Loading...
HomeMy WebLinkAboutContract 57428-FP2-FP2 City Secretary 57428 Contract No. FORT WORTH. Date Received 03/26/2024 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: Hemphill Road & Street A City Project No.: 103517 Improvement Type(s): 0 Paving 0 Drainage 0 Street Lights ❑ Traffic Signals Original Contract Price: $2,355,406.90 Amount of Approved Change Order(s): $1,966,058.89 Revised Contract Amount: $4,321,465.79 Total Cost of Work Complete: $4,321,465.79 p�� r Mar 26, 2024 Project manager (Mar 26, 20 4 13:39 CDT) Contractor Date Project manager (Mar 26, 20 4 13:39 CDT) Title Commerce Construction Company Name u I Josh Man 26, 202413:43 CDT) M a r 26, 2024 ry jpar Project Inspector Date ��4f "' ,� 0 Mar 26, 2024 Project Manager Date Mar 26, 2024 Rebecca Owen (Mar 26, 202415:47 CDT) CFA Manager Date Mar 26 2024 Lauren Prieur (Mar 26, 202415:49 CDT) TPW Dir for Date Mar 27, 2024 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Hemphill Road & Street A City Project No.: 103517 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 231 WD Days Charged: 355 Work Start Date: 5/24/2022 Work Complete Date: 3/5/2024 Completed number of Soil Lab Test: 838 Completed number of Water Test: 32 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HEMPHILL ROAD AND STREET A Contract Limits Project Type DRAINAGE, PAVING, STREET LIGHTS City Project Numbers 103517 DOE Number 3517 Estimate Number 1 Payment Number I City Secretary Contract Number Contract Date 3/4/2022 For Period Ending Project Manager NA Contractor COMMERCE CONSTRUCTION 13191 CROSSROADS PKWY N, 6TH FLR CITY OF INDUSTRY, CA 91746 Inspectors MILLER, W / MORALES, P Contract Time Days Charged to Date Contract is 100.00 3/5/2024 AID 23WD 355 Complete Thursday, March 14, 2024 Page 1 of 7 City Project Numbers 103517 DOE Number 3517 Contract Name HEMPHILL ROAD AND STREET A Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING, STREET LIGHTS For Period Ending 3/5/2024 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 MEDIUM STONE RIPRAP DRY (CO #3) 0 SY $77.76 $0.00 0 $0.00 2 POST CCTV INSPECTION OF STORM DRAIN 0 LF $0.96 $0.00 0 $0.00 (CO #3) 3 21" RCP CLASS III (CO #3) 0 LF $55.06 $0.00 0 $0.00 4 24" RCP CLASS III (CO #2 & #3) 0 LF $83.00 $0.00 0 $0.00 5 36" RCP CLASS III (CO #3) 0 LF $125.00 $0.00 0 $0.00 6 30" RCP CLASS III (CO #3) 0 LF $218.00 $0.00 0 $0.00 7 48" RCP CLASS III (CO #3) 0 LF $276.00 $0.00 0 $0.00 8 54" RCP CLASS III (CO #3) 0 LF $295.00 $0.00 0 $0.00 9 60" RCP CLASS III (CO #3) 0 LF $352.00 $0.00 0 $0.00 10 72" RCP CLASS III (CO #3) 0 LF $414.00 $0.00 0 $0.00 11 7 X 5 RCP CLASS III (CO #3) 0 LF $523.00 $0.00 0 $0.00 12 5' STORM JUNCTION BOX (CO #3) 0 EA $5,914.05 $0.00 0 $0.00 13 6' STORM JUNCTION BOX (CO 43) 0 EA $7,096.80 $0.00 0 $0.00 14 8' STORM JUNCTION BOX (CO #3) 0 EA $9,462.48 $0.00 0 $0.00 15 4' MANHOLE (CO #3) 0 EA $9,953.00 $0.00 0 $0.00 16 5' MANHOLE (CO #3) 0 EA $7,465.00 $0.00 0 $0.00 17 10' RECESSED INLET (CO #3) 0 EA $8,925.00 $0.00 0 $0.00 18 20' RECESSED INLET (CO #3) 0 EA $9,695.00 $0.00 0 $0.00 19 TXDOT FW-0 HEADWALL (CO #3) 0 EA $15,245.00 $0.00 0 $0.00 20 TXDOT CH-FW-0 HEADWALL (CO #3) 0 EA $15,080.00 $0.00 0 $0.00 21 MEDIUM STONE RIPRAP, DRY (CO #3) 346 SY $135.46 $46,869.16 346 $46,869.16 22 POST CCTV INSPECTION OF STORM DRAIN 3898 LF $1.67 $6,509.66 3898 $6,509.66 (CO #3) 23 21" RCP, CLASS III (CO #3) 470 LF $95.92 $45,082.40 470 $45,082.40 24 24" RCP, CLASS III (CO #3) 655 LF $144.59 $94,706.45 655 $94,706.45 25 36" RCP, CLASS III (CO #3) 68 LF $217.76 $14,807.68 68 $14,807.68 26 30" RCP, CLASS III (CO #3) 145 LF $379.77 $55,066.65 145 $55,066.65 27 48" RCP, CLASS III (CO #3) 792 LF $480.81 $380,801.52 792 $380,801.52 28 54" RCP, CLASS III (CO #3) 204 LF $513.90 $104,835.60 204 $104,835.60 29 60" RCP, CLASS III (CO #3) 117 LF $613.20 $71,744.40 117 $71,744.40 30 72" RCP, CLASS III (CO #3) 1119 LF $721.21 $807,033.99 1119 $807,033.99 Thursday, March 14, 2024 Page 2 of 7 City Project Numbers 103517 DOE Number 3517 Contract Name HEMPHILL ROAD AND STREET A Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING, STREET LIGHTS For Period Ending 3/5/2024 Project Funding 31 7 x 5 BOX CULVERT (CO #3) 323 LF $911.09 $294,282.07 323 $294,282.07 32 5' STORM JUNCTION BOX (CO #3) 5 EA $10,302.56 $51,512.80 5 $51,512.80 33 6' STORM JUNCTION BOX (CO #3) 1 EA $12,362.97 $12,362.97 1 $12,362.97 34 8' STORM JUNCTION BOX (CO 43) 5 EA $16,484.09 $82,420.45 5 $82,420.45 35 4' MANHOLE (CO #3) 3 EA $17,338.60 $52,015.80 3 $52,015.80 36 5' MANHOLE (CO #3) 1 EA $13,004.39 $13,004.39 1 $13,004.39 37 10' RECESSED INLET (CO #3) 7 EA $15,547.38 $108,831.66 7 $108,831.66 38 20' RECESSED INLET (CO #3) 1 EA $16,889.15 $16,889.15 1 $16,889.15 39 TXDOT FW-0 HEADWALL (CO #3) 1 EA $26,557.52 $26,557.52 1 $26,557.52 40 TXDOT CH-FW-0 HEADWALL (CO #3) 1 EA $26,270.08 $26,270.08 1 $26,270.08 Sub -Total of Previous Unit $2,311,604.40 $2,311,604.40 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimate Estimated unit No. Quanity 1 AS -BUILT SURVEY (CO #3) 0 LS 2 REMOVE CONCRETE DRIVE (CO #2 & #3) 0 SF 3 9" CONC PVMT (CO #2 & #3) 0 SY 4 SITE CLEARING (CO #3) 0 LS 5 UNCLASSIFIED EXCAVATION BY PLAN (CO #3) 0 CY 6 EMBANKMENT BY PLAN (CO #3) 0 CY 7 BORROW BY PLAN (CO #3) 0 CY 8 SWPPP > 1 ACRE (CO #3) 0 LS 9 HYDRATED LIME (CO #2 & #3) 0 TN 10 8" ASPHALT BASE TYPE B (CO #2 & #3) 0 SY 11 4" CONC SIDEWALK (CO #3) 0 SF 12 BARRIER FREE RAMP, TYPE P-1 (CO #3) 0 EA 13 4" SLD PVMT MARKING HAS (W) (CO #3) 0 LF 14 4" SLD PVMT MARKING HAS (Y) (CO #3) 0 LF 15 8" SLD PVMT MARKING HAS (W) (CO #3) 0 LF 16 8" SLD PVMT MARKING HAS (Y) (CO #3) 0 LF 17 4" BRK PVMT MARKING HAS (Y) (CO #3) 0 LF 18 4" BRK PVMT MARKING HAS (W) (CO #3) 0 LF 19 24" SLD PVMT MARKING HAE (W) (CO #3) 0 LF Unit Cost Estimated Total $3,930.00 $0.00 $1.55 $0.00 $3.75 $0.00 $1,704.00 $0.00 $5.20 $0.00 $5.40 $0.00 $12.54 $0.00 $5,240.00 $0.00 $22.62 $0.00 $25.74 $0.00 $4.99 $0.00 $3,575.00 $0.00 $1.90 $0.00 $1.90 $0.00 $3.00 $0.00 $3.00 $0.00 $1.90 $0.00 $1.90 $0.00 $6.00 $0.00 Completed Completed Quanity Total 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 Thursday, March 14, 2024 Page 3 of 7 City Project Numbers 103517 DOE Number 3517 Contract Name HEMPHILL ROAD AND STREET A Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING, STREET LIGHTS For Period Ending 3/5/2024 Project Funding 