Loading...
HomeMy WebLinkAboutContract 59410-FP2-FP2 FORT WORTH, City Secretart9410 Contract No. Date Received 9/10/2025 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: Bond Ranch Industrial City Project No.: 104100 Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $1,079,189.25 Amount of Approved Change Order(s):-$9,584.63 Revised Contract Amount: $1,069,604.62 Total Cost of Work Complete: $1,069,604.62 �Jtih rvzhel- 09/09/2025 Contractor Date Vice President Title Arco Murray National Dallas, Inc. Company Name (f 09/09/2025 Project Inspector Date Ram Tivvarl 09/10/2025 Project Manager Date 09/10/2025 CFA Manager Date 09/10/2025 TPW Director Date (---Vkc�L 09/12/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Bond Ranch Industrial City Project No.: 104100 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid 0 Consent of Surety 0 Statement of Contract Time Contract Time: 90 Work Start Date: 8/26/2024 Completed number of Soil Lab Test: 252 Completed number of Water Test: 23 Days Charged: 179 Work Complete Date: 8/29/2025 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BONDS RANCH INDUSTRIAL Contract Limits Project Type DRAINAGE, PAVING & STREETLIGHTS City Project Numbers 104100 DOE Number 4100 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 8/29/2025 WD Project Manager NA Contractor ARCO/MURRAY NATIONAL DALLAS, INC 4849 GREENVILLE AVE DALLAS , TX 75206 Inspectors M.GLOVER / E.WALKER Contract Time 9WD Days Charged to Date 179 Contract is 100.00 Complete Tuesday, September 9, 2025 Page 1 of 6 City Project Numbers 104100 DOE Number 4100 Contract Name BONDS RANCH INDUSTRIAL Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE, PAVING & STREETLIGHTS For Period Ending 8/29/2025 Project Funding UNIT III: DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2 1 " PP LATERAL LINE 13 LF $110.00 $1,430.00 13 $1,430.00 2 36" PP PIPE 244 LF $150.00 $36,600.00 244 $36,600.00 3 54" RCP, CLASS III 983 LF $300.00 Q94,900.00 983 $294,900.00 4 6' STORM JUNCTION BOX (CO#1) 0 EA $11,500.00 $0.00 0 $0.00 5 T STORM JUNCTION BOX (CO#1) 2 EA $13,500.00 $27,000.00 2 $27,000.00 6 8' STORM JUNCTION BOX 2 EA $16,000.00 $32,000.00 2 $32,000.00 7 CONCRETE COLLAR 4 EA $500.00 $2,000.00 4 $2,000.00 9 4' DROP INLET 1 EA $7,555.00 $7,555.00 1 $7,555.00 10 5X3 BOX CULVERT 15 LF $344.00 $5,160.00 15 $5,160.00 11 TRENCH SAFETY 1255 LF $1.00 $1,255.00 1255 $1,255.00 12 REMOVE RIP RAP 375 SF $0.50 $187.50 375 $187.50 13 REMOVE CONC PVMT 94 SY $54.00 $5,076.00 94 $5,076.00 14 SWPPP > 1 ACRE 1 LS $9,195.00 $9,195.00 1 $9,195.00 15 UTILITY SERVICE SURFACE RESTORATION 4180 SY $1.00 $4,180.00 4180 $4,180.00 SEEDING - - Sub -Total of Previous Unit - - - - - - - - - - - - - - - - - $426,538.50 $426,538.50 UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TOPSOIL(CO#4) 432 CY $10.66 $4,605.12 432 $4,605.12 2 4" CONC SIDEWALK 9108 SF $5.73 $52,188.84 9108 $52,188.84 3 8" CONCRETE DRIVEWAY 2986 SF $7.15 $21,349.90 2986 $21,349.90 4 10" CONC PVMT 2562 SY $75.15 $192,534.30 2562 $192,534.30 5 TRAFFIC CONTROL 6 MO $7,500.00 $45,000.00 6 $45,000.00 6 8" LIME TREATMENT (CO#4) 2296 SY $3.75 $8,610.00 2296 $8,610.00 7 HYDRATED LIME (CO#4) 89 TN $283.40 $25,222.60 89 $25,222.60 8 2" ASPHALT PVMT TYPE D (CO#4) 760 SY $18.14 $13,786.40 760 $13,786.40 9 8" ASPHALT BASE TYPE B (CO#4) 760 SY $54.42 $41,359.20 760 $41,359.20 10 6" SLD PVMT MARKING HAS (W) 1523 LF $2.50 $3,807.50 1523 $3,807.50 11 6" SLD PVMT MARKING HAS (Y) 1752 LF $2.50 $4,380.00 1752 $4,380.00 Tuesday, September 9, 2025 Page 2 of 6 City Project Numbers 104100 Contract Name BONDS RANCH INDUSTRIAL Contract Limits Project Type DRAINAGE, PAVING & STREETLIGHTS Project Funding 12 18" SLD PVMT MARKING HAE (Y) 13 6" BRK PVMT MARKING HAS (W) 14 24" SLD PVMT MARKING HAE (W) 15 REFL RAISED MARKER TY II-C-R 16 REMOVE ASPHALT PVMT (CO#4) 17 REMOVE CONCRETE DRIVE 18 REMOVE FENCE 19 REMOVE MAILBOX 20 REMOVE SIGN PANEL AND POST 21 REMOVE 6" PVMT MARKING 22 BLOCK SOD PLACEMENT 23 REMOVE GRAVEL DRIVE 24 6" CONC CURB AND GUTTER DOE Number 4100 Estimate Number I Payment Number I For Period Ending 8/29/2025 97 LF $10.00 $970.00 97 $970.00 230 LF $2.50 $575.00 230 $575.00 23 LF $12.50 $287.50 23 $287.50 19 EA $7.00 $133.00 19 $133.00 21257 SF $2.95 $62,708.15 21257 $62,708.15 2772 SF $3.00 $8,316.00 2772 $8,316.00 662 LF $1.00 $662.00 662 $662.00 1 EA $250.00 $250.00 1 $250.00 1 EA $250.00 $250.00 1 $250.00 372.43 LF $0.15 $55.86 372.43 $55.86 7212 SY $3.15 $22,717.80 7212 $22,717.80 2116 SF $0.50 $1,058.00 2116 $1,058.00 148 LF $13.00 $1,924.00 148 $1,924.00 auu- 1 otal ul rreviuus Unll, '�•'•���•'•••� '�•'•���-'•••� UNIT V: STREETLIGHTS IMPROVEMENTS Item Description of Items No. 1 2" CONDT PVC SCH 80 (T) (CO#1)(CO#3) 2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 3 NO 2 INSULATED ELEC CONDR(CO#1)(CO#3) 4 FURNISH/INSTALL GROUND BOX TYPE B(CO#1) 5 FURNISH/INSTALL GROUND BOX TYPE B, W/APRON(CO#1) 6 FURNISHANSTALL TYPE 33A ARM 7 FURNISH/INSTALL 240-480 VOLT SINGLE PHASE TRANSOCKET METRD PEDSTL(CO#1) 8 FURNISH/INSTALL LED LIGHTING FIXTURE(137W ATB2 COBRA HEAD) 9 RDWY ILLUM FOUNDATION TY 3,5,6, & 8 10 FURNISH/INSTALL RDWAY ILLUM TY 18 POLE 11 INSTALL TYPE 41 BREAKAWAY TRANSFORMER BASE FOR LUMINAIRE POLES (TB2-17) Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 1580 LF $27.11 $42,833.80 1580 $42,833.80 10 EA $420.00 $4,200.00 10 $4,200.00 5185 LF $7.79 $40,391.15 5185 $40,391.15 0 EA $3,370.00 $0.00 0 $0.00 5 EA $3,370.00 $16,850.00 5 $16,850.00 10 EA $485.00 $4,850.00 10 $4,850.00 0 EA $5,606.20 $0.00 0 $0.00 10 EA $475.00 $4,750.00 10 $4,750.00 5 EA $800.00 $4,000.00 5 $4,000.00 5 EA $1,310.00 $6,550.00 5 $6,550.00 5 EA $1,178.00 $5,890.00 5 $5,890.00 Tuesday, September 9, 2025 Page 3 of 6 City Project Numbers 104100 Contract Name BONDS RANCH INDUSTRIAL Contract Limits Project Type DRAINAGE, PAVING & STREETLIGHTS Project Funding DOE Number 4100 Estimate Number I Payment Number 1 For Period Ending 8/29/2025 Sub -Total of Previous Unit $130,314.95 $130,314.95 Tuesday, September 9, 2025 Page 4 of 6 City Project Numbers 104100 Contract Name BONDS RANCH INDUSTRIAL Contract Limits Project Type DRAINAGE, PAVING & STREETLIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number 3 Change Order Number 4 DOE Number 4100 Estimate Number I Payment Number 1 For Period Ending 8/29/2025 $1,079,189.25 $2,000.00 ($5,604.55) $14,031.50 ($20,011.58) Total Contract Price $1,069,604.62 Total Cost of Work Completed $1,069,604.62 Less % Retained $0.00 Net Earned $1,069,604.62 Earned This Period $1,069,604.62 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 $1,069,604.62 Tuesday, September 9, 2025 Page 5 of 6 City Project Numbers 104100 Contract Name BONDS RANCH INDUSTRIAL Contract Limits Project Type DRAINAGE, PAVING & STREETLIGHTS Project Funding Project Manager NA Inspectors M.GLOVER / E.WALKER Contractor ARCO/MURRAY NATIONAL DALLAS, INC 4849 GREENVILLE AVE DALLAS , TX 75206 DOE Number 4100 Estimate Number I Payment Number I For