Loading...
HomeMy WebLinkAboutContract 52221-FP1 FORT WORTH., TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Secretary No:_52221-FP1 Date Received:Oct 14,2021 City Project Ns: CO2447 Regarding contract 52221 for FOREST PARK-ZOO CREEK DRAINAGE as required by the PARK& RECREATION DEPT, as approved by City Council on 05/17/2019 dirough M&C C-48433 the director of die PARK&RECREATION DEPT, upon the recommendation of the Assistant Director of die Transportation &Public kVorks Department has accepted the project as complete. Original Contract Prices: $2,886,564.50 Amount of Approved Change Orders: $313,762.50 Ns 1,2,3,4 I Revised ContractAmomit: $3,200,327.00 Total Cost Work Completed: $3,200,327.00 Less Deductions: Liquidated Damages: 0 Days @$650.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $3,200,327.00 Less Previous Payments: $3,040,310.65 Final Payment Due $160,016.35 --2'2�i David Creek(Oct 4,202112:43 CDT) Oct 4 2021 Recommended for Acceptance Date Asst. Director, PARK &RECREATION DEPT. �/GGI�G�,ZGtyGt�Gt ' Richard Zavala(Oct 4,202113:33 CDT) Oct 4,2021 Accepted Date Director, PARK& RECREATION DEPT. Client Department Valerie Washington(Oct 13,202118:52 CDT) Oct 13,2021 Asst, City Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX I� C4620 Signature Page I Contractor's Application for Payment Invoice No. 18 To(OnueQ City of Tort Worth rmuicing Period(From-To): 062521-07/131II Imui.Date: 7/13/2021 _ P.O. T`voso-0000002�30 1—(Cmtractod: Remit to(If Not Automatic Depssit): Number. NORTH TEXAS CONTRACTING,iNC. Nsrdv T<ms Contracting Inc. Conmctoes CFIV Vendor No.: 4999 Xelkellaakt Rd Proj,.e CO2447 0000031757 Keller.TX 76244 City Sec as)•cont—tNumber, 52221 Contra Forest PRrk-Zoo Creek Drainage Water and Server Improvements Number. Name: Application Forl?.) c l Change Order Summon• A trod Chan eOrders 1.ORIGINAL CONTRACT PRICE._.....-_----___.............................5 S2A86564.50 III Number Additions Deletions 2.Nel ehanee by Chants Orders._„........„................._.».......................S S313,762.50 ' 1 S353.040.00 S541,800.00 3.Current Contmet Pr(ec(Line132)..-.......____.__. ...5 S3,200,327.00 2 S618,345.00 S114,090.50 4.TOTAL COMPLETED AND STORED TO DATE 3 S168,309.00 (Progress Estimate,Comtructinn Allonance,od Change Orden)....... S S3,200,327.00 4 S219,173.00 S119.214.00 S.RETAINAGE: 5 a. X 53200.