LLC . P4 Bvx 34'1�5 c��r� QT #895 Tulsa, OK 74101 Cigf Fort Worth Easerrt June 14, 2021 City of Fort Worth Easement Lancaster & Henderson, Fart Worth, TX CFA Number CFA-19-0124 to. w ,6i&6vp-wWwwoltbeC.amb2odl IbcVPx==dAcCOSAVJ9*w 2%iDdiczftd abow, the Qn=1 nu= &ad *M= V(S=lcq) Oklahoma Surety Company - RQ Rax- 4DQ Tulsa. OK 74101-1409 CMbmdCf Transcend Construction Inc. PO (314 Malakoff TY 7514$-2_014 -CCNIRACTM b=by2qpwtrS df oc fina payn=w w the C aaa psf�r�d m me r ors tT�c Sane or � ofiatsdotrsso OT South LLC . POJ3aX.3415 Tulsa oK 7Ai n1 sx*erVm;'nS6d SUrgt/:bOA October 24, 2023 .......... ... Oklahoma Surety CompwW lilq VIM I*v , 9 Rhonda Hoopin amer, Attorney -In -Fact C UITICM: You should sign an afthrial AIA doc4amotthat has ibis cauftrt Printed "rn red- An origtsal assures tliat chaVes will pat be obscunj5d as =y om-ur when doaurcmrt. =0 repro_ see ins*xKZon stint for E.mftd t.ioerss+a fcar RWocf+scti n of tus docunwerrt. ►wf7ar1+�31r!¢7w- . a. �. r=- -. 707LVAL PAYMENT- V" -A14 raV=A1z 3;M-VAsa- .lea....�.�.ar.r�.rse.+:.ro.�+.�++: - . OKLAHOMA SURETY COMPANY 1437 SOUTH BOULDER, SUITE 200 • TULSA, OKLAHOMA 74119.91"87-7221 • FAX 9113' 88-1253 Ia*112if4:X+I; F_tIII fteY.I f;l KNOW ALL MEN BY THESE PRESENTS: That the OKLAHOMA SURETY COMPANY , a corporation organtted and existing under and by vlrtue of the laws of the State of Ohio, does hereby norrrinate, constitute and appoint the person or persons named below, each fndfvidually If more than one is named, Its true and lawful attorney -la -fact, for it and in Its name, place and stead to execute on behalf of the Bald Company, as surety. any and all bonds, undertakings and contracts of Suretyship, or other written obligations In" nature thereat. Jim Beam, Colleen C. Coleman, Alyson Dominguez Satbara Eden, Rhonda Hoopingamer, Chris Monroe and M. A. Monroe, all of ARUNGTON, TX IN WITNESS WHEREOF, the OKLAHOMA SirRM COMPANY has caused these presents to be signed and attested by Its appropriate officers and i�,�r�orate seal hereunto affixed this 17 day of June 2021 �11 p�lRElkrt X_ �. ': .•� OKLAHOMA SURETY COMPANY a ATTEST: 11�ssit S~ety fiVICE PRESIDENT �L Oni is 1704y of Jun$ 2021 before me personally appeared TODID BAZATA to me known, bekv duty swum, deposes and says that s/he resides in Broken Arrow, 0klahams, that alhe is a Moe President of Okla home Surety Cam" ny, the company des[xtbed in and whlch executed the above Instrument, that s/he knows the seat of the said Company; that the seal affixed to the said Instrument is such corporate seat; that it was so affixed by authority of her/his office under the By-k.aws of *Wd Company, and that slhe signed his name thereto by like authority. STATE OF OKLAHOMA SS COUNTY OF TULSA Ccmm#s on # 11008253 My Ca n expl 0,0,T- 08-2S JUUE C Notary Public This Power of Attorney Is granted by authority of the following resolutions adopted by the Board of directors of Oldahoma Surety Company by unanimous written consent dated September 25, 2009. RESOLVER: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-fre-Fact to execute on behalf of the Company, as surely, any and all bonds, undertakings and contracts of suretyship, or other written obligatlons in the nature thereof; to prescribe their respective duties and the respective limits or their authority; and to revoke any smh appointment at any time, RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid off-"rs and any Secretary or Assistant Secretary of the Company maybe affixed by facsirnlle to any power of attorney or certificate of either given forth* executlon of Any bond, undertaking, contract of suretyship, or other written obligation In the nature thereof, such signature and seal when soused being hereby adopted by the Company as the original signature of Bach officer and the original seal of the Company, to be valid and binding upon the Company with the lama farce and effect as though manually affixed. CERTIFICA71ON l SHARON HACKL Assistant Secretat yf of Oklahoma Surety Company, do hereby certify that the foregoing Power of Attorney and the Resomons of the Board of Directors of September 25, 2009 have not been revoked and are now in full force and effect. r�=rliCri���f L�; oFill ti.,r,.►+ Signed and sealed thls;�± day of 0 4— .16 VOID IF BOX IS EMPTY SHAMUN HACKt. Assistaint Secretary