Period Ending 8/29/2025 City Secretary Contract Number Contract Date Contract Time 90 WD Days Charged to Date 179 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 $1,069,604.62 Less % Retained $0.00 Net Earned $1,069,604.62 Earned This Period $1,069,604.62 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 $1,069,604.62 Tuesday, September 9, 2025 Page 6 of 6 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 Bonds Ranch Industrial CHANGE Water, Sewer, Paving, Drainage, and Street Lights I ORDER No: CFA22-0150 CITY PARTICIPATION: NO 104100 59410 1 I30114-0200431-104100-E07685 IX-27346 IK-2982 Eddie Walker Phone No: 469-658-5100 Ram Tiwari Phone No: 817-392-2237 I CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost $288,825.00 $0.00 $226,310.00 $0.00 $424,538.50 $0.00 $532,762.75 $0.00 $121,888.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 $288,825.00 $0.00 I $226,310.00 $0.00 $424,538.50 I $0.00 $532,762.75 I $0.00 I $121,888.00 $0.00 $9,600.00 $0.00 I $2,100.00 $0.00 I $2,000.00 $0.00 I $0.00 $0.00 I ($5,604.55) $0.00 $298,425.00 I $0.00 I $228,410.00 $0.00 I $426,538.50 $0.00 I $532,762.75 $0.00 I $116,283.45 $0.00 $298,425.00 $228,410.00 $426,538.50 $532,762.75 $116,283.45 Dev. Cost: $1,602,419.70 City Cost: $0.00 $1,602,419.70 (CONTRACT DAYS 90 90 0 90 REVIEWED By TiwariR at 11:30 am, Jul 24, 2025 Revised: 12-17-2018 Page 1 Docusign Envelope ID: 2347F4F6-9B4F-4847-A2FF-969AF903438D You are directed to make the folloWng changes in the contract documents: L12.2203 ITY BID ITEM PAY ITEM # # QUANTITY 4 1 3.00 CITY BID ITEM PAY ITEM # # QUANTITY 15' 241.2013 120 16' 241.2201 1 CITY BID ITEM PAY ITEM # # QUANTITY 4 3349.0003 (1) 5 3349.0004 1 CITY BID ITEM PAY ITEM # # QUANTITY 1 2605.3015 230 3 3441.1405 65 4 3341.1501 (1) 5 3341.1502 (1) 7 3341.1772 (1) Asterisk (') indicates New Pay Item UNIT I: WATER IMPROVEMENTS Developer UNIT ITEM DESCRIPTION CFW Unit Price UNIT PRICE Cost City Cost TOTAL EA 2" Water Service $3200.00 $9,600.00 $9,600.00 TOTAL UNIT 1: WATER IMPROVEMENTS 1 1 1 $9,600.00 1 $0.00 1 $9,600.00 UNIT II: SANITARY SEWER IMPROVEMENTS 1 Developer UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL LF Remove 8'/Sewer Line $5.00 $600.00 $600.00 EA Remove 4' Sewer Manhole $1500.00 $1,500.00 $1,500.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $2,100.00 $0.00 $2,100.00 UNIT III: DRAINAGE IMPROVEMENTS Developer UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL EA 6' Storm Junction Box $11500.00 ($11,500.001 ($11.500.00) EA 7' Storm Junction Box $13500.00 $13,500.00 $13,500.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $2.000.00 $0.00 $2,000.00 UNIT V: STREET LIGHTING IMPROVEMENTS Developer UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL LF 2" CONDT PVC SCH 80 M $27.11 $6,235.30 $6,235.30 LF NO 2 Insulated Elec Condr $7.79 $506.35 $506.35 EA Fumish/Install Ground Box Type B $3,370.00 ($3,370.00) ($3,370.00) EA Furnish/Install Ground Box Type B, w/Apron $3,370.00 ($3,370.00) ($3,370.00) Furnish/Install 240-480 Volt Single Phase Transocket Metered EA Pedestal $5606.20 ($5,606.20) ($5,606.20) TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS ($5,604.55) $0.00 ($5,604.55) REVIEWED By TiwariR at 11:30 am, Jul 24, 2025 Revised: 12-17-2018 Page 2 Docusign Envelope ID: 2347F4F6-9B4F-4847-A2FF-969AF903438D REASONS FOR CHANGE ORDER Sheets C-09 and C-10 show a total of three, 2" Irrigation services added to the water plan. Sheet C-17 added labels to more clearly call out