Loading...
HomeMy WebLinkAboutContract 58488-FP2-FP2 FORT WORTH,,, City Secretary Contract No. 58488 Date Received 5/1 /2025 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: 1st Street Industrial City Project No.: 103882 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $2,624,570.80 Amount of Approved Change Order(s):-$49,029.60 Revised Contract Amount: $2,575,541.20 Total Cost of Work Complete: $2,575,541.20 COO, Irma Colin Eean (Mav 1'202509:09 CDT) Contractor Project Manager Title North Texas Contracting, Inc. Company Name Rrrrlertek BAke,, Roderick Baker (May 1, 2025 09:14 CDT) Project Inspector kotadage Mohwween,�'.E Project Manager Kandice Merrick (May 1. 2025 15:38 CDT) CFA Manager Lauren Prieur (May 1, 202518:22 CDT) TPW Director Asst. City Manager 05/01 /2025 Date 05/01 /2025 Date 05/01 /2025 Date 05/01 /2025 Date 05/01 /2025 Date 05/02/2025 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: 1st Street Industrial City Project No.: 103882 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 150 WD Days Charged: 275 WD Work Start Date: 11/6/2023 Work Complete Date: 3/27/2025 Completed number of Soil Lab Test: 290 Completed number of Water Test: 29 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 1ST STREET INDUSTRIAL Contract Limits Project Type WATER City Project Numbers 103882 DOE Number 3882 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date Project Manager NA Contractor NORTH TEXAS CONTRACTING, INC. P.O. BOX 468 Inspectors For Period Ending 3/27/2025 WD Contract Time 15UID Days Charged to Date 275 Contract is 100.00 Complete KELLER, TX 76244 M. GLOVER / R.BAKER Wednesday, April 30, 2025 Pagel of 5 City Project Numbers 103882 DOE Number 3882 Contract Name 1 ST STREET INDUSTRIAL Estimate Number I Contract Limits Payment Number 1 Project Type WATER For Period Ending 3/27/2025 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" WATER PIPE (CO#4) 28 LF $167.00 $4,676.00 28 $4,676.00 1 6" WATER PIPE, SELECT BACKFILL (CO#2) 147 LF $167.00 $24,549.00 147 $24,549.00 2 8" WATER PIPE (CO#4) 22.5 LF $125.00 $2,812.50 22.5 $2,812.50 3 8" WATER PIPE, SELECT BACKFILL (CO#2) 45 LF $125.00 $5,625.00 45 $5,625.00 4 12" WATER PIPE (CO#2) (CO#3) 2608 LF $256.00 $667,648.00 2608 $667,648.00 5 12" WATER PIPE (RETRAINED JOINTS) 145 LF $256.00 $37,120.00 145 $37,120.00 6 12" WATER PIPE, SELECT BACKFILL 2747 LF $256.00 $703,232.00 2747 $703,232.00 7 12" WATER PIPE, SELECT BACKFILL 571 LF $256.00 $146,176.00 571 $146,176.00 (RETRAINED JOINTS) 8 12" WATER CARRIER PIPE (CO#3) 521 LF $151.00 $78,671.00 521 $78,671.00 9 12" DIP WATER, CSS BACKFILL (CO#2) 315 LF $151.00 $47,565.00 315 $47,565.00 10 24" CASING BY OTHER THAN OPEN CUT 590 LF $667.00 $393,530.00 590 $393,530.00 (CO#2) (CO#3) 11 2" WATER SERVICE 4 EA $3,000.00 $12,000.00 4 $12,000.00 12 16" WATER PIPE, SELECT BACKFILL 20 LF $256.00 $5,120.00 20 $5,120.00 (RETRAINED JOINTS) 13 TRENCH SAFTEY (CO#2) 7149 LF $4.00 $28,596.00 7149 $28,596.00 14 ASPHALT PVMT REPAIR BEYOND DEFINED 2723 SY $75.00 $204,225.00 2723 $204,225.00 WIDTH, ARTERIAL, (CO#3) 15 6" GATE VALVE (CO#2) (CO#4) 4 EA $2,029.00 $8,116.00 4 $8,116.00 16 8" GATE VALVE (CO#2) (CO#3) (CO#4) 3 EA $2,696.00 $8,088.00 3 $8,088.00 17 12" GATE VALVE (CO#2) (CO#3) (CO#4) 17 EA $5,228.00 $88,876.00 17 $88,876.00 18 DUCTILE IRON WATER FITTINGS W/ 5.1 TN $6,077.00 $30,992.70 5.1 $30,992.70 RESTRAINT (CO#2) (CO#4) 19 CONNECTON TO EXISTING 4"-12" WATER 2 EA $3,000.00 $6,000.00 2 $6,000.00 MAIN 20 CONNECTON TO EXISTING 16" WATER MAIN 1 EA $12,000.00 $12,000.00 1 $12,000.00 21 4"-12" WATER ABANDONMENT PLUG 1 EA $2,043.00 $2,043.00 1 $2,043.00 22 FIRE HYDRANT (CO#4) 5 EA $3,000.00 $15,000.00 5 $15,000.00 23 8"X6" TAPPING SLEEVE AND VALVE (CO#2) 0 EA $2,000.00 $0.00 0 $0.00 24 3" WATER METER AND VAULT (CO#2) 1 EA $15,500.00 $15,500.00 1 $15,500.00 -------------------------------------- Sub -Total of Previous Unit $2,548,161.20 $2,548,161.20 Wednesday, April 30, 2025 Page 2 of 5 City Project Numbers 103882 DOE Number 3882 Contract Name 1 ST STREET INDUSTRIAL Estimate Number I Contract Limits Payment Number 1 Project Type SANITARY For Period Ending 3/27/2025 Project Funding UNIT H. SANITARY IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8" SEWER PIPE, SELECT BACKFILL 16 LF $108.00 $1,728.00 16 $1,728.00 2 TRENCH SAFETY 16 LF $4.00 $64.00 16 $64.00 3 4'MSNHOLE 2 EA $9,568.00 $19,136.00 2 $19,136.00 4 EPDXY MANHOLE LINER 12 VF $176.00 $2,112.00 12 $2,112.00 5 CONCRETE COLLAR 2 EA $1,470.00 $2,940.00 2 $2,940.00 6 POST -CCTV INSPECTION 16 LF $25.00 $400.00 16 $400.00 7 -------------------------------------- MANHOLE VACUUM TESTING 2 EA $500.00 $1,000.00 2 $1,000.00 Sub-Total of Previous Unit $27,380.00 $27,380.00 Wednesday, April 30, 2025 Page 3 of 5 City Project Numbers 103882 Contract Name 1 ST STREET INDUSTRIAL Contract Limits Project Type SANITARY Project Funding Contract information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 3 Change Order Number 4 DOE Number 3882 Estimate Number 1 Payment Number 1 For Period Ending 3/27/2025 $2,624,570.80 $31,185.10 ($105,104.00) $24,889.30 Total Contract Price $2,575,541.20 Total Cost of Work Completed $2,575,541.20 Less % Retained $0.00 Net Earned $2,575,541.20 Earned This Period $2,575,541.20 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 $2,575,541.20 Wednesday, April 30, 2025 Page 4 of 5 City Project Numbers 103882 DOE Number 3882 Contract Name 1 ST STREET INDUSTRIAL Estimate Number 1 Contract Limits Payment Number 1 Project Type SANITARY For Period Ending 3/27/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors M. GLOVER / R.BAKER Contract Date Contractor NORTH TEXAS CONTRACTING, INC. Contract Time 150 WD P.O. BOX 468 Days Charged to Date 275 WD KELLER, TX 76244 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 $2,575,541.20 Less % Retained $0.00 Net Earned $2,575,541.20 Earned This Period $2,575,541.20 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 $2,575,541.20 Wednesday, April 30, 2025 Page 5 of 5 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID# WATER PROJECT # SEWER PROJECT # FILE # REVIEWED By Mosadage Mohammdeen at 10:50 am, Feb 14, 2024 DEVELOPER -AWARDED -PROJECT CHANGE ORDER 1st Street Industrial B - Drainaqe CFA22-0102 1103882 130114-0200431-103882-EO7685 N/A N/A K-2885 CITY PARTICIPATION: I NO CHANGE ORDER No: 1 INSPECTOR: Victor Gutierrez Phone No: 817-739-5470 PROJECT MANAGER: Mosadage (Mo) Mohammdeen, P.E., PMP Phone No: 817-392-2443 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS & TRAFFIC SIGNAL( CONTRACT Developer +" * Developer Dd Developer DAYS Cost Cost Coy C C Cost Developer Cost City Cos; ORIGINAL CONTRACT $2,597,190.80 $27,380.00 $263,698.00 $71,030.00 �EXTRASTODATE $0.00 $0.00 $ $0.00 $0.00 ICREDITSTODATE $0.00 $0.00 $0.00 $0.00 (CONTRACT TO DATE $2,597,190.80 $27,380.00 SO $263,628.00 $71,030.00 $0.00 150 (AMOUNT OF PROP. CHANGE ORDER $0.00 $ $1 $ (31.416.00$0.00 (REVISED CONTRACT AMOUNT $2,597,190.80 $27,380.00 $0.00 $232282.00 $71,030.00 SD00 150 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,597,190.80 $27,380.00 $203,195.00 $232,282.00 $71,030.00 REVISED COST SHARE Dev. Cost: $3,131,077.80 TOTAL REVISED CONTRACT $3,131,077.80 Revised: 10-12-2011 Page 1 You are directed to make the following in the contract documents: �hanqes BID ITEM I PAY ITEM #CITY I QUANTITY UNIT 4 3341.0205 -99 LF 5 3341.1502 4 LF 6 TxDOT ITEM 467 -3 EA 9 3137.0104 -441 SY 11 3305.0109 -36 LF 12* 3341.0309 59 LF 13* 9999.0001 1 EA 5 3213.0403 -816 SF 6 3291.0100 90 CY 7 3292.0100 75 1 SY REVIEWED By Mosadage Mohammdeen at 10:50 am, Feb 14, 2024 ITEM DESCRIPTION UNIT III: DRAINAGE IMPROVEMENTS RCP, CLASS III 8x5 BOX CULVERT SAFETY END TREATMENT (24 IN) (PSET-P) (6:1) MED TONE RIPRAP, DRY TRENCH SAFETY 36" RCP, CLASS III SAFETY END TREATMENT (36 IN) (PSET-P) (6:1) UNIT IV: PAVING IMPROVE N�E�1�$}J CRETE DRIVEWAY g7 `` TOPSOIL BLACK SOD PLACEMENT I Note: asterisk(*) indicates New Pay Item REASONS FOR CHANGE ORDER Revised drainage frontage ditch design along ist Street to accommodate the revised site plan. UNIT PRICE I TOTAL $109.00 $ 110,791.00i $628.00 $ 2,512.00 $1,864.00 I $ 15,592.001 $65.00 $ 128,665.001 $4.00 $ 144.00; $138.00 $ 8,142.00 $3,122.00 $ 3.122.00 DRAINAGE TOTAL 31,'16.•�' $11.00 = i 2._,3.G.. $46.00 $ 4,140.00 1 $5.00 $ 375.00 PAVINGTOTAL TOTALI 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: Westwood Professional S By. /. Name: Preston Bartlev f Title: Proiect Manager APPROVED: SP White FF h JV, LJ BY. t Name., A3o.� DGG✓y4Y Title: ' vV p APPROVED: North Texas CcntracNn C. By: �1� ✓//Y7 y Name: Title: v� r Revised: 10-12-2011 Page 2 PROJECT NAME: CONTRACT: C FA # CITY PROJECT # FID# WATER PROJECT# SEWER PROJECT# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER 1st Street Industrial A - Water CFA22-0102 103882 30114-0200431-103882-EO7685 N/A N/A K-2885 CITY PARTICIPATION:1 NO Victor Gutierrez Phone No: 817-739-5470 Mosadage (Mo) Mohammdeen, P.E., PMP Phone No: 817-392-2443 WATER Developer Cost City Cost ORIGINAL CONTRACT $2,597,190.80 EXTRAS TO DATE $0.00 (CREDITS TO DATE $0.00 ICONTRACT TODATE $2,597,190.80 $0.00 (AMOUNT OF PROP. CHANGE ORDER $ 31,185.10 (REVISED CONTRACT AMOUNT $2,628,375.90 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2,628,375.90 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER Developer Cost City Cost $27,380.00 $0.00 $0.00 $27,380.00 $0.00 $0.00 $27,380.00 $0.00 $27,380.00 $3,162,262.90 CONTRACT UNIT PAVING Developer Cost City Cost $207,656.00 $0.00 $4,461.00 $203,195.00 $0.00 $0.00 $203,195.00 $0.00 $203,195.00 City Cost: $3,162,262.90 I \ REVIEWED By Mosadage Mohammdeen at 3:19 pm, Apr 23, 2024 CHANGE ORDER No: 2 DRAINAGE Developer Cost Citv Co $263,698.00 $0.00 $31,416.00 $232,282.00 $0.00 $0.00 $232,282.00 $0.00 $232,282.00 STREET LIGHTS & TRAFFIC SIGNAL st Developer Cost City Cost $71,030.00 $0.00 $0.00 $71,030.00 $0.00 $0.00 $71,030.00 $0.00 $71,030.00 $0.00 CONTRACT DAYS 150 150 Revised: 10-12-2011 Page 1 REVIEWED By Mosadage Mohammdeen at 3:20 pm, Apr 23, 