20 BLOCK SOD PLACEMENT (CO #3) 0 SY $2.92 $0.00 0 $0.00 21 FURNISH/INSTALL ALUM SIGN GROUND 0 EA $928.57 $0.00 0 $0.00 MOUNT CITY STD (CO #3) 22 TRAFFIC CONTROL (CO #3) 0 MO $8,500.00 $0.00 0 $0.00 23 REMOVE GRAVEL DRIVE (CO #3) 0 SF $0.16 $0.00 0 $0.00 24 REMOVE CONCRETE PAVEMENT (CO #2 & 4) 1242 SY $39.07 $48,524.94 1242 $48,524.94 25 10" CONCRETE PAVEMENT (CO #2) 1265 SY $107.98 $136,594.70 1265 $136,594.70 26 REMOVE ASPHALT DRIVE (CO #2 & 4) 144 SF $37.57 $5,410.08 144 $5,410.08 27 REMOVE ASPHALT PAVEMENT (CO #2) 325 SY $37.57 $12,210.25 325 $12,210.25 28 AS -BUILT SURVEY (CO #3) 1 LS $6,846.25 $6,846.25 1 $6,846.25 29 REMOVE CONCRETE DRIVE (CO #3) 16641 SF $2.70 $44,930.70 16641 $44,930.70 30 9" CONC PVMT (CO #3 & 4) 15249 SY $6.53 $99,575.97 15249 $99,575.97 31 SITE CLEARING (CO #3) 1 LS $2,968.45 $2,968.45 1 $2,968.45 32 UNCLASSIFIED EXCAVATION BY PLAN (CO #3) 17923 CY $9.06 $162,382.38 17923 $162,382.38 33 EMBANKMENT BY PLAN (CO #3) 15507 CY $9.41 $145,920.87 15507 $145,920.87 34 BORROW BY PLAN (CO #3) 2416 CY $21.85 $52,789.60 2416 $52,789.60 35 SWPPP > 1 ACRE (CO #3) 1 LS $9,128.33 $9,128.33 1 $9,128.33 36 HYDRATED LIME (CO #3) 2495 TN $39.41 $98,327.95 2495 $98,327.95 37 8" ASPHALT BASE TYPE B (CO #3) 828 SY $44.84 $37,127.52 828 $37,127.52 38 4" CONC SIDEWALK (CO #3) 42214 SF $8.69 $366,839.66 42214 $366,839.66 39 BARRIER FREE RAMP, TYPE P-1 (CO #3) 7 EA $6,227.82 $43,594.74 7 $43,594.74 40 4" SLD PVMT MARKING HAS (W) (CO #3) 285 LF $3.31 $943.35 285 $943.35 41 4" SLD PVMT MARKING HAS (Y) (CO #3) 6477 LF $3.31 $21,438.87 6477 $21,438.87 42 8" SLD PVMT MARKING HAS (W) (CO #3) 571 LF $5.23 $2,986.33 571 $2,986.33 43 8" SLD PVMT MARKING HAS (Y) (CO #3) 94 LF $5.23 $491.62 94 $491.62 44 4" BRK PVMT MARKING HAS (Y) (CO #3) 300 LF $3.31 $993.00 300 $993.00 45 4" BRK PVMT MARKING HAS (W) (CO #3) 195 LF $3.31 $645.45 195 $645.45 46 24" SLD PVMT MARKING HAE (W) (CO #3) 105 LF $10.45 $1,097.25 105 $1,097.25 47 BLOCK SOD PLACEMENT (CO #3) 5620 SY $5.09 $28,605.80 5620 $28,605.80 48 FURNISH/INSTALL ALUM SIGN GROUND 7 EA $1,617.61 $11,323.27 7 $11,323.27 MOUNT CITY STD (CO #3) 49 TRAFFIC CONTROL (CO #3) 1 MO $14,807.41 $14,807.41 1 $14,807.41 50 REMOVE GRAVEL DRIVE (CO #3) 5400 SF $0.28 $1,512.00 5400 $1,512.00 51 REMOVE CONC CURB & GUTTER (CO #4) 10 LF $8.00 $80.00 10 $80.00 52 6" CONC CURB & GUTTER (CO #4) 10 LF $8.00 $80.00 10 $80.00 Thursday, March 14, 2024 Page 4 of 7 City Project Numbers 103517 DOE Number 3517 Contract Name HEMPHILL ROAD AND STREET A Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING, STREET LIGHTS For Period Ending 3/5/2024 Project Funding ------------------- Sub -Total of Previous Unit $1,358,176.74 $1,358,176.74 UNIT V: STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2" CONDT RM (RISER) (CO #3) 0 LF $206.09 $0.00 0 $0.00 2 2" CONDT PVC SCH 80 (T) (CO #3) 0 LF $53.95 $0.00 0 $0.00 3 2" CONDT PVC SCH 80 (B) (CO #3) 0 LF $62.95 $0.00 0 $0.00 4 EXPLORATORY EXCAVATION OF EXISTING 0 EA $300.00 $0.00 0 $0.00 UTILITIES (CO #3) 5 GROUND BOX TYPE B W/ APRON (CO #3) 0 EA $1,140.00 $0.00 0 $0.00 6 FURNISH/INSTALL TYPE 33A ARM (CO #3) 0 EA $450.00 $0.00 0 $0.00 7 FURNISH/INSTALL240-480 VOLT SINGLE 0 EA $11,400.00 $0.00 0 $0.00 PHASE METERED (CO #3) 8 LED LIGHTING FIXTURE (CO #3) 0 EA $1,020.00 $0.00 0 $0.00 9 RDWY ILLUM FOUNDATIN TY 3,5,6, AND 8 (CO 0 EA $2,100.00 $0.00 0 $0.00 #3) 10 FURNISH/INSTALL RDWAY ILLUM TY 18 POLE 0 EA $3,900.00 $0.00 0 $0.00 (CO #3) 11 2" CONDT RM (RISER) (CO #3) 20 LF $359.02 $7,180.40 20 $7,180.40 12 2" CONCT PVC SCH 80 (T) (CO #3) 3375 LF $93.98 $317,182.50 3375 $317,182.50 13 2" CONDT PVC SCH 80 (B) (CO #3) 490 LF $109.66 $53,733.40 490 $53,733.40 14 EXPLORATORY EXCAVATION OF EXISTING 50 EA $522.61 $26,130.50 50 $26,130.50 UTILITIES (CO #3) 15 GROUND BOX TYPE B, W/APRON (CO #3) 19 EA $1,985.93 $37,732.67 19 $37,732.67 16 FURNISH/INSTALL TYPE 33A ARM (CO #3) 17 EA $783.92 $13,326.64 17 $13,326.64 17 FURNISH/INSTALL 240-480 VOLT SINGLE 1 EA $19,859.35 $19,859.35 1 $19,859.35 PHASE METERED PEDESTAL (CO #3) 18 LED LIGHTING FIXTURE (CO #3) 17 EA $1,776.89 $30,207.13 17 $30,207.13 19 RDWY ILLUM FOUNDATION TY 3, 5, 6, AND 8 14 EA $3,658.30 $51,216.20 14 $51,216.20 (CO #3) 20 FURNISH/INSTALL RDWAY ILLUM TY 18 POLE 14 EA $6,793.99 $95,115.86 14 $95,115.86 (CO #3) -------------------------------------- Sub -Total of Previous Unit $651,684.65 $651,684.65 Thursday, March 14, 2024 Page 5 of 7 City Project Numbers 103517 Contract Name HEMPHILL ROAD AND STREET A Contract Limits Project Type DRAINAGE, PAVING, STREET LIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 2 Change Order Number 3 Change Order Number 3 Change Order Number 3 Change Order Number 4 DOE Number 3517 Estimate Number 1 Payment Number 1 For Period Ending 3/5/2024 $2,355,406.90 ($415.00) $213,637.94 $277,552.15 $984,654.71 $492,134.08 ($1,538.94) Total Contract Price $4,321,465.79 Total Cost of Work Completed $4,321,465.79 Less % Retained $0.00 Net Earned $4,321,465.79 Earned This Period $4,321,465.79 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 $4,321,465.79 Thursday, March 14, 2024 Page 6 of 7 City Project Numbers 103517 Contract Name HEMPHILL ROAD AND STREET A Contract Limits Project Type DRAINAGE, PAVING, STREET LIGHTS Project Funding Project Manager NA Inspectors MILLER, W / MORALES, P Contractor COMMERCE CONSTRUCTION 13191 CROSSROADS PKWY N, 6TH FLR CITY OF INDUSTRY, CA 91746 DOE Number 3517 Estimate Number 1 Payment Number 1 For Period Ending 3/5/2024 City Secretary Contract Number Contract Date 3/4/2022 Contract Time 231 WD Days Charged to Date 355 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 $4,321,465.79 Less % Retained $0.00 Net Earned $4,321,465.79 Earned This Period $4,321,465.79 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 $4,321,465.79 Thursday, March 14, 2024 Page 7 of 7 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # (WATER PROJECT SEWER PROJECT# FILE It INSPECTOR: PROJECT MANAGER: (ORIGINAL CONTRACT EXTRAS TO DATE (CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER WATER, SEWER, PAVING, DRIANAGE, & STREET LIGHT IMPROVEMENTS TO SERVE HEMPHILL ROAD & STREET A CHANGE ORDER No: CFA21-0137 I CITY PARTICIPATION:( NO 103517 NA 1 NA NA K-2054 ALEX ALDACO Phone No: 817.647.2562 PATRICK BUCKLEY Phone No: 617.392.2443 CONTRACT UNIT WATER SEWER PAVING