the sewer demo, but there were no design changes. On Sheet C-29 there was a 6'x6' junction box that needed to be upsized to Tx7'. And on sheet C-44 and C-45, the lighting plan was updated because the service connection was reworked. RECOMMENDED: APPROVED: ��Q¢ APPROVED:) By: By: b ajlt� QU SI tIA. tUV aS(� c,V By: Name: Tvler Reeves, PE Name: Greg Bradley Name: Austin Brasher Title: Engineer Title: Developer Title: Contractor APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: By: By: By: N/A N/A N/A Name: Name: Name: Title: Title: Title: RECOMMENDED: CFW - 'Contract Compliance Manager ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible By: N/A for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Name: Jannette S. Goodall City Secretary 0 There are NO City Funds associated with this Contract Title: ❑ There are City Funds associated with this Contract M&C Number: M&C Date Approved: REVIEWED By TiwariR at 11:30 am, Jul 24, 2025 Revised: 12-17-2018 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Bonds Ranch Industrial CHANGE Water, Sewer, Pavinq, Drains e, and Street Liqhts ORDER No: CFA22-0150 CITY PARTICIPATION: NO 104100 59410 2 30114-0200431-104100-EO7685 X-27346 K-2982 Eddie Walker Phone No: 469-658-5100 Ram Tiwari Phone No: 817-392-2237 CONTRACT UNIT WATER SEWER DRAINAGE I PAVING I STREET LIGHTS CONTRACT Developer Developer l eveloper I(Developer I DAYS Cost City Cost Developer Cost City Cost Cost City Cost Cost ORIGINAL CONTRACT $288,825.00 $0.00 $226,310.00 $0.00 I $424,538.50 $0.00 $532,762.75 EXTRAS TO DATE $9,600.00 $0.00 $2,100.00 I $0.00 I $2,000.00 $D.OD I $0.00 CREDITS TO DATE $0.00 $0.00 1 $0.00 $0.00 $0.00 I $0.00 I $0.00 CONTRACT TO DATE $298,425.00 $0.00 $228,410.00 $0.00 $426,538.50 $0.00 I $532,762.75 AMOUNT OF PROP. CHANGE ORDER $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 REVISED CONTRACT AMOUNT $298,425.00 $0.00 I $228,410.00 I $0.00 $426,538.50 $0.00 $532,762.75 TOTAL REVISED CONTRACT AMOUNT PER UNIT $298,425.00 $228,410.00 REVISED COST SHARE Dev. Cost: $1,602,419.70 TOTAL REVISED CONTRACT City Cost: $1,602,419.70 City Cost Cost I $121,888.00 $0.00 $5,604.55 $116,283.45 $0.00 $116,283.45 $116,283.45 City Cost I $0.00 90 $0.00 $0.00 $0.00 90 $0.00 0 $0.00 90 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 62.75 $0.00 REVIEWED By TiwariR at 11:31 am, Jul 24, 2025 Revised: 12-17-2018 Page 1 Docusign Envelope ID: C2CD6005-31 FB-4FC4-A86B-6F97579A44BA REASONS FOR CHANGE ORDER The plan revision does not affect contract amount. Updated a label and added a structural detail for a concrete collar to be used to connect proposed storm to existing pipe outfalling out of a retaining wall on sheet C-29. RECOMMENDED: APPROVED: APPROVED: By: By. `" Nd bV'ajb-� 11/11/2024 1 %00 An y 11/11/2024 1 10:16 AM c Name: Tyler Reeves, PE Name: Greg Bradley Name: Austin Brasher Title: Engineer Title: Developer Title: Contractor APPROVAL RECOMMENDED: APPROVED: By: By: N/A Name: Name: Title: Title: RECOMMENDED: CFW - 'Contract Compliance Manager By: Name: Title: M&C Number: M&C Date Approved: APPROVED AS TO FORM AND LEGALITY: By: N/A N/A Name: Title: ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible N/A for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary 7There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract REVIEWED By TiwariR at 11:31 am, Jul 24, 2025 Revised: 12-17-2018 Page 3 IPROJECT NAME: I CONTRACT: ICFA# CITY PROJECT # I CITY SECRETARY CONTRACT # IFID# IX# (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 Bonds Ranch Industrial Water, Sewer, Paving, Drainage, and Street Lights CFA22-0150 I CITY PARTICIPATION:( 104100 59410 30114-0200431-104100-E07685 X-27346 K-2982 NO Eddie Walker Phone No: 469-658-5100 Ram Tiwari Phone No: 817-392-2237 WATER Developer Cost $288,825.00 $9,600.00 $0.00 $298,425.00 $0.00 $298,425.00 City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $298,425.00 Dev. Cost: CONTRACT UNIT CHANGE ORDER No: 3 DRAINAGE PAVING STREET LIGHTS Developer Developer Developer City Cost Cost City Cost Cost City Cost Cost City Cost $0.00 $424,538.50 $0.00 $532,762.75 $0.00 $121,888.00 $0.00 $0.00 $2,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ($5,604.55) $0.00 $0.00 $426,538.50 $0.00 $532,762.75 $0.00 $116,283.45 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $14,031.50 $0.00 $0.00 I $426,538.50 $0X0 $532,762.75 li $0.00 $130,314.95 $0.00 SEWER Developer Cost $226,310.00 $2,100.00 $0.00 $228,410.00 $0.00 $228,410.00 $228,410.00 $1,616,451.20 (CONTRACT DAYS 90 90 0 90 $426,538.50 $532,762.75 $130,314.95 City Cost: $0.00 MEN $1,616,451.20 REVIEWED By TiwariR at 11:32 am, Jul 24, 2025 Revised: 12-17-2018 Page 1 Docusign Envelope ID: 3E1B582D-E828-4C40-99EF-509976E53047 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 1 2605.3015 190 3 3441.1405 1140 Asterisk (*) indicates New Pay Item UNIT V: STREET LIGHTING IMPROVEMENTS Developer UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL LF 2" CONDT PVC SCH 80 (T) $27.11 $5,150.90 $5,150.90 LF NO 2 Insulated Elec Condr $7.79 $8,880.60 $8,880.60 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $14,031.50 $0.00 $14,031.50 REVIEWED By TiwariR at 11:32 am, Jul 24, 2025 Revised: 12-17-2018 Page 2 Docusign Envelope ID: 3E1B582D-E828-4C40-99EF-509976E53047 REASONS FOR CHANGE ORDER Sheets C-44 and C-45 were revised due to new lighting connection to adjacent property. RECOMMENDED: APPROVED: APPROVED: By: ,2 (' Bv: t /oVY� T�V'/A I t j^ hts{ L � r By: l b ASI Name: Tyler Reeves, PE Name: Greg Bradley Name: Austin Brasher Title: Enqineer Title: Developer Title: Contractor APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: By: By: By: N/A NIA NIA Name: Name: Name: Title: Tit] A: Title: RECOMMENDED: CFW- *Contract Compliance Manager ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible By: N/A for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Name: Jannette S. Goodall City Secretary r7l There are NO City Funds associated with this Contract Title: There are City Funds associated with this Contract M&C Number: M&C Date Approved: REVIEWED By TiwariR at 11:32 am, Jul 24, 2025 Revised: 12-17-2018 Page 3 PROJECT NAME: CONTRACT: CFA # (CITY PROJECT# CITY SECRETARY CONTRACT # IFID # IX# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT (EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE IAMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Bonds Ranch Industrial Water, Sewer, Paving, Drainarge, and Street Lights CFA22-0150 I CITY PARTICIPATION: 104100 59410 I30114-0200431-104100-E07685 IX-27346 IK-2982 Eddie Walker Phone No: Ram Tiwari Phone No: NO 469-658-5100 817-392-2237 CONTRACT UNIT WATER SEWER DRAINAGE Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost $288,825.00 $0.00 $226,310.00 $0.00 $424,538.50 $0.00 $9,600.00 $0.00 $2,100.00 $0.00 $2,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $298,425.00 $0.00 $228,410.00 $0.00 $426,538.50 $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $298,425.00 $0.00 I $228,410.00 $0.00 $426,538.50 $0.00 $298,425.00 $228,410.00 $426,538.50 Dev. Cost: $1,596,439.62 City Cost: $1,596,439.62 CHANGE ORDER No: 4 I PAVING STREET LIGHTS I CONTRACT Developer Developer DAYS Cost City Cost Cost City Cost $532,762.75 $0.00 $121,888.00 $0.00 $0.00 $0.00 $14,031.50 $0.00 $0.00 $0.00 ($5,604.5-5) $0.00 $532,762.75 $O.DO $130,314.95 50.00 ($20,011.58) $0.00 $0.00 $0.00 $512,751.17 $0.00 $130,314.95 $0.00 $512,751.17 $130,314.95 $0. 