Loading...
HomeMy WebLinkAboutContract 59696-FP1FORT WORTH, -FP1 City Secretary 59696 Contract No. Date Received 5/23/2025 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: Firehouse Hotel City Project No.: 104705 Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $475,525.63 Amount of Approved Change Order(s): $46,207.50 Revised Contract Amount: $521,733.13 Total Cost of Work Complete: $521,733.13 i2c� 3� Travis Bell (May22, 202512:50 CDT) `project Manager Title Crossland Construction Company Name Project Inspector Project Manager CFA Manaaer IIUTiVA111=4 'i 05/22/2025 Date 05/22/2025 Date 05/22/2025 Date 05/23/2025 Date 05/23/2025 Date 05/27/2025 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Firehouse Hotel City Project No.: 104705 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 70 WD Days Charged: 104 WD Work Start Date: 10/30/2024 Work Complete Date: 4/22/2025 Completed number of Soil Lab Test: 76 Completed number of Water Test: 0 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name FIREHOUSE HOTEL Contract Limits Project Type DRAINAGE City Project Numbers 104705 DOE Number 4705 Estimate Number 1 Payment Number 1 For Period Ending 4/22/2025 WD City Secretary Contract Number Contract Time 7" Contract Date Days Charged to Date 104 Project Manager NA Contract is 100.00 Complete Contractor CROSSLAND CONSTRUCTION COMPANY, INC. 861 N COLEMAN, STE 100 PROSPER, TX 75078 Inspectors A. DUARTE / E. TINNER Wednesday, May 21, 2025 Page 1 of 5 City Project Numbers 104705 Contract Name FIREHOUSE HOTEL Contract Limits Project Type DRAINAGE Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items No. 1 2" FLUME WITH NEENAH FOUNDRY HEAVY DUTY GRATE (CO#2) 2 3" FLUME WITH NEENAH FOUNDRY HEAVY DUTY GRATE 3 T FLUME WITH NEENAH FOUNDRY HEAVY DUTY DRATE(CO#4) DOE Number 4705 Estimate Number I Payment Number 1 For Period Ending 4/22/2025 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 5 EA $6,000.00 $30,000.00 5 $30,000.00 1 EA $6,400.00 $6,400.00 1 $6,400.00 150 LF $50.00 $7,500.00 150 $7,500.00 4 HDPE STORM PIPE (CO#4) 10 LF $150.00 $1,500.00 10 $1,500.00 - - Sub -Total of Previous Unit - - - - - - - - - - - - - - - - - $45,400.00 $45,400.00 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 REMOVE SIDEWALK 442 SF $10.00 $4,420.00 442 $4,420.00 2 REMOVE ADA RAMP 1 EA $480.00 $480.00 1 $480.00 3 REMOVE ASPHALT DRIVE 496 SF $22.00 $10,912.00 496 $10,912.00 4 REMOVE CONC PVMT 50 SY $22.00 $1,100.00 50 $1,100.00 5 REMOVE ASPHALT PVMT 3 SY $225.00 $675.00 3 $675.00 6 REMOVE CONC CURB & GUTTER 217 LF $24.00 $5,208.00 217 $5,208.00 7 SWAPPP > 1 ACRE 1 LS $7,000.00 $7,000.00 1 $7,000.00 8 6" LIME TREATMENT 169 SY $133.25 $22,519.25 169 $22,519.25 9 6" CONC PVMT 125 SY $180.00 $22,500.00 125 $22,500.00 10 4" CONC SIDEWALK, ADJACENT TO CURB 6198 SF $20.00 3123,960.00 6198 $123,960.00 11 6" CONCRETE DRIVEWAY 573 SF $19.00 $10,887.00 573 $10,887.00 12 BARRIER FREE RAMP, TYPE R-1 4 EA $5,800.00 $23,200.00 4 $23,200.00 13 6" CONC CURB AND GUTTER 241 LF $65.00 $15,665.00 241 $15,665.00 14 BLOCK SOD PLACEMET 158 SY $72.00 $11,376.00 158 $11,376.00 15 TRAFFICE CONTROL 1 MO $6,200.00 $6,200.00 1 $6,200.00 Sub -Total of Previous Unit $266,102.25 $266,102.25 - - - - - - - - - - - - - - - - - - - UNIT IV: STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- Wednesday, May 21, 2025 Page 2 of 5 City Project Numbers 104705 DOE Number 4705 Contract