DRAINAGE Developer Developer IDovolopor Dovoloper Cosl City Cost CoatCity Cost $942,640.03 I $0.00 $433,073.14 30.0E Cost City Cosl $653,943.66 $0.00 Cost /P8 Coat $1,327,364.69 $0.00 $0.00 $0.00 $0.00 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $942,640.03 $D.00 $433,873.14 I $0.00 $653,043.60 Kan $1,327,364.69 � $0.00 $ 3,614.2U $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $946,263.11 1 $0.00 $433,873.14 SD.DD I $653,943.66 $0.00 $1,327,304.80 $940,263.11 $433,873.14 I $653`942 $1.327,304.09 Dov. Cost: $3,735,643.16 City Cost: $3,735,643.16 You are directed to make the following changes In the contract documents: CITY BID ITEM PAY ITEM1f li QUANTITY UNIT 6 3312.2203 1 EA ITEM DESCRIPTION 2" Water Service TOTAL REASONS FOR CHANGE ORDER Addlllonal 2" waferservlce Is needed to serve Bulldlnrg 5 - CFA will be updated to Include fhls bld Item. STREET LIGHTS 1 I CONTRACT Developer 1 DAYS Coal City Cost $374,090.56 $0.00 231 $0.00 $0.01) 0 $0.00 $0.0D 0 $374,090.65 $0.00 231 $0.00 $0.00 0 $374,098.55 1 $0.00 I 231 UNIT PRICE TOTAL $ 3,614.2E $ 3.614.20 $ 3,614.2E Revised:10-12-2011 Page 1 RECOMMENDED: APPROVED: I<imley-Horn and Assoolales, Inc. J Fort Worth Everman/RI iger LLC d,/ By; MaJeatic Rea By: .. � �� • By: Name: Crislalzubla Name: Edward P. ROs%i, Jr Title: Civil Engineer Tile: President APPROVED: Commerce Constructlon Co., L.P. 14, By: Name; John R. Burrou Title: President By Patrick Buckley at 1:05 pm, Oct 21, 2022 Revised: 10.12-2011 Page 2 I 755 4 750 745 9R- -- 730 725 16,00 17-0 vAax NEI GRAPHIC SCALE IN FEET t. eo KEYMAPo (q7 R X —Hm, e,rsec I INE 1 85 . HE 8 — HE — H F'ME—Y 'MM LEAE LEAE LEAE E_11,2 2 IEHLIH-121-1-1 TIR-1 .12— _ nn _ o ALL— E.—E, T —H.E 211 L-F . HE. E. L 11. E, -=w ............. r = Sw'ueEE ti I—Ar ao oowA eaMNx �;§ ...... PacvoseosAxAIN — — — — — — — — — — — — — — — — I—EE-7—` . I _ � NE=1 .......... et arc WATER LINE B 19,00 C0,00 21+00 A 0EWA. —ETOR—EEI—E Ll— ME Z —T.—_0 P7 � �EI 4 EH .1-1—H.—I.—I—EAT 755�ll�y E1HRE.EHTA01—E.H--TI—.— —CE—TAIIII-A T_TO'TO 02�� BEHDE TO A DE=R.� N'G�E '.N_- WA,% T. ETEEE�-TA�----E 2 750 7 ���Ml�IMUMA�DLlU8.O,,COR�E�Dn�M HE , 'E"NT' L E H REETH-1_��IA�"T.AHUIA—RERE < E E. A —PR--=ZF= --A1ALLTM.P-E--TERI1 5 LU 0 12� I T 745 o 740 EE: HEHF. _0 T. LLJ Know what sbelow. Call before you dig. 735 BENCH MARK LIST F- U) 0 cc) Z -..A—TH.--IN--1.AA.--1.' H AHE F 'E"ER '.- -H'=II ILL LU z0 — — — — — — — — — — — — 730 To m A w�m = A N D, .8 o�� TmF� N mw ,,T w E OT mLs — NE-- E—EE— E.1 1.— 0 0 —TR1TL'1'1.'1E1'1'1'1'N'E1 1111 THE ='I'TH LU + IF "IP AN _ H H.— r THE ITEI—TICH r AHI HEIN, ITHEET AHE_6E_t— N'O.OT E AE'. E�� . < 725 22,00 24+00 24+50 —I E-EHI . E—zw Ea HE — ... ..... RETE — C-209 DEVELOPER -AWARDED -PROJECT CHANGE ORDER WATER, SEWER, PAVING, DRIANAGE, & STREET LIGHT IMPROVEMENTS TO SERVE PROJECT NAME: HEMPHILL ROAD & STREET A CONTRACT: CFA # CFA21-0137 CITY PARTICIPATION: NO CITY PROJECT # 103517 DOE # NA WATER PROJECT # NA SEWER PROJECT # NA FILE # K-2854 INSPECTOR: JOSH MANRY Phone No: 817-647-2564 PROJECT MANAGER: GEORGE MARQUEZ Phone No: 817-392-6826 REVIEWED By George Marqeuez, P.E. at 11:56 am, Feb 23, 2024 CHANGE ORDER No: 2 CONTRACT UNIT WATER SEWER PAVING I DRAINAGE eveloper eveloper I Developer Cost City Cost Cost City Cost Cost City Cost Developer Cost City Cost ORIGINAL CONTRACT $942,648.83 I $0.00 I $433,873.14 $0.00 I $653,943.66 $0.00 I $1,327,364.69 $0.00 EXTRAS TO DATE $3,614.28 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 CONTRACT TO DATE $946,263.11 I $0.00 I $433,873.14 $0.00 I $653,943.66 $0.00 I $1,327,364.69 I $0.00 AMOUNT OF PROP. CHANGE ORDER ($135,895.12) I $0.00 I $0.00 $0.00 I $ 213,637.94 $0.00 I ($415.00) I $0.00 REVISED CONTRACT AMOUNT $810,367.99 I $0.00 I $433,873.14 $0.00 I $867,581.60 $0.00 I $1,326,949.69 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $810,367.99 $433,873.14 $867,581.60 $1,326,949.69 REVISED COST SHARE Dev. Cost: $3,812,870.97 City Co TOTAL REVISED CONTRACT $3,812,870.97 STREET LIGHTS CONTRACT eveloper DAYS ost City Cost $374,098.55 $0.00 I 231 $0.00 I $0.00 I 0 $0.00 I $0.00 0 $374,098.55 I $0.00 I 231 $0.00 I $0.00 I 0 $374,098.55 I $0.00 I 231 $374,098.55 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 3 3312.0001 (1) 5 3312.2203 (1) 6 3311.0141 (70) 7 3311.0261 59 9 3311.0461 (1406) 10 3312.3002 (2) 11 3312.3003 1 12 0241.1118 2 13 3312.3005 (4) 14 3312.0117 (1) 17 3305.0109 (1476) UNIT ITEM DESCRIPTION UNIT PRICE TOTAL UNIT I -WATER EA Fire H_ drant $ 4,060.00 $ (4,060.00) EA 2" Wate'Mrvice $ 3,614.28 $ (3,614.28) LF 6" Water Pipe $ 40.80 $ (2,856.00) LF 8" PVC Water Pipe $ 63.24 $ 3,731.16 LF 12" PVC Water Pipe $ 77.61 $ (109,119.66) EA 6" Gate Valve $ 1,390.00 $ (2,780.00) EA 8" Gate Valve $ 2,249.00 $ 2,249.00 EA 4"-12" Pressure Plug $ 327.25 $ 654.50 EA 12" Gate Valve $ 2,774.85 $ (11,099.40) EA Connection to Existin))16" Water Main $ 7,244.00 $ (7,244.00) EA Trench Safety $ 1.19 $ (1,756.44) SUBTOTAL UNIT I - WATER IMPROVEMENTS $ (135,895.12) You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT UNIT III - DRAINAGE 4 3341.0205 (5) LF You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 2 0241.0401 207 3 3213.0104 19 9 3211.0400 25 10 3212.0505 325 *24 0241.1000 1265 *25 3213.0105 1265 *26 0241.0402 162 *27 0241.1100 325 UNIT UNIT IV - PAVING SF SY TN SY SY SY SF SY ITEM DESCRIPTION UNIT PRICE TOTAL 24" RCP, Class III 1 $ 83.00 $ `415.00) SUBTOTAL UNIT III - DRAINAGE IMPROVEMENTS $ (415.00) 1�4���]�YN 713�NP Remove Concrete Drive $ 9" Conc Pvmt $ Hydrated Lime $ 8" Asphalt Base Type B $ Remove Concrete Pavement $ 10" Concrete Pavement $ Remove Asphalt Drive $ Remove Asphalt Pavement $ SUBTOTAL UNIT IV - PAVING IMPROVEMENTS 1.55 $ 320.85 3.75 $ 71.25 22.62 $ 565.50 25.74 $ 8,365.50 39.07 $ 49,423.55 107.98 $ 136,594.70 37.57 $ 6,086.34 37.57 $ 12,210.25 $ 213,637.94 Revised: 10-12-2011 Page 2 REASONS FOR CHANGE ORDER Revision to the alignment of the proposed extension of Hemphill Road; Removal of the extension of the proposed water main within Hemphill Road to the existing water main within future Everman Parkway Right -of -Way; Replacing existing concrete and asphalt pavement along Southwest Drive. RECOMMENDED: Kimley-Horn and Associates, Inc. By: t� Name: Jeff Landon Title: Project Engineer APPROVED: Fort Worth Everman/Risinger Development, L . Name: ED Title: Prp-gidulad Chairman of the Board APPROVED: Commerce Construction Co., L.P. By: w Name: John R. Burrough Title: President Revised: 10-12-2011 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID # FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER HEMPHILL ROAD AND STREET A WATER, SEWER, LIGHTING, PAVING, & DRIANAGE IMPROVEMENTS CFA21-0137 CITY PARTICIPATION: NO 103517 30114-0200431-103517-EO7685 K-2854 REVIEWED By George Marqeuez, P.E. at 11:56 am, Feb 23, 2024 CHANGE ORDER No: 3 JOSH MANRY Phone No: 817-647-2564 GEORGE MARQUEZ Phone No: 817-392-6826 CONTRACT UNIT WATER SEWER I PAVING DRAINAGE ILLUMINATION CONTRACT DAYS eveloper Developer Cost City Cost Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost $942,648.83 I $0.00 I $433,873.14 I $0.00 I $653,943.66 $0.00 $1,327,364.69 $0.00 I $374,098.55 I $0.00 I 231 $3,614.28 I $0.00 I $0.00 I $0.00 I $213,637.94 $0.00 $0.00 $0.00 I $0.00 I $0.00 I 0 $135,895.12 I $0.00 I $0.00 I $0.00 I $0.00 $0.00 $415.00 $0.00 I $0.00 I $0.00 I 0 $810,367.99 I $0.00 I $433,873.14 I $0.00 I $867,581.60 $0.00 II$374,098.55II $0.00 II 231 $ 598,634.01 II $0.00 $ 321,965.63$0.00 II II $ 492,134.08 II $0.00 $ 984,654.71 $ 277,586.10 $0.00 0 $1,409,002.00 $0.00 $755,838.77 $0.00 $1,359,715.68 $OO I$1,326,949.69 $2,311,604.40 $0.00 I $651,684.65 I $0.00 I 231 $1,409,002.00 $755,838.77 $1,359,715.68 $2,311,604.40 $651,684.65 Dev. Cost: $6,487,845.50 City Cost: $0.00 $6,487,845.50 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION UNIT PRICE TOTAL I UNIT I -WATER 1-1 3305.0103 (3) EA Exploratory Excavation of Existing Utilities $ 4,277.00 $ (12,831.00) 1 1-2 3305.1104 (260) LF 24" Casing By Other Than Open Cut $ 223.38 $ (58,078.80) 1-3 3312.0001 (10) EA Fire Hydrant $ 4,060.00 $ 40,600.00 1-4 3311.0001 (3) TON Ductile Iron Water Fittings wl Restraint $ 15,011.33 $ (45,033.991r 1-5 3312.2203 (6) EA 2" Water Service $ 3,614.28 $ (21,685.68�� 1-6 3311.0141 (218) LF 6" Water Pipe $ 40.80 $ (8,894.40)1 1-7 3311.0261 (544) LF 8" PVC Water Pipe $ 63.24 $ (34,402.56) 1 1-8 3311.0451 (260) LF 12" DIP Water $ 107.30 $ (27,898.001r 1 1-9 3311.0461 (5283) LF 12" PVC Water Pipe $ 77.61 $ (410,013.63) � 1-10 3312.3002 (9) EA 6" Gate Valve $ 1,390.00 $ (12,510.00) 1-11 3312.3003 (12) EA 8" Gate Valve $ 2,249.00 $ 26,988.00 1-12 241.1118 (13) EA 4"-12" Pressure Plug $ 327.25 $ (4,254.25)1 1-13 3312.3005 (31) EA 12" Gate Valve $ 2,774.85 $ (86,020.35)1 1-15 3312.0117 (2) EA Connection to Existing 4"-12" Water Main $ 3,181.00 $ (6,362.00)1 1-16 3312.4107 (11) EA 12" x 8" Tapping Sleeve & Valve $ 424.38 $ (4,668.18)1 1-17 3305.0109 (5473) LF Trench Safety $ 1.19 $ (6,512.87)1 *1-19 3305.0103 3 EA Exploratory Excavation of Existing Utilities $ 7,450.74 $ 22,352.221 *1-20 3305.1104 260 LF 24" Casing By Other Than Open Cut $ 389.14 $ 101,176.401 *1-21 3312.0001 10 EA Fire Hydrant $ 7,072.71 $ 70,727.101 *1-22 3311.0001 3 TON Ductile Iron Water Fittings wl Restraint $ 26,150.46 $ 78,451.381 *1-23 3312.2203 6 EA 2" Water Service 6,296.25 $ 37,777.501 *1-24 3311.0141 218 LF 6" Water Pipe 71.08 $ 1515,49595.44 1 *1-25 3311.0261 544 LF 8" PVC Water Pipe $ 110.17 $ 59,932.481 *1-26 3311.0451 260 LF 12" DIP Water $ 186.92 $ 48,599.201 *1-27 3311.0461 5,283 LF 12" PVC Water Pipe $ 135.20 $ 714,261.601 *1-28 3312.3002 9 EA 6" Gate Valve $ 2,421.45 $ 21,793.051 *1-29 3312.3003 12 EA 8" Gate Valve $ 3,917.87 $ 47,014.441 *1-30 241.1118 13 EA 4"-12" Pressure Plug $ 570.09 $ 7,411.171 *1-31 3312.3005 31 EA 12" Gate Valve $ 4,833.92 $ 149,851.521 *1-32 3312.0117 2 EA Connection to Existing 4"-12" Water Main $ 5,541.46 $ 11,082.921 *1-33 3312.4107 11 EA 12" x 8" Tapping Sleeve & Valve $ 739.29 $ 8,132.191 *1-34 3305.0109 5,473 LF Trench Safety $ 2.07 $ 11,329.111 SUBTOTAL UNIT I - WATER IMPROVEMENTS $ 598,634.01 1 Revised: 10-12-2011 Page 2 You are directed to make the following changes in the contract documents PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION UNIT PRICE TOTAL I UNIT II - SEWER 2-1 3331.4115 (1542) LF 8" Sewer Pipe $ 13.70 $ (21,125.40)1 2-2 3331.4201 (2262) LF 10" Sewer Pipe $ 50.68 $ (114,638.16)1 2-3 3331.4116 (80) LF 8" Sewer Pipe, CSS Backfill $ 40.93 $ (3,274.40)1 2-4 3331.4202 (104) LF 10" Sewer Pipe, CSS Backfill $ 63.57 $ (6,611.28)1 2-5 3339.1001 (15) EA 4' Manhole $ 4,239.80 $ (63,597.00)1 2-6 3339.1002 (3) EA 4' Drop Manhole $ 3,628.00 $ (10,884.00) 1 2-8 241.2201 (8) EA Remove 4' Sewer Manhole $ 1,219.99 $ (9,759.92)1 2-9 3339.0001 (67) VF Epoxy Manhole Liner $ 236.12 $ (15,820.04)1 2-10 241.2014 (5167) LF Remove 10" Sewer Line $ 34.98 $ (180,741.66)1 2-11 3301.0101 (18) EA Manhole Vacuum Testing $ 137.56 $ (2,476.08)1 2-12 3301.0002 (3804) LF Post -CCTV Ins ection $ 0.65 $ 2,472.60)1 2-13 3305.0109 (3804) LF Trench Safety $ 0.65 $ (2,472.60)1 *2-14 3331.4115 1542 LF 8" Sewer Pipe $ 23.87 $ 36,807.541 *2-15 3331.4201 2262 LF 10" Sewer Pipe $ 88.29 $ 199,711.981 *2-16 3331.4116 80 LF 8" Sewer Pipe, CSS Backfill $ 71.30 $ 5,704.001 *2-17 3331.4202 104 LF 10" Sewer Pipe, CSS Backfill $ 110.74 $ 11,516.961 *2-18 3339.1001 15 EA 4' Manhole $ 7,385.93 $ 110,788.951 *2-19 3339.1002 3 EA 4' Drop Manhole $ 6,320.15 $ 18,960.451 *2-20 241.2201 8 EA Remove 4' Sewer Manhole $ 2,125.28 $ 17,002.241 *2-21 3339.0001 67 VF Epoxy Manhole Liner $ 411.33 $ 27,559.111 *2-22 241.2014 5167 LF Remove 10" Sewer Line $ 60.94 $ 314,876.981 *2-23 3301.0101 18 EA Manhole Vacuum Testing $ 239.64 $ 4,313.521 *2-24 3301.0002 3804 LF Post -CCTV Ins ection $ 1.13 $ 4,298.521 *2-25 3305.0109 3804 LF Trench Safety $ 1.13 $ 4,298.521 SUBTOTAL UNIT II - SEWER IMPROVEMENTS $ 321,965.63 1 Revised: 10-12-2011 Page 3 You are directed to make the following changes in the contract documents PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I UNIT II -DRAINAGE 3-1 3137.0104 (346) SY Medium Stone Riprap, dry $ 77.76 $ (26,904.96)1 3-2 3301.0012 (3898) LF Post CCTV Inspection of Storm Drain $ 0.96 $ (3,742.08)1 3-3 3341.0201 (470) LF 21" RCP, Class III $ 55.06 $ (25,878.20)1 3-4 3341.0205 (655) LF 24" RCP, Class III $ 83.00 $ (54,365.00)1 3-5 3341.0309 (68) LF 36" RCP, Class III $ 125.00 $ (8,500.00)1 3-6 3341.0302 (145) LF 30" RCP, Class III $ 218.00 $ (31,610.00)1 3-7 3341.0409 (792) LF 48" RCP, Class III $ 276.00 $ (218,592.00)1 3-8 3341.0502 (204) LF 54" RCP, Class III $ 295.00 $ (60,180.00)1 3-9 3341.0602 (117) LF 60" RCP, Class III $ 352.00 $ (41,184.00)1 3-10 3341.0701 (1119) LF 72" RCP, Class III $ 414.00 $ 5463,266.00)1 3-11 3341.1403 (323) LF 7 x 5 Box Culvert $ 523.00 $ (168,929.00) 1 3-12 3349.0002 (5) EA 5' Storm Junction Box $ 5,914.05 $ (29,570.25 1 3-13 3349.0003 (1) EA 6' Storm Junction Box $ 7,096.80 $ (7,096.8% 3-14 3349.0005 (5) EA 8' Storm Junction Box $ 9,462.48 $ 47,312.401/ 3-15 3339.1001 (3) EA 4' Manhole $ 9,953.00 $ �29,859.00)� 3-16 3339.1101 (1) EA 5' Manhole $ 7,465.00 $ (7,465.00)1 3-17 3349.6001 (7) EA 10' Recessed Inlet $ 8,925.00 $ (62,475.00)1 3-18 3349.6003 (1) EA 20' Recessed Inlet $ 9,695.00 $ (9,695.00)1 3-19 (1) EA TXDOT FW-0 Headwall $ 15,245.00 $ (15,245.00)1 3-20 (1) EA TXDOT CH-FW-0 Headwall $ 15,080.00 $ (15,080.00)1 *3-21 3137.0104 346 SY Medium Stone Riprap, dry $ 135.46 $ 46,869.161 *3-22 3301.0012 3,898 LF Post CCTV Inspection of Storm Drain $ 1.67 $ 6,509.661 *3-23 3341.0201 470 LF 21" RCP, Class III $ 95.92 $ 45,082.401 *3-24 3341.0205 655 LF 24" RCP, Class III $ 144.59 $ 94,706.451 *3-25 3341.0309 68 LF 36" RCP, Class III $ 217.76 $ 14,807.681 *3-26 3341.0302 145 LF 30" RCP, Class III $ 379.77 $ 55,066.651 *3-27 3341.0409 792 LF 48" RCP, Class III $ 480.81 $ 380,801.521 *3-28 3341.0502 204 LF 54" RCP, Class III $ 513.90 $ 104,835.601 *3-29 3341.0602 117 LF 60" RCP, Class III $ 613.20 $ 71,744.401 *3-30 3341.0701 1,119 LF 72" RCP, Class III $ 721.21 $ 807,033.991 *3-31 3341.1403 323 LF 7 x 5 Box Culvert $ 911.09 $ 294,282.071 *3-32 3349.0002 5 EA 5' Storm Junction Box $ 10,302.56 $ 51,512.801 *3-33 3349.0003 1 EA 6' Storm Junction Box $ 12,362.97 $ 12,362.971 *3-34 3349.0005 5 EA 8' Storm Junction Box $ 16,484.09 $ 82,420.451 *3-35 3339.1001 3 EA 4' Manhole $ 17,338.60 $ 52,015.801 *3-36 3339.1101 1 EA 5' Manhole $ 13,004.39 $ 13,004.391 *3-37 3349.6001 7 EA 10' Recessed Inlet $ 15,547.38 $ 108,831.661 *3-38 3349.6003 1 EA 20' Recessed Inlet $ 16,889.15 $ 16,889.151 *3-39 1 EA TXDOT FW-0 Headwall $ 26,557.52 $ 26,557.521 *3-40 1 EA TXDOT CH-FW-0 Headwall $ 26,270.08 $ 26,270.081 SUBTOTAL UNIT III - DRAINAGE IMPROVEMENTS $ 984,654.71 1 Revised: 10-12-2011 Page 4 You are directed to make the following changes in the contract documents PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I UNIT V -PAVING 4-1 171.0102 (1) LS As -Built Survey $ 3,930.00 $ (3,930.00)1 4-2 241.0401 (16641) SF Remove Concrete Drive $ 1.55 $ /(125,793.551r) 4-3 3213.0104 (15268) SY 9" Conc Pvmt $ 3.75 $ (57,255.00) 4-4 3110.0101 (1) LS Site Clearing $ 1,704.00 $ (1,704.00)1 4-5 3123.0101 (17923) CY Unclassified Excavation by Plan $ 5.20 $ (93,199.60)1 4-6 3124.0101 (15507) CY Embankment by Plan $ 5.40 $ 83,737.801I 4-7 3123.0103 (2416) CY Borrow by Plan $ 12.54 $ �30,296.64) 4-8 3125.0101 (1) LS SWPPP >_ 1 acre $ 5,240.00 $ (5,240.00)1 4-9 3211.0400 (2495) TN Hydrated Lime $ 22.62 $ (56,436.90)1 4-10 3212.0505 (828) SY 8" Asphalt Base Tjpe B $ 25.74 $ (21,312.721r 4-11 3213.0301 (42214) SF 4" Conc Sidewalk $ 4.99 $ (210,647.86) 1 4-12 3213.0506 (7) EA Barrier Free Ramp, Type P-1 $ 3,575.00 $ (25,025.00)1 4-13 3217.0001 (285) LF 4" SLD Pvmt Marking HAS W) $ 1.90 $ (541.50)1 4-14 3217.0002 (6477) LF 4" SLID Pvmt Marking HAS Y) $ 1.90 $ (12,306.30 4-15 3217.0201 (571) LF 8" SLD Pvmt Marking HAS W) $ 3.00 $ (1,713.0% 4-16 3217.0202 (94) LF 8" SLD Pvmt Marking HAS Y $ 3.00 $ {282.00)1 4-17 3217.0004 (300) LF 4" BRK Pvmt Marking HAS l $ 1.90 $ 570.00)1 4-18 3217.0003 (195) LF 4" BRK Pvmt Marking HAS W) $ 1.90 $ 4-19 3217.0501 (105) LF 24" SLD Pvmt Marking HAE W) $ 6.00 $ �370.50)1 630.00)1 4-20 3292.01 (5620) SY Block Sod Placement $ 2.92 $ (16,410.40�1 4-21 3441.4003 (7) EA Furnish/Install Alum Sign Ground Mount City Std. $ 928.57 $ (6,499.99 � 4-22 3471.0001 (1) MO Traffic Control $ 8,500.00 $ (8,500.00)1 4-23 9999.0001 (5,400) SF Remove Gravel Drive $ 0.16 $ (864.00)1 *4-28 171.0102 1 LS As -Built Survey $ 6,846.25 $ 6,846.251 *4-29 241.0401 16641 SF Remove Concrete Drive $ 2.70 $ 44,930.701 *4-30 3213.0104 15268 SY 9" Conc Pvmt $ 6.53 $ 99,700.041 *4-31 3110.0101 1 LS Site Clearing $ 2,968.45 $ 2,968.451 *4-32 3123.0101 17923 CY Unclassified Excavation by Plan $ 9.06 $ 162,382.381 *4-33 3124.0101 15507 CY Embankment by Plan $ 9.41 $ 145,920.871 *4-34 3123.0103 2416 CY Borrow by Plan $ 21.85 $ 52,789.601 *4-35 3125.0101 1 LS SWPPP >_ 1 acre $ 9,128.33 $ 9,128.331 *4-36 3211.0400 2495 TN Hydrated Lime $ 39.41 $ 98,327.951 *4-37 3212.0505 828 SY 8" Asphalt Base Type B $ 44.84 $ 37,127.521 *4-38 3213.0301 42214 SF 4" Conc Sidewalk $ 8.69 $ 366,839.661 *4-39 3213.0506 7 EA Barrier Free Ramp, Type P-1 $ 6,227.82 $ 43,594.741 *4-40 3217.0001 285 LF 4" SLID Pvmt Marking HAS W) $ 3.31 $ 943.351 *4-41 3217.0002 6477 LF 4" SLD Pvmt Marking HAS $ 3.31 $ 21,438.871 *4-42 3217.0201 571 LF 8" SLID Pvmt Marking HAS W $ 5.23 $ 2,986.331 *4-43 3217.0202 94 LF 8" SLD Pvmt Marking HAS S $ 5.23 $ 491.621 *4-44 3217.0004 300 LF 4" BRK Pvmt Marking HAS Y $ 3.31 $ 993.001 *4-45 3217.0003 195 LF 4" BRK Pvmt Marking HAS (WI $ 3.31 $ 645.451 *4-46 3217.0501 105 LF 24" SLID Pvmt Marking HAE (W $ 10.45 $ 1,097.251 *4-47 3292.01 5620 SY Block Sod Placement $ 5.09 $ 28,605.801 *4-48 3441.4003 7 EA Furnish/Install Alum Sign Ground Mount City Std. $ 1,617.61 $ 11,323.271 *4-49 3471.0001 1 MO Traf is Control $ 14,807.41 $ 14,807.411 *4-50 9999.0001 5400 SF Remove Gravel Drive $ 0.28 $ 1,512.001 SUBTOTAL UNIT IV - PAVING IMPROVEMENTS $ 492,134.08 1 Revised: 10-12-2011 Page 5 You are directed to make the following changes in the contract documents PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION UNIT PRICE TOTAL I UNIT V - STREET LIGHTING 5-1 2605.3014 (20) LF 2" CONDT RM (Riser) $ 206.09 $ (4,121.80)1 5-2 2605.3015 (3375) LF 2" CONDT PVC SCH 80 (T) $ 53.95 $ (182,081.25)1 5-3 2605.3016 (490) LF 2" CONDT PVC SCH 80 (B) $ 62.95 $ (30,845.50) 1 5-4 3305.0103 (50) EA Exploratory Excavation of Existing Utilities $ 300.00 $ ((15,000.00)) 5-5 3441.1502 (19) EA Ground Box Type B, w/Apron $ 1,140.00 $ (21,660.00)� 5-6 3441.1645 (17) EA Furnish/Install Type 33A Arm $ 450.00 $ (7,650.00)1 5-7 3441.1772 (1) EA Furnish/Install 240-480 Volt Single Phase Metered Pedestal $ 11,400.00 $ (11,400.00)1 5-8 3441.3201 (17) EA LED Lighting Fixture $ 1,020.00 $ (17,340.00)1 5-9 3441.3302 (14) EA Rdwy Ilium