90 90 0 90 REVIEWED By TiwariR at 11:32 am, Jul 24, 2025 Revised: 12-17-2018 Page 1 Docusign Envelope ID: 260OA22B-88E3-46E3-A34C-D7COEEA12760 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 1 3291.0100 (84) 6 3211.0502 (334) 7 3211.0400 (3) 8 3212.0302 (334) 9 3212.0505 (334)1 16 241.1100 2448 1 Asterisk (') indicates New Pay Item UNIT IV: PAVING IMPROVEMENTS UNIT ITEM DESCRIPTION CY Topsoil SY 8" Lime Treatment TN Hydrated Lime SY 2" Asphalt Pvmt Type D SY 8" Asphalt Base Type B SF Remove Asphalt Pvmt TOTAL UNIT IV: PAVING IMPROVEMENTS Developer UNIT PRICE Cost $10.66 ($895.44) $3.75 ($1,252.50) $283.40 ($850.20) $18.14 ($6,058.76) $54.421 ($18,176.28) $2.951 $7,221.60 1$20,011.58) City Cost I TOTAL ($895.44) ($1,252.50) ($850.20) ($6,058.76) ($18,176.28) $7,221.60 $0.00 ($20,011.58) REVIEWED By TiwariR at 11:33 am, Jul 24, 2025 Revised: 12-17-2018 Page 2 Docusign Envelope ID: 2600A22B-88E3-46E3-A34C-D7COEEA12760 REASONS FOR CHANGE ORDER Sheets C-32 and C-33 were revised to remove an asphalt paving transition due to the adjacent property's construction. RECOMMENDED: By: Name: vier Reeves, PE Title: Engineer APPROVAL RECOMMENDED: By: N/A Name: Title: RECOMMENDED: CFW - *Contract Compliance Manager By: Name: Title: M&C Number: M&C Date Approved: APPROVED: APPROVED: By: L By: Aks `v' 15ro-S , r Name: Greq Bradley Name: Austin Brasher Title: Developer Title: Contractor APPROVED: APPROVED AS TO FORM AND LEGALITY: By: By: NIA NIA Name: Name: Title: Title: ATTEST * Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible N/A for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary M There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract REVIEWED By TiwariR at 11:33 am, Jul 24, 2025 Revised: 12-17-2018 Page 3 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: BOND RANCH INDUSTRIAL CITY PROJECT NUMBER: 104100 WATER PIPE LAID SIZE TYPE OF PIPE PVC 12" PVC LF 2162 FIRE HYDRANTS: 3 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 1.5" PVC 2 EA 2" PVC 4 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 6" PVC 38 PVC 8" PVC 1217 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 6" PVC 1 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 FORTWORTH, TRANSPORTATION AND PUBLIC WORKS August 29, 2025 ARCO MURRAY NATIONAL DALLAS, INC. 4925 GREENVILLE AVE. ST 915 DALLAS,TX 75206 RE: Acceptance Letter Project Name: BOND RANCH INDUSTRIAL Project Type: WATER,SEWER,DRAINAGE,PAVING STREET LIGHTING City Project No.: 104100 To Whom It May Concern: On August 5, 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 August 29, 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 August 29, 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 817.392.2237 . Sincerely, Ram Tiwari Ram Tiwari (Sep 10, 2025 13:50:43 CDT) Ram Tiwari, P.E. , Project Manager Cc: EDDIE WALKER, Inspector MIKE GLOVER, Inspection Supervisor DANIEL ROY, Senior Inspector ANDREW GOODMAN, Program Manager KIMLEY>HORN, Consultant ARCO MURRAY NATIONAL DALLAS,INC., Contractor