Name FIREHOUSE HOTEL Estimate Number I Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 4/22/2025 Project Funding 1 FURNISH/INSTALLELEC SERV PEDESTAL 1 EA $11,914.18 $11,914.18 1 $11,914.18 2 2" CONDT PVC SCH 80 (T) (CO#2), (CO#5) 891 LF $34.00 $30,294.00 891 $30,294.00 3 NO 6 INSULATED ELEC CONDR (CO#2) 2486 LF $3.35 $8,328.10 2486 $8,328.10 4 FURNISH/INSTALL GROUND BOX TYPE B, W/ 6 EA $1,860.00 $11,160.00 6 $11,160.00 APRON (CO#2) 5 FURNISH/INSTALL 8' WOOD LIGHT POLE ARM 0 EA $580.00 $0.00 0 $0.00 (CO#5) 6 FURNISH/INSTALL LED LIGHTING FIXTURE 8 EA $800.00 $6,400.00 8 $6,400.00 (70 WATT ATBO P101 CORBA HEAD) 7 FURNISH/INSTALL / INSTALL RDWAY IIIUM 11 8 EA $2,756.00 $22,048.00 8 $22,048.00 POLE (CO#5) 8 FURNISHANSTALL TYPE 33A ARM (CO#5) 8 EA $580.00 $4,640.00 8 $4,640.00 9 RDWY MUM FOUNDATION TY 1 (CO#5) 8 EA $1,910.00 $15,280.00 8 $15,280.00 10 FURNISH/INSTALL 10' -14' WASHINGTON 10 EA $5,249.00 $52,490.00 10 $52,490.00 STANDARD LIGHT POLE & FIXTURE LED 11 RDWY IIIUM FOUNDATION TY 7 10 EA $1,560.00 $15,600.00 10 $15,600.00 12 FURNISH/INSTALL CONDUIT - SCHEDULE 80 60 LF $534.61 $32,076.60 60 $32,076.60 PVC 2 INCH BORE (CO#6) Sub -Total of Previous Unit $210,230.88 $210,230.88 Wednesday, May 21, 2025 Page 3 of 5 City Project Numbers 104705 Contract Name FIREHOUSE HOTEL Contract Limits Project Type STREET LIGHTING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 1 Change Order Number 4 Change Order Number 5 Change Order Number 6 Total Contract Price DOE Number 4705 Estimate Number I Payment Number 1 For Period Ending 4/22/2025 $475,525.63 ($6,000.00) ($1,337.10) $15,000.00 $5,040.00 $33,504.60 $521,733.13 Total Cost of Work Completed $521,733.13 Less % Retained $0.00 Net Earned $521,733.13 Earned This Period $521,733.13 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 $521,733.13 Wednesday, May 21, 2025 Page 4 of 5 City Project Numbers 104705 Contract Name FIREHOUSE HOTEL Contract Limits Project Type STREET LIGHTING Project Funding DOE Number 4705 Estimate Number I Payment Number 1 For Period Ending 4/22/2025 Project Manager NA City Secretary Contract Number Inspectors A. DUARTE / E. TINNER Contract Date Contractor CROSSLAND CONSTRUCTION COMPANY, INC. Contract Time 70 WD 861 N COLEMAN, STE 100 Days Charged to Date 104 WD PROSPER, TX 75078 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 $521,733.13 Less % Retained $0.00 Net Earned $521,733.13 Earned This Period $521,733.13 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 $521,733.13 Wednesday, May 21, 2025 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Firehouse Hotel CONTRACT: Street Liqhts CFA # CFA23-0047 CITY PROJECT # 104705 FID NO 30114-0200431-104705-EO7685 WATER PROJECT # SEWER PROJECT # FILE # W-2913 INSPECTOR: Erik Loza PROJECT MANAGER: Andrew Goodman CITY PARTICIPATION:I NO Phone No: 682-201-6850 Phone No: 817-392-6251 CONTRACT UNIT REVIEWED By Izeldeen Ahmed at 2:11 pm, Feb 10, 2025 CHANGE ORDER No: 1 WATER SEWER PAVING DRAINAGE STREET LIGHTS Developer Developer Developer Developer Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $1,500.00 $7,500.00 $266,102.25 $36,400.00 $173,023.38 EXTRAS TO DATE CREDITS TO DATE $1,337.10 CONTRACT TO DATE $1,500.00 $0.00 $7,500.00 $0.00 $266,102.25 $0.00 $36,400.00 50.00 $171,686.28 $0.00 AMOUNT OF PROP. CHANGE ORDER "$000$266,102.25 REVISED CONTRACT AMOUNT $1,500.00 $0.00 $7,500.00 50.00 $36,400.00 $0.00 $171,686.28 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $1,500.00 $7,500.00 $266,102.25 $36,400.00 $171,686.28 REVISED COST SHARE Dev. Cost: $483,188.53 City Cost: $0.00 TOTAL REVISED CONTRACT $483,188.53 CONTRACT DAYS 70 0 70 70 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: (Add lines as required - DELETE THIS TEXT) CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 2 2605.3015 14 LF 2" CONDT PVC SCH 80 (T) $34.00 $476.00 3 3441.1408 14 LF NO 6 Insulated Elec Condr $3.35 $46.90 4 3441.1502 1 EA Furnish/Install Ground Box Type B with Apron $1,860.00 $1,860.00 TOTAL -$1, 337.10 REASONS FOR CHANGE ORDER Oncor is removing all poles along Tucker under the existing transmission line. A new powerpole will be set at the intersection of Annie and Crawford. Power for the lights will be provided from the new pole NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: m a, I Bedford Lodging Crossland Construction nc. By: By: By: C- Name: Andrea Taylor, PE Name: Jeff Blackman ' Name: Derek Kloer Title: Principal Title: President Title: Division VP LREVIEWED By Izeldeen Ahmed at 2:11 pm, Feb 10, 2025 Revised: 10-12-2011 Page 2 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Firehouse Hotel Drainaqe CFA23-0047 104705 59696 30114-0200431-104705-EO7685 27683 W-2913 Erik Loza Izeldeen Ahmed WATER Developer Cost City Cost $1,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,500.00 $0.00 $0.00 $0.00 $1,500.00 $0.00 $1,500.00 Dev. Cost: CITY PARTICIPATION:1 NO Phone No: (682)201-6850 Phone No: (817)392-7830 SEWER Developer Cost City Cost $7,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $7,500.00 $0.00 $0.00 $0.00 $7,500.00 $0.00 $7,500.00 $477,188.53 CONTRACT UNIT DRAINAGE Developer Cost City Cost $36,400.00 $0.00 $0.00 $0.00 $0.00 $0.00 $36,400.00 $0.00 ($6,000.00) $0.00 $30,400.00 $0.00 $30,400.00 City Cost: $477,188.53 REVIEWED By Izeldeen Ahmed at 2:12 pm, Feb 10, 2025 CHANGE ORDER No: 2 PAVING Developer Cost City Cost $266,102.25 $0.00 $0.00 $0.00 $0.00 $0.00 $266,102.25 $0.00 $0.00 $0.00 $266,102.25 $0.00 $266,102.25 STREET LIGHTS Developer Cost City Cost $173,023.38 $0.00 $0.00 $0.00 $1,337.10 $0.00 $171,686.28 $0.00 $0.00 $0.00 $171,686.28 1 $0.00 $171,686.28 $0.00 CONTRACT DAYS 70 0 0 70 0 70 Revised: 12-17-2018 Page 1 REVIEWED By Izeldeen Ahmed at 2:12 pm, Feb 10, 2025 You are directed to make the following changes in the contract documents: _UNIT I: WATER IMPROVEMENTS 19999.0001 CITY BID ITEM CFWUnit Developer PAY ITEM # # I QUANTITY UNIT ITEM DESCRIPTION PriceIUNIT PRICE CostCity Cost I TOTAL1 i (1.00) EA 9999.0001 2' Flume with Neenah Foundry $6000.00 ($6,000.00) 1 ($6,000.00) 1+ TOTAL UNIT I: WATER IMPROVEMENTS ($6.000.001 10.00 ($6,000.00 � � 1 Asterisk (*) indicates New Pay Item Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Regrading around the final transformer pad per Oncor design. No flume proposed. RECOMMENDED: mma, In By: Name: Andrea Taylor, PE Title: Principal APPROVAL RECOMMENDED CF W - Water Department By: N/A Name: Title: RECOMMENDED: ( REVIEWED l By Izeldeen Ahmed at 2:12 pm, Feb 10, 2025 Name: Izeldeen Ahmed Title: Project Manager M&C Number: N/A M&C Date Approved: N/A APPROVED: Bedford Lodging By: Name: Jeff Blackman I Title: President APPROVED: CF W - Assistant City Manager By: N/A Name: Title: APPROVED: Crossland Con(sttrruction, Inc. By: ;-/ " Name: Derek Kloer Title: Division VP APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: N/A Name: Title: ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include N/A ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary ❑ There are NO City Funds associated with this Contract El There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Firehouse Hotel Drainaqe CFA23-0047 104705 59696 30114-0200431-104705-EO7685 27683 W-2913 Erik Loza Izeldeen Ahmed WATER Developer Cost City Cost $1,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $9,399.77 $0.00 $0.00 $0.00 $9,399.77 $0.00 $9,399.77 Dev. Cost: CITY PARTICIPATION:1 NO Phone No: (682)201-6850 Phone No: (817)392-7830 SEWER Developer Cost City Cost $7,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $7,500.00 $0.00 $0.00 $0.00 $7,500.00 $0.00 $7,500.00 $500,088.30 CONTRACT UNIT DRAINAGE Developer Cost City Cost $36,400.00 $0.00 $0.00 $0.00 $6,000.00 $0.00 $30,400.00 $0.00 $15,000.00 $0.00 $45,400.00 $0.00 $45,400.00 City Cost: $500,088.30 REVIEWED By Izeldeen Ahmed at 4:50 pm, Feb 28, 2025 CHANGE ORDER No: 2 PAVING Developer Cost City Cost $266,102.25 $0.00 $0.00 $0.00 $0.00 $0.00 $266,102.25 $0.00 $0.00 $0.00 $266,102.25 $0.00 $266,102.25 STREET LIGHTS Developer Cost City Cost $173,023.38 $0.00 $0.00 $0.00 $1,337.10 $0.00 $171,686.28 $0.00 $0.00 $0.00 $171,686.28 $0.00 $171,686.28 $0.00 CONTRACT DAYS 70 0 0 70 15 85 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY 1 9999.0001 1 *3 9999.0003 150 "4 9999.0004 10 I I Asterisk (*) indicates New Pay Item UNIT III: DRAINAGE IMPROVEMENTS CFW Unit UNIT ITEM DESCRIPTION Price EA 2' Flume with Neenah Foundry Heavy Duty Gral LF HDPE Storm Pipe LF 4" Trench Drain TOTAL UNIT III: DRAINAGE IMPROVEMENTS I I Developer UNIT PRICE Cost $6,000.00 $6,000.00 $50.00 $7,500.00 $150.00 $1,500.00 I $15,000.00 1 REVIEWED By Izeldeen Ahmed at 4:51 pm, Feb 28, 2025 City Cost TOTAL $6,000.00 $7,500.00 $1,500.00 $0.00 $15,000.00 f 1 Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER REC MENDED: APPROVED: m a, I Bedford Lodging C;�� By: By: \I Ij+:�,! ►��� Name: Andrea Tavlor, PE Name: Jeff Blalkman Title: Principal Title: President APPROVAL RECOMMENDED CFW - Water Department By: N/A Name: Title: RECOMMENDED: 1 REVIEWED CFW - *Contract Compliance Manager By Izeldeen Ahmed at 4:51 pm, Feb 28, 2025 By: N/A Name: Izeldeen Ahmed Title: Project Manager M&C Number: N/A M&C Date Approved: N/A APPROVED: CFW - Assistant City Manager By: N/A Name: Title: APPROVED: Crossland Construction, Inc. By: Name: Derek Kloer Title: Division VP APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By: N/A Name: Title: ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include N/A ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary ❑ There are NO City Funds associated with this Contract El There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 REVIEWED By Izeldeen Ahmed at 11:09 am, Mar 18, 2025 PROJECT NAME: CONTRACT: C FA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Firehouse Hotel Drainaqe CFA23-0047 104705 59696 30114-0200431-104705-EO7685 27683 W-2913 Erik Loza Izeldeen Ahmed CITY PARTICIPATION:I NO Phone No: (682)201-6850 Phone No: (817)392-7830 CHANGE ORDER No: 41 WATER Developer SEWER CONTRACT UNIT DRAINAGE PAVING STREET LIGHTS CONTRACT DAYS Developer Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $1,500.00 $0.00 I $7,500.00 $0.00 $36,400.00 $0.00 $266,102.25 $0.00 $173,023.38 $0.00 70 EXTRAS TO DATE $0.00 $0.00 ! $0.00 $0.00 $15,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $6,000.00 $0.00 $0.00 $0.00 $1,337.10 $0.00 0 CONTRACT TO DATE $9,399.77 $0.00 fI I $7,500.00 $0.00 $45,400.00 $0.00 $266,102.25 $0.00 $171,686.28 $0.00 70 AMOUNT OF PROP. CHANGE ORDER $0.00 1 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $5,040.00 $0.00 15 REVISED CONTRACT AMOUNT $9,399.77 $0.00 I $7,500.00 $0.00 $45,400.00 $0.00 $266,102.25 $0.00 $176,726.28 $0.00 85 TOTAL REVISED CONTRACT AMOUNT PER UNIT $9,399.77 $7,500.00 $45,400.00 $266,102.25 $176,726.28 REVISED COST SHARE Dev. Cost: $505,128.30 City Cost: $0.00 TOTAL REVISED CONTRACT $505,128.30 Revised: 12-17-2018 Page 1 REVIEWED By Izeldeen Ahmed at 11:09 am, Mar 18, 2025 You are directed to make the following changes in the contract documents: UNIT V: STREET LIGHTING IMPROVEMENTS CITY BID ITEM CFW Unit Developer PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION Price UNIT PRICE Cost Citv Cost TOTAL 2 2605.3015 11 LF 2" CONDT PVC SCH 80 IT) $34.00 $374.00 $374.00 5 3441.3323 -1 EA Furnish/install 8'Wood Liqht Pole Arm $580.00 -$580.00 -$580.00 7 3441.3351 1 EA Furnish/Install Rdway Illum TY 11 Pole $2,756.00 $2,756.00 $2,756.00 8 3441.1645 1 EA Furnish/Install Type 33A Arm $580.00 $580.00 $580.00 9 3441.3301 1 EA Rdwy Illum Foundation TY 1 $1,910.00 $1,910.00 $1,910.00 I I I TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS I I I $5,040.00 I $0.00 $5,040.00 I ! Asterisk (*) indicates New Pay Item l Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Oncor power pole not installed. Updated Street Light Plan from wood pole to Type 11 to match the rest of the street lights. RECOMMENDED: mma, Inc. By: Name: Andrea Taylor, PE Title: Principal APPROVAL RECOMMENDED CFW - Water Department By: N/ A Name: Title: RECOMMENDED: CFW - *Contract Compliance Manager REVIEWED By: N/A By Izeldeen Ahmed at 11:10 am, Mar 18, 2025 lame: Izeldeen Ahmed Title: Project Manager M&C Number: N/A M&C Date Approved: NIA APPROVED: APPROVED: Bedford Lodging Crossland Construction, Inc. By: By: Name: Jeff Blackman Name: Derek Kloer Title: President Title: Division VP APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Manager CFW - Assistant City Attorney By: N/ A By: N/A Name: Name: Title: Title: ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include N/A ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary 0 There are NO City Funds associated with this Contract El There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Firehouse Hotel Streetliqhts CFA23-0047 104705 59696 30114-0200431-104705-EO7685 27683 W-2913 Erik Loza Izeldeen Ahmed WATER Developer Cost City Cost $1,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 . $9,399.77 $0.00 $0.00 $0.00 $9,399.77 $0.00 $9,399.77 Dev. Cost: CITY PARTICIPATION:1 Phone No: Phone No: SEWER Developer Cost City Cost $7,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $7,500.00 $0.00 $0.00 $0.00 $7,500.00 $0.00 $7,500.00 $538,632.90 NO CHANGE ORDER No: 6 REVIEWED (682)201-6850 l By Izeldeen Ahmed at 3:59 pm, Mar 31, 2025 (817)392-7830 CONTRACT UNIT DRAINAGE Developer Cost City Cost $36,400.00 $0.00 $15,000.00 $0.00 $6,000.00 $0.00 $45,400.00 $0.00 $0.00 $0.00 $45,400.00 $0.00 $45,400.00 City Cost: $538,632.90 PAVING Developer Cost City Cost $266,102.25 $0.00 $0.00 $0.00 $0.00 $0.00 $266,102.25 $0.00 $0.00 $0.00 $266,102.25 $0.00 $266,102.25 STREET LIGHTS Developer Cost City Cost $173,023.38 $0.00 $5,040.00 $0.00 $1,337.10 $0.00 $176,726.28 $0.00 $33,504.60 $0.00 $210,230.88 $0.00 $210,230.88 $0.00 CONTRACT DAYS 70 0 0 85 0 85 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 2 2605.3015 42 *12 2605.3119 60 I Asterisk (*) indicates New Pay Item REVIEWED By Izeldeen Ahmed at 3:59 pm, Mar 31, 2025 UNIT V: STREET LIGHTING IMPROVEMENTS CFW Unit Developer UNIT ITEM DESCRIPTION Price UNIT PRICE Cost LF 2" CONDT PVC SCH 80 (T) $34.00 $1,428.00 LF Furnish/Install Conduit -Schedule 80 PVC 2 Inch Bore $534.61 $32,076.60 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS. $33,504.60 I I I 1 City Cost TOTAL $0.00 $1,428.00 $0.00 $32,076.60 $0.00 f $33,504.60 � Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER The existing onsite power pole is no longer serviceable by Oncor. Streetlight meter is to be relocated and cables are to be extended as requested by Oncor to provide streetlight service. RECOMMENDED: mma, Inc. By: Name: Rob Cronin, PE Title: Chief Operating Officer APPROVAL RECOMMENDED CFW - Water Department By: N/A Name: Title: RECOMMENDED: CFW - *Contract Compliance Manager REVIEWED By Izeldeen Ahmed at 4:00 pm, Mar 31, 20251 By: N/A Name: Izeldeen Ahmed Title: Project Manager M&C Number: N/A M&C Date Approved: N/A APPROVED: APPROVED: Bedford Lodging Crossland Construction, Inc. By: By: Name: Jeff Blackman Name: Derek Kloer Title: President Title: Division VP APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Manager CFW - Assistant City Attorney By: N/A By: N/A Name: Name: Title: Title: ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include N/A ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary 0 There are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FORT WORTH,, TRANSPORTATION AND PUBLIC WORKS May 7, 2025 Crossland Construction 13601 North Freeway Fort worth Tx 76177 RE: Acceptance Letter Project Name: Fire House Hotel Project Type: Paving, Storm Drain and Street lights City Project No.: 104705 To Whom It May Concern: On April 22, 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 May 7, 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 May 7, 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- 392-7830. Sincerely, Izeldeen Ahmed, Project Manager Cc: Eric Tinner, Inspector Troy Gardner, Inspection Supervisor Ariel Duarte, Senior Inspector Andrew Gooman, Program Manager MMA, Consultant Crossland Construction, Contractor MB Hospitality, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CROSSLAND CONSTRUCTION COMPANY, INC. 13601 North Freeway, Ste. 130 Fort Worth, TX 76177 Tel: 817.707.4900 May 14, 2025 City of Fort Worth CFA Administration 100 Fort Worth Trail Fort Worth, TX 76102 RE: Firehouse Hotel (Tapestry Collection by Hilton — The Nobleman) CFA 23-0047 1 City Project 1047051 IPRC 23-0008 Components: Water, Sewer, Drainage, Paving, Street Lights To Whom It May Concern: This letter serves as confirmation that Crossland Construction Company, Inc. has been paid in full by Bedford Lodging for the public improvements constructed to serve the Firehouse Hotel (Tapestry Collection by Hilton — The Nobleman) in Fort Worth, Texas. Accordingly, we hereby waive, release, and relinquish any and all rights to assert a claim or demand for lien in connection with this project. Please feel free to contact me if you have any questions. Sincerely, y