2024 Vau aro dirocledm moke the fo0avannJuT/�ae In1yh�noonllacldmuepnb: CI�'BID tTEN PAY ITEM a . . CUAJy - I� 8"11.21PDEBSo pBeckNl UNR PR6 0 i TOTAL I 3 33111..iQQiJJ799 34 LF 1Y WeterP �BocL1111 }Is Kffo 3j8.604.00 4 3311.Q�V -115. LF 1 rFPi[�e S �255.O .5J29�,4 000-1 I 9 3311.0¢¢jj7l 116 LF 12- DIP Water. CSS1 Wck011 151 151.00 511.3B8.00 I 10 3306.1 �H4 80 LF 24'Ceal PIro S .88T.00 S 48D23.00 I 13 3305.0109 18 LF Trenchy}•�A1e1ryy $ 4.0 1 72.00 I 18 33'12,30�R � EA 8'Ga�yaaNe � J.029.0�u0/l /2,121*01 717%B% 3312.30QT _ d EEA A 4- Ga11e V.1. 228.001 41.."' 2111 M12.3110 18 1 3317000J8J 1 -0.7 T jJ Ouctlia lmn WLler FIll��wl Roeiralnt f 23 3312A0f1M1 II -1 1 8"a8'Tpp(rIy�31od4o Llld y"I 12.900.001 S �5.600.00,1 24• 33122201 I 1 1 EA 3'OVA�bf MMor end VoLtt Notn: nsledskf'1 Indiceles New Pey It— I TOTAL I $ 31.185.101 REASONS FOR CHANGE ORDER ReNeedIII, Nttlrllno Mpa end W-2pmAbo to mtowwfd oh. updated dfop/an, dedgq andprapoeed b0dfngmgef—I. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BESOUGHT BYTHE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Westwood Pmfesalon I S-I.0 SP Whlla {r fh JV, Narfb T. 7—t • ft.. Brlrd, BY: Name: P..-eadae'/ Names 'SA;"J RSDrwdq Names 1 /'YI(((Uf4 c.n� TIO. Prolnct Mmwner ` 'nur. SV �. Tklo'. 7 LJ J2� w.. "y1L,r R.W.W:IG,12-2011 Page 2 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID# WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: JORIGINAL 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 REVIEWED By Mosadage Mohammdeen at 8:21 am, Jul 01, 2024 DEVELOPER -AWARDED -PROJECT CHANGE ORDER 1st Street Industrial A - Water CFA22-0102 103882 30114-0200431-103882-EO7685 N/A IN/A IK-2885 CITY PARTICIPATION:( NO Roderick Baker Phone No: 817-739-5470 Mosadage (Mo) Mohammdeen, P.E., PMP Phone No: 817-392-2443 WATER Developer Cost $2,597,190.80 $31,185.10 $0.00 $2,628,375.90 $ (105.104.00) $2,523,271.90 $2,523,271.90 Dev. Cost: CONTRACT UNIT $3,057,158.90 $3,057,153.90 CHANGE ORDER No: 3 DRAINAGE STREET LIGHTS 8: TRAFFIC SIGNAL( j CONTRACT Developer J DAYS ost City Cost Developer Cost City Gast $263,698.00 $71,030.00 150 $0.00 $0.00 $31,416.00 $0.00 $232,282.00 $0.00 $71,030.00 —$0:10 I 150 $0.00 I $0.00 $232,282.OD I $0.00 $71,030.00 $0.00 I 150 $232,282.00 $71,030.00 SO.aO Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 16 331220 -1 EA 8" Gate Valve $ 2,696.00 S (2,696.00) 17 33 12 20 2 EA 12" Gate Valve $ 5,228.00 $ 10,456.00 4 3311.0441 224 LF 12" Water Pipe $ 256.00 $ 57,344.00 8 3305.2004 -231 LF 12" Water Carrier Pipe $ 151.00 $ (34,881.00) 10 3305.1104 -231 LF 24" Casing Pipe $ 667.00 $(154,077.00) 14 3201.0202 250 SY Asphalt Pavement Repair Beyond Defined Width, Arterial $ 75.00 $ 18,750.001 TOTAL $ (105,104.00) REASONS FOR CHANGE ORDER Revised the waterline taps and W-2 profile to accommodate the updated site plan, design, and proposed building requirements. 