ARCO DESIGN/BUILD BTS, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8j20J19 ,all Pav ng, I —LC 5890 East Berry Street Fort Worth, TX 76119 (817) 885-8080 www.dfw[)avinp-.com June 30, 2025 City of Fort Worth CFA Administration 200 Texas St. Fort Worth, TX 76102 RE: Bonds Ranch Industrial CFA# 22-0150 City Project # 104100 IPRC# 22-0088 COMPONENTS: Paving The purpose of this letter is to acknowledge that DFW Paving have been paid in full by Bonds Ranch Owner Il, LLC for the public improvements constructed to serve Bonds Ranch Industrial in Fort Worth, Texas. As a result, we hereby waive, release and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sinc ely, i' Raeni Norton, Chief Admin Officer HH ELECTRIC CO. Susie 1951 06/ 18/2025 City of Fort Worth CFA Administration 200 Texas St. Fort Worth, TX 76102 RE: Bonds Ranch Industrial CFA# 22-0150 City Project # 104100 IPRC# 22-0088 COMPONENTS: Street Lights The purpose of this letter is to acknowledge that Hurst Electric have been paid in full by Bonds Ranch Owner II, LLC for the public improvements constructed to Bonds Ranch Industrial in Fort Worth, Texas. As a result, we hereby waive, release and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sincerely, Eduardo Rojas Project Manager/ Engineer 1[4KENT COMPANIES July 7, 2025 City of Fort Worth CFA Administration 200 Texas St. Fort Worth, TX 76102 RE: Bonds Ranch Industrial CFA# 22-0150 City Project# 1041001PRC# 22-0088 COMPONENTS: Paving 830 East Valley Ridge Blvd. Lewisville, TX 75057 972.221,8113 The purpose of this letter is to acknowledge that Kent Company Texas, LLC have been paid in full by Bonds Ranch Owner II, LLC for the public improvements constructed to serve Bonds Ranch Industrial in Fort Worth, Texas. As a result, we hereby waive, release and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sincerely, " Alee-01" Wes Marek Commercial Division Manager KENTCOMPANIES,COM I Since 1957 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 IC 20 21 22 23 24 25 26 27 28 29 30 31 32 33 0062 19 - 1 MAINTENANCE BOND Page I of 3 BOND NUMBER: 108094622 SECTION 00 6219 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we ARCOlMurray National Dallas, Inc. nka ARCO! Murray National Dallas, LLC ,known as "Principal" herein and Travelers Casualty and Surety Companv of America, a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Bonds Ranch Owner 11, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of One Million Five Hundred Ninety Four Thousand Three Hundred Twenty Four and 25/100. Dollars ($1,594.324.25), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA22-0150; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 6th day of August, 2024, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from L- a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Bonds Ranch Industrial, and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period")-, and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bonds Ranch Indumrial CNN 104100 006219-2 MAINTENANCE BOND Page 2 of 3 I WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. t 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall h remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely I I noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in lG Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 22 23 CITY OF FORT wowni Bonilh Ranch Indmirial STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROff:f-rS CPN 104IM Rem d January 31. 