ruk&- Travis Bell Project Manager Crossland Construction Company, Inc. Cell: 325-895-4049 www,crossiandconstruction.com CONSENT OF SURETY TO FINAL PAYMENT AZA Documew G707 Bond No. 09420007 TO O%VNFR- ( Name arrdad&m) Bedford Lodging and the City of Fort Worth, Texas PROJECT: (Mnkte and addresoo Firehouse Hotel, CFA23-0047 OWNER ARCHITECT CGINTRACTC)R SURETY OTHFR ARCH TECT'S PROJECT -NO.: CONTRACT FOR, Construction CONTRACT DATED: In accordance with the provisions of the Contma between die Owner and tbze Contractor as indk:azeti above, the flnsIM rrarne and W&iru of Vveo-i Zurich American Insurance Company 1299 Zurich Way, 10th Floor Schaumburg, IL 60196-1056 SURPTY, on bond of (Inwrr nam, and addrrxa q(Conemaur) Crossland Construction Company, Inc. 13601 North Freeway Fort Worth, TX C0! 1'ItAC 0R, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of iL% obligation to (htWrl rranreand uAtress afOu rrer) Bedford Lodging and the City of Fort Worth, Texas as set forth in said Surety's bond. IN VATNE-SS WREREOF, the Surety Imsbereunto set its land on this date. May 19, 2025 (hMF1 {nr kvfling the urarrrbMibkVd ht' &e nwrrerk d4teaod,7earV Attest. CSC (Seat]): Joshua Eichem, Witness Zurich American Insurance Company (Sirrxw By: ESY,grtatrtrr of rN rrpix�rntatitr3 Cassidy D. Palic Attorney -in -Fact E�ritrrerl +tan+e ruin t.Yir) ��LtititiLL111Jfr��,f�R 2 4- SAL ��ilatlllllttiti��� G707--1994 Bond No. 09420007 Obligee: Bedford Lodging and the City of Fort Worth, Texas ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Christopher Nolan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Cassidv D. Palic , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, aad the execution of such bonds or undertakings in pursuance of these presents. shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of February, A.D. 2025. .,. . .,a°` ,,..w d ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COAWANY OF MARYLAND L " j 411A— $Y: Chnstopher Nolan Trice President 9) uOL, 4 vn -- By: Dawn E. Broom secretaly State of Maryland County of Baltimore On this 7th day of February, AD 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding tristoument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding mstnmzbent are the Corporate Seals of said Companies, Rod that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevlcva lul. Ma`saa M bey public My Co—isslun E.om January 27, 2M Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 414-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section S. Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal. appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time.,, CERTIFICATE I, the undersigned. Vice President of the ZURICB AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate. and I do fii ther certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 19th day of May , 2025 . ��Nr,rnriK�� 'vwW�drl as�w��n Hi Mff��� Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 reaortsklairmsavurichna.com 800-626-4577 Authenticity of this bond can be confirmed at boudvalidator.zu»chna.com or 410-559-8790 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICHe AVISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de Zurich North America's para obtener informacion o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- pahias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E (06/15) Page 1 of 1