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: Westwood Professional Services By. �0� Name: Preston Bartley Title: Project Manager APPROVED: SP Mite FT�1/orth J� By: `/�_ Name: A -So t.1 Title: � L/7 APPROVED: North Texas pontracting, Inc. By: Name: CCS k S Title: Revised: 10-12-2011 Page 2 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER —AWARDED —PROJECT CHANGE ORDER 1st Street Industrial A - Water CFA22-0102 103882 58488 30114-0200431-103882-EO7685 X-27214 K-2885 CITY PARTICIPATION: Roderick Baker Phone No: Mosadage Mohammdeen, P.E. Phone No: NO 214-397-9308 817-392-2443 CHANGE ORDER No: 4 CONTRACT UNIT WATER SEWER DRAINAGE PAVING Developer Developer Developer Cost Developer Cost Cast, . Cost CJty-C4s1_, Cost Cky,Gostl ORIGINAL CONTRACT $2,597,190.80 $27,380.00 $263,698.00 $207,656.00 EXTRAS TO DATE $31,185.10 $0.00 $0.00 $0.00 , CREDITS TO DATE $105,104.00 $0.00 $31,416.00 $4,461.00 CONTRACT TO DATE $2,523,271.90 $27,380.00 $232,282.00 $203,195.00 AMOUNT OF PROP: CHANGE ORDER $24,889.30 $0.00 _$0.00_ $0.00 REVISED CONTRACT AMOUNT $2,548,161.20 $27,380.00 $232,282.00 $203,195.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $2.548,161.20 $27,380.00 $232,282.00 $203,195.00 REVISED COST SHARE Dev. Cost: $3,082,048.20 TOTAL REVISED CONTRACT $3,082,048.20 STREET LIGHTS CONTRACT zveloper DAYS ost City Cost $71,030.00 150 $0.00 $0.00 $71,030.00 %00 150 $0.00 W.00 0 $71,030.00 Sa,$#.00 150 $71,030.00 Revised: 12-17-2018 Page 1 UNIT I: WATER IMPROVEMENTS CITY BID ITEM PAY ITEM # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 3311.0141 20 LF 6" Water Pipe $ 167.00 $ 3.340.00 2 3311.0241 7.5 LF 8' Water Pipe $ 125.00 $ 937.50 15 3312.302 1 EA 6" Gate Valve $ 2,029.00 $ 2,029.00 16 3312.3003 1 EA 8" Gate Valve $ 2,696.00 $ 2,696.00 17 3312.3003 2 EA 12" Gate Valve $ 5,228.00 $ 10,456.00 18 3311.0001 0.4 TON Ductile Iron Water Fittings w/ Restraint $ 6,077.00 $ 2430.80 22 3212,0001 1 EA Fire Hydrant $ 3,000.00 $ 3:000.00 TOTAL UNIT 1: WATER IMPROVEMENTS $ 24,889.30 REASONS FOR CHANGE ORDER Add a fire line tap to the proposed 12" water main W-2 to accommodate fire department fire line permitting comments. Added a new fire hydrant to meet FDC hydrant spacing requirements. 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: Westwood Professional By: Name: Preston Bartley Title: Project Manager RECOMMENDED: CFW - *Contract Compliance Manager By: N/A REVIEWED By Mosadage Mohammdeen at 12:56 pm, Aug 05, 2024 APPROVED: SP Wh FT. of JV, LLC By. �17(�t �r1 Name `AMPS �o/Li/�7L/ Title: Nl,�►.v.4Gf/Z ATTEST N/A _ Jannette S. Goodall City Secretary APPROVED: North Texas Cont- racti Inc By: Name: nGt�r Title: 1 {U (t f YTICtJv�P�Q J ` Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. s There are NO City Funds associated with this Contract There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 1st Street Industrial CITY PROJECT NUMBER: 103882 WATER PIPE LAID SIZE TYPE OF PIPE LF Open Trench 6" PVC 28 Open Trench 8" PVC 22.5 Open Trench 12" PVC 2608 Bore 12" Ductile 315 FIRE HYDRANTS: 5 VALVES (16" OR LARGER) 0 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Taken Passed NEW SERVICES: 3" Water Meter and Vault 1 EA 2" Copper 4 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF Open Trech 8" PVC 16 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Taken Passed NEW SERVICES: 6" PVC 1 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS April 10, 2025 North Texas Contracting, Inc. 4999 Keller -Haslet Road Keller, TX 76244 RE: Acceptance Letter Project Name: 15Y Street Indusstrial Project Type: Water and Sewer City Project No.: 103882 To Whom It May Concern: On April 14, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on April 25, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on April 25, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2443. Sincerely, Moradage Moha�+�+deen,�E. Mosadage Mohammdeen, Project Manager Cc: Roderick Baker, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Pacheco Koch, Consultant North Texas Contracting, Inc., Contractor SP White FT Worth JV, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared COLIN EGAN, PM Of NORTH TEXAS CONTRACTING, INC, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Water, Sewer, Paving, Drainage & Street Light Improvements to 1" Street Industrial - CPN 103882 BY _ COLIN EGAN Subscribed and sworn before me on this date 21 st of April, 2025. al2a/�- Notary Public TARRANT,TX CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, address)1st Street Industrial TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No SU1190565 SP WHITE FT. WORTH JV, LLC AND CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 1st Street Industrial - CFA 22-0102 1601 Elm St., Suite 4360 Dallas TX 75201 --J CONTRACT DATE: CONTRACTOR: NORTH TEXAS CONTRACTING, INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) ARCH INSURANCE COMPANY Harborside 3, 210 Hudson Street, Suite 300 Jersey City NJ 07311-1107 , SURETY COMPANY on bond of (here insert name and address of Contractor) NORTH TEXAS CONTRACTING, INC. 4999 Keller Haslet Rd. Keller TX 76248 ,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 Owner) SP WHITE FT. WORTH X LLC AND CITY OF FORT WORTH 1601 Elm St., Suite 4360 Dallas TX 75201 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: I ` \Seal): a 21st day of April, 2025 ARCH INSURANCE COMPANY Surety Company Signature of Authorized Representative Robbi Morales Title Attorney -in -Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE 00456 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 .stared. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Don E. Cornell, Joshua Saunders, Kelly A. Westbrook, Mikaela Peppers, Ricardo J. Reyna, Robb! Morales, Sophinie Hunter, Tina McEwan and Tonle Petranek of Dallas, TX (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding One Hundred Fiftv Million Dollars ($150.000.000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on August 31, 2022, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on August 31, 2022: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31, 2022, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 231 day of March, 2023. Attested and Certified — `r9 `03 Arch Insurance Company A . Ut V v r wRrvw+rt r���� v s tnt 1971 Regan . Shulman, Secretary Stephen C. Ruschak, Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS �IS>ioY1� 1, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CORV"WA M of PerM*IlVanla - Notary W A ,� WHILE TRWM,lbtaryPubve .tX.� •M. PsRadelphtt County Michl�e podi, Nota blic My CommlUion Exp es July 31, 202S CERTIFICATION Commission Norber 116UU My commission expires 07/31/2025 1, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated March 23. 2023 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this18, day of April 2025 � • �� ' Re A. Shulman, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Cg O Arch Insurance —Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 sm ` i9Y1 �{ssour� To verily the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentic@archinsurance.com Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A.