Foundation TY 3,5,6, and 8 $ 2,100.00 $ (29,400.00)1 5-10 3441.3352 (14) EA Furnish/Install Rdwa. Ilium TY 18 Pole $ 3,900.00 $ (54,600.00) 1 *5-11 2605.3014 20 LF 2" CONDT RM (Riser) $ 359.02 $ 7,180.401 *5-12 2605.3015 3375 LF 2" CONDT PVC SCH 80 IT) $ 93.98 $ 317,182.501 *5-13 2605.3016 490 LF 2" CONDT PVC SCH 80 (B) $ 109.66 $ 53,733.401 *5-14 3305.0103 50 EA Exploratory Excavation of Existing Utilities $ 522.61 $ 26,130.501 *5-15 3441.1502 19 EA Ground Box Type B, w/Apron $ 1,985.93 $ 37,732.671 *5-16 3441.1645 17 EA Furnish/Install Type 33A Arm $ 783.92 $ 13,326.641 *5-17 3441.1772 1 EA Furnish/Install 240-480 Volt Single Phase Metered Pedestal $ 19,859.35 $ 19,859.351 *5-18 3441.3201 17 EA LED Lighting Fixture $ 1,776.89 $ 30,207.131 *5-19 3441.3302 14 EA Rdwy Ilium Foundation TY 3,5,6, and 8 $ 3,658.30 $ 51,216.201 *5-20 3441.3352 14 EA Furnish/Install Rdway Ilium TY 18 Pole $ 6,793.99 $ 95,115.861 SUBTOTAL UNIT V - STREET LIGHTING IMPROVEMENTS $ 277,586.10 1 Revised: 10-12-2011 Page 6 REASONS FOR CHANGE ORDER Revision to unit prices from the executed CFA; Contract days added RECOMMENDED: Kimley-Horn and Associates, Inc. By: 6Y Name: Jeff Landon Title: Project Enqineer APPROVED: Fort Worth Everman/Risinger Development, L Name: EDWARn P ROSKI IR Title: President and Chairman of the Board APPROVED: Commerce Construction Co., L.P. By: Name: John R. Burr hs Title: President Revised: 10-12-2011 Page 7 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID # FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER HEMPHILL ROAD AND STREET A WATER, SEWER, LIGHTING, PAVING, & DRIANAGE IMPROVEMENTS CFA21-0137 CITY PARTICIPATION: NO 103517 30114-0200431-103517-EO7685 K-2854 i REVIEWED By George Marqeuez, P.E. at 11:56 am, Feb 23, 2024 CHANGE ORDER No: 4 JOSH MANRY Phone No: 817-647-2564 GEORGE MARQUEZ Phone No: 817-392-6826 CONTRACT UNIT WATER SEWER I PAVING DRAINAGE ILLUMINATION CONTRACT DAYS eveloper Developer Cost City Cost Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost $942,648.83 I $0.00 I $433,873.14 I $0.00 I $653,943.66 $0.00 $1,327,364.69 $0.00 I $374,098.55 I $0.00 I 231 $602,248.29 I $0.00 I $321,965.63 I $0.00 I $705,772.02 $0.00 $984,654.71 $0.00 I $277,586.10 I $0.00 I 0 $135,895.12 I $0.00 I $0.00 I $0.00 I $0.00 $0.00 $415.00 $0.00 I $0.00 I $0.00 I 0 $1,409,002.00 I $0.00 I $755,838.77 I $0.00 I $1,359,715.68 $0.00 II$651,684.65II $0.00 II 231 $ 9,293.571 $0.00 I $ I $0.00 I $ (1,538.94) $0.00 $ . $ 000 0 $1,418,295.57 I $0.00 $755,838.77 $0.00 I I I $1,358,176.74 $OO I$2,311,604.40 $2,311,604.40 $0.00 I $651,684.65 I $0.00 I 231 $1,418,295.57 $755,838.77 $1,358,176.74 $2,311,604.40 $651,684.65 Dev. Cost: $6,495,600.13 City Cost: $0.00 $6,495,600.13 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: PAY ITEM # CITY BID ITEM # QUANTITY UNIT UNIT I - WATER 1-32 3312.0117 1 EA *1-35 3312.2103 1 EA ITEM DESCRIPTION UNIT PRICE TOTAL Connection to Existing 4"-12" Water Main $ 5,541.46 $ 5,541.461 1 1/2" Water Service $ 3,752.11 $ 3,752.111 SUBTOTAL UNIT I -WATER IMPROVEMENTS $ 9,293.57 1 Revised: 10-12-2011 Page 2 You are directed to make the following changes in the contract documents PAY ITEM # I CITY BID ITEM # I QUANTITY I UNIT I ITEM DESCRIPTION UNIT PRICE TOTAL I UNIT IV - PAVING 4-24 0241.1000 (23) Sy Remove Conc Pvmt $ 39.07 $ (898.61)1 4-26 0241.1100 (18) SY Remove Asphalt Pvmt $ 37.57 $ (676.26)1 4-30 3213.0104 (19) Sy 9" Conc Pvmt $ 6.53 $ 124.07)1 *4-51 0241.1300 10 LF Remove Conc Curb&Gutter $ 8.00 $ 80.001 *4-52 3216.0101 10 LF 6" Conc Curb and Gutter $ 8.00 $ 80.001 SUBTOTAL UNIT IV - PAVING IMPROVEMENTS $ (1,538.94) 1 Revised: 10-12-2011 Page 3 REASONS FOR CHANGE ORDER Adding irrigation service and meter along Southwest Drive. Existing driveway connection along Southwest Drive to remain, previously proposed to be removed. RECOMMENDED: APPROVED: APPROVED: Kimley-Horn and Associates, Inc. Fort Worth Everman/Risinger Commerce Construction Co., L.P. Development, C. By: 6Y By:. /2G By:1,4 Name: Jeff Landon Name: EDWARD PROSKi, jN. Name: T0h Title: Proiect Enqineer Title: President and Chairman of tha RnardTitle: SrLqdcIIt Revised: 10-12-2011 Page 4 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Hemphill Road and Street A CITY PROJECT NUMBER: 103517 WATER PIPE LAID SIZE TYPE OF PIPE LF 6" Water Pipe 6" PVC 218 8" Water Pipe 8" PVC 544 12" Water Pipe 12" DIP 260 12" Water Pipe 12" PVC 5283 FIRE HYDRANTS: 10 VALVES (16" OR LARGER) NA PIPE ABANDONED SIZE TYPE OF PIPE LF NA DENSITIES: Yes NEW SERVICES: 2" Service Copper 7 ea 1.5" Service Copper 1 ea SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" Sewer Pipe 8" SDR-26 PVC 1622 10" Sewer Pipe 10" SDR-26 PVC 2366 PIPE ABANDONED SIZE TYPE OF PIPE LF NA DENSITIES: Yes NEW SERVICES: N/A TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORT WO RT Hm TRANSPORTATION AND PUBLIC WORKS March 5, 2024 Commerce Construction Co. LP 13191 Crossroads Parkway N. 6t" FI City of Industry, CA 91746 RE: Acceptance Letter Project Name: Hemphill Road and Street A Project Type: 01, 02, 03, 04, 06 City Project No.: 103517 To Whom It May Concern: On February 1, 2024 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 March 5, 2024. 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 March 5, 2024, 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- 392-6826. Sincerely, George Marquez, Project Manager Cc: Joshua Manry, Inspector Troy Gardner, Inspection Supervisor Cody Horton, Senior Inspector Andrew Goodman, Program Manager Kimley Horn, Consultant Commerce Construction Co. LP, Contractor Fort Worth Everman/Risinger Development LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 JECOMMERCE CONSTRUCTION CO., L.P. AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT 131 E. Exchange Avenue, Suite 220 Fort Worth, TX 76164 (972) 726-0700 Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Dan Bell, VP, District Manager Of Commerce Construction Co. L.P., 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; 13513 FWS IRPC City Project # 103517, CFA21-0137 C�/"— * lfl� Dan Bell, VP, District Manager CommerceLP.com Subscribe4 and sworn before me on this date 26th of February, 2024. Notary Public Tarrant County, TX aTYRICIA JOYCE SHEFFIELD Notry ID *6491003 MComisExpiresFebruary 27, 2027 COMMERCE CONSTRUCTION CO., L.P. 131 E. Exchange Avenue, Suite 220 - Fort Worth, TX 76164 Office (972) 726-0700 - FAX (972) 232-3761 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project FWS Ph2 IPRC Job No. 13513 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Commerce Construction Co., L.P. (person with whom signer contracted) on the property of Fort Worth Everman/Risinger Development LLC (Owner) located at W. Risinger & Hemphill St, Fort Worth, T (location) to the following extent: ,� r ob description). The signer therefore waives and releases an mechanic's lien right, a��ht arisen p� )� I; Y g y l; g from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. 