2012 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 6th day of , gw 2024. ATTEST: (Principal) _ G.lfi. a <C'riuPP_r K��� Witness as to Princip _ CFIAie KILLIM&SJ0011111 ATTEST: (Surety) ecret y kehv� Witness as to SuretyE6k*Jj( /'1 Vl 1A V PRINCIPAL: ARCO 9w .o/OU�s/ c — ARCDMu DA—Ltz BY: ignature -, O `-L k 1 �„ l Name and Title Address: 4925 Greenville Ave Suite 915 DallasIX7-92M SURETY: Travelers Casualty and Surety CommanY of America j BY�_ 1w 7� Signature Roxanne Avila. Attorney -in -Fact Name and Title Address: One Tower Suuare Hanford, CT 06183 Telephone Number: 1-900-2.52-4633 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTI I STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bonds Ranch Induarial CPN IWIM Travelers Casualty and Surety Company of America TRAVELERS,- Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company _Farmington Casualtv Comoanv POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, St. Paul Fire and Marine Insurance Company,and Farmington Casualty Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Roxanne Avila of St. Louis MO their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge the following bond: Surety Bond No.; 108094622 Principal: ARCO/Murray National Dallas, Inc. nka ARCo/Murray National Dallas, LLC OR Obligee: Bonds Ranch Owner ll.LLC and City of Fort Worth, TX Project Description: Construction or community facilities in the City of Fort Worth by and through a Community Facilities Agreement. CFA Number CFA22-0153, Maintenance Bond IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. J�+•9� uw�w ! KkWFORO,i coy"''u 19 B�2i 0 State of Connecticut By: City of Hartford ss. Robert4_! Raney, Senior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. •�/`� My Commission expires the 30th day of June, 2026 —�i�G Anna P. Nowik, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of aulhonty may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wnfings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may detegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 6tn day of August , 2024. IIlIFTy�b �'ytY .��'�1•,% CASU,4(r A. RACONN.ONN. le niwwOpIpY,L"! �7t c`� 1 9 8 2 o ,Q C✓ ot V4; , Aa Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attomey, please calf us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. r This notice provides no coverage, nor does it change any policy terms. To determine the scope of coverage and the insured's rights and duties under the policy, read the entire policy carefully. For more information about the content of this notice, the ins ured should contact their agent or broker. If there is any conflict between the policy and this notice, the terms of the policy prevail. Have a complaint or need help? Texas Insurer And Insurance Department Contact Information Notice If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company. If you don't you may lose your right to appeal. Travelers To get information or file a complaint with your insurance company: Call: Consumer Affairs at 860.954.2382 Toll -free: 866.894,0687 Online: www.Travelers.com Email: Complaints@travelers.com. Mail: Consumer Affairs, One Tower Square, Hartford, CT 06183 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a questiom 1.800.252.3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtectian@tdi.texas.gov Mail: MC Ill-1ATexas, PO Box 149091, Austin, TX 78714-9091 Page 1 of 1 NIC-19023 Rev. 05.20 p 2020 The Travelers Indemnity Company. All rights reserved.