2 Date: o`(o Company Name: _ , Signature: By: (name and title) &j ,Jo"aA STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on this day of Ct&Lgza , 20_2?y by (name), 01JYLe r- (job title) Of 5C S An &A /-,IAdZALFA . (co pa name). NOTARY PUBLIC, STATE OF TEXAS 230d Unconditional on Final TX (6/21) Fe MELANIE DURKEE NO o iD #129ssion 67215 xpireµy Cortamltstan Expires October 17, 2026 "'e Ic COMMERCE CONSTRUCTION CO., L.P. 131 E. Exchange Avenue, Suite 220 - Fort Worth, TX 76164 Office (972) 726-0700 - FAX (972) 232-3761 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project FWS Ph2 IPRC ,lob No. 13513 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Commerce Construction Co., L.P. (person with whom signer contracted) on the property of Fort Worth Everman/Risinger Development LLC (owner) located at W. Risinger & Hemphill St. Fort Worth, (location) to the following extent: Electrical (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date: 2/23/24 Company Name: Core Electric TX Signature: v/ By: (name and title) Mark Purvis President STATE OF TEXAS § COUNTY OF `1`� rov-'A § Thisjintrument was acknowledged before me on thirsta3rJ day onfFtbroXJr , 20 by % ear+ (name), / vC �-�.!` �i r (r C 0ob title) of cy i^ �exu S (co BRANDON LEE SLOAN Note Public, State of Texas _� +• My Au9�� 202 fires NOTARY PUBLIC, STATE OF TEXAS NOTARY ID 134498827 230d Unconditional on Final TX (6/21) COMMERCE CONSTRUCTION CO., L.P. 131 E. Exchange Avenue, Suite 220 - Fort Worth, TX 76164 Office (972) 726-0700 - FAX (972) 232-3761 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project SFW PH 2 IPRC Sitework Job No. 13513 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Commerce Construction Co., L.P. (person with whom signer contracted) on the property of Fort Worth Everman Risinger Dev LLC (owner) located at Risinger Rd & Hemphill St., Fort Worth (location) to the following extent: SFW PH2 IPRC (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date: 02/26/2024 Company Name: Earth asks Gout c ing Corp. /odsi�tntrolfer Signature:By: (name and title) 6Ti STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on this ay of by (name), -1� of 230d Unconditional o (company name). ,20 Qob title) NOTARY PUBLIC, STATE OF TEXAS , . , , , ..,,-IED CA NOTARY . --• CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Oranqe On 02/26/2024 before me, Date personally appeared Tina Woodside Nohel A. Meiia. Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. - y NOHEL A. MEJIA Notary Public - California _= ' Los Angeles County Commission # 2339717 1 MY Comm, Expires Dec 8, 2024 ` Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offic pl Signature 1A OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: :-iJu)LLX=Gti4�W`u.`_%:3c:{:c:4:'�:4x.%.'�:�C.'cfSc4'E%L'�L`U4:r-"4'`%L'�i.'4%L'C'G`c7v`L..ww--.� - .... . •...�:.tro�..... - - -=%ic:4;�:t 02014 National Notary Association • www.NabonalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Ic COMMERCE CONSTRUCTION CO., L.P. 131 E. Exchange Avenue, Suite 220 - Fort Worth, TX 76164 Office (972) 726-0700 - FAX (972) 232-3761 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project FWS Ph2 IPRC Job No. 13513 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Commerce Construction Co., L.P. (person with whom signer contracted) on the property of Fort Worth Everman/Risinger Development LLC (owner) located at W. Risinger & Hemphill St. Fort Worth, (location) to the following extent: Paving improvements for Hemphill Rd & Streeki (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. STATE OF TEXAS COUNTY OF Tarrant Date: Company Name: Signature: By: (name and title) § 02/23/2024 Ja on Construction, Ltd! Carmen Estep, Office Manager This instrument was acknowledged before me on this 23rd day of February , 2024_ by Carmen Esters (name), Office Manager (job title) of (company name). Nicole McCollum + %/IG�C * My commission 10/30/2026 Expires Notary ID129952646 NOTARY PUBLIC, STATE OF TEXAS r 230d Unconditional on Final TX (6/21) Ic COMMERCE CONSTRUCTION CO., L.P. 131 E. Exchange Avenue, Suite 220 - Fort Worth, TX 76164 Office (972) 726-0700 - FAX (972) 232-3761 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project FWS P112 IPRC .lob No. 13513 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Commerce Construction Co., L.P. (person with whom signer contracted) on the property of Fort Worth Everman/Risinger Development LLC (owner) located at W. Risinger & Hemphill St. Fort Worth, T (location) to the following extent: Fence (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date: Company Name: Signature: By: (name and title) STATE OF TEXAS § COUNTY OF Imam-- § 2-1z3lem Rustic Fence Specialists, Inc Edga�lar, , Pro' ct Manager This instrument was acknowledged before me on this 79, day of W, 20 2-4 by-Qll r (name),�e.� ►�Yli�(af�lr (job title) of U. ,r Ft y& S� rAnl G* S, i nr (company name)). OTARY PUBLIC, STATE OF TEXAS 230d Unconditional on Final TX (6/21) 041MM24 r ID No. 132432376 Ic COMMERCE CONSTRUCTION CO., L.P. 131 E. Exchange Avenue, Suite 220 - Fort Worth, TX 76164 Office (972) 726-0700 - FAX (972) 232-3761 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project SFW PH2 IPRC Sitework Job No. 13513 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Commerce Construction Co., L.P. (person with whom signer contracted) on the property of Fort Worth Everman/Risinger Development LLC (owner) located at W. Risinger Rd & Hemphill Rd, Ft Worth (location) to the following extent: Pavement Markings and Signage (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date: Company Name: Signature: By: (name and title) STATE OF TEXAS COUNTY OF -19l r'i 12ci Izoz3 Tru Line Servic s 1 � Gregory Fryman man - Owner 9 ^This, instrument was acknowledged before me on this o7�t'p) day of 0 0 by V C e r-1 m Ch r\ (name), Q r-r Q (job title) of �l c J L.k ne e—C J , C �j (company name). ��rrrY'v y bl9 c, N ^,cED )f 5t..<' Mary Public, 5tat, �t Texas } NOT�PUBLIC, STATE OF TEXAS Comm. Expires ['-75.2027 ;rkr`` Notary ID 3651 230d Unconditional on Final TX (6/21) ~ COMMERCE CONSTRUCTION CO., L.P. 131 E. Exchange Avenue, Suite 220 - Fort Worth, TX 76164 Office (972) 726-0700 - FAX (972) 232-3761 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. if you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project FINS Ph2 IPRC Job No. 13513 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Commerce Construction Co., L.P. (person with whom signer contracted) on the property of Fort Worth Everman/Risinger Development LLC (owner) located at W. Risinger & Hemphill St. Fort Worth, 7 (location) to the following extent: labor & Materials for Site Utilities (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date: Company Name: Signature: By: (name and title) STATE OF TEXAS § COUNTY OF l A,r,rOWWk- § February 26th, 2024 Wright Construction Inc. Kevin GttlefieId / Controller,/ - This instrument was acknowledged before me on this 1lft day of �c�jrKa+�l20 ;. by - ____-- - --- (name),---,pr��r.rv1 �c{ - _-- LJ�r _%._� }a-le.�ic.1—--____-- (job title) of,�r. ,mot _�v_tnS rui � _ a }_��n.c.____------ (company name). NOTARY PUBLIC, STATE OTEXAS 230d Unconditional on Final TX (6/211 LeeAnn Lindsey Notary ID # 1205931-8 Y� My Commission Expires 08/07/2024 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT C CONTRACTOR SURETY OTHER Bond No 024257918 PROJECT: (name, address)Fort Worth South Business Park Addition Water, Sanitary Sewer TO (Owner) TX FORT WORTH EVERMANIRISINGER DEVELOPMENT, I ARCHITECT'S PROJECT NO: LLC AND THE CITY OF FORT WORTH CONTRACT FOR: 131 E. Exchange Ave., Suite 212 Water, Sanitary Sewer to serve Hempphill Road & Street A, Port (North South Business Park Addition, Lots i,2,3, Block 2, Lots 1,2, Block 3, FWarth TX 76164 tlD3sf7t� CONTRACT"O E CONTRACTOR: COMMERCE CONSTRUCTION CO., L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the there insert name and address of Surety Company) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02117 , SURETY COMPANY on bond of (here insert name and address of Cootruoorl COMMERCE CONSTRUCTION CO., L.P. 13191 Crossroads Parkway North, 6th Floor City of Industry CA 91746 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Ownerl FORT WORTH EVERMANIRISINGER DEVELOPMENT, LLC AND THE CITY OF FORT WORTH 131 E. Exchange Ave., Suite 212 Fort Worth TX 76164 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: �M-2' (Seal): 8th day of March, 2024 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Signature oe, Authorized Representative Tracv Aston Title Attorney -in -Fact NOTE: This form is to be used as a companion document to A€A DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Anueles On MAR 8 2024 before me, Becky Gomez, Notary Public, personally appeared Tracy Aston who proved to me on the basis of satisfactory evidence to be the person(-s-} whose name(} is/are subscribed to the within instrument and acknowledged to me that he/she/tom executed the same in his/herMie4 authorized capacity4e-s), and that bye/her/ signatures) on the instrument the person(O, or the entity upon behalf of which the person( acted, executed the instrument. *my BECKY GOMEZ Notary Pubbc • CaliforniaOrange CountyCommfssian � 2455974 Comm, Expires Jul 30, 2027 r 110 ..1 III I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature., SignaturAf Notary Public This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated, Liber Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8210628-024029 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint. Mary Y. Vollnar; Meghan ftanes; Rosa E. Rivas; Samantha Russell; Tracy Aston; Vanessa Fong all of the city of l.os An�elcs state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I f;th day of August , 2023 Liberty Mutual Insurance Company P� 1H 1] �'11 INS& a 1Nsup� The Ohio Casualty Insurance Company a�UQRP(=R,yJ�ayn� O`J=G�RPOggJ49�C� �aoRpQR4}o�m West American Insurance Company 1912 r1 0 1919 � 2 1991 0 Yr?z, V� Sy C�s aLD y. 0/1 //(� ro David M. Carey, Assistant Secretary :D m State of PENNSYLVANIA ss m County of MONTGOMERY o E U On this I Kth day of August 2023 before me personally appeared David M. Carey, who acknow#edged himself to be the Assistant Secretary of Liberty Mutual insurance v aa) 1 5 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes f Q N > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. } IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O � c Cl 0 4 Sp, PAST N,oNw,r 'F{ commonwealth of Pennsylvania - Notary Seal Qi tg o , P Teresa Pasleila, Notary Public Q1 �'' a y Montgomery County E Commission number 1126n44 " 1 OF' My commission expires March 28, 2n25 $ �-19-1 Q 41) Ct3gP Cy- Teresa Pastelia, Notary Public 0 ��.. 1-y4' \G Memher, PennsyVvania Association of Nolanes y p C N 3 a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casua#iy Insurance Company, Liberty Mutual 0 co CZi -� Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: C-) s_ ARTICLE IV — OFFICERS: Section 12 Power of Attorney- o CD ®M Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the zs �* President may prescribe, shall appoint such attorneys in fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety C cn M w any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall -o U a 1= have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such 0, N Z 6 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the Co provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. LL a ARTICLE XIII — Execution of Contracts; Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instalments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked MAR 8202 1N TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of IYIH 51 4Nstio olf IN31j � 114S4 j¢�pµPO�TQym q QC.0— � JO 7 c, 4 r 11& Qr,qID cl% Lu ��fi? / 1912 Uo 1919 0 2 1991 n Ff��`-•'J`�/�`� 9ss s��y a yQ xm� ��" Q 3 By: pcnu p hAMP` a� �� yAIAHp as Renee C. Llewellyn, Assistant y Secretary LMS-12873 LMIC CCIC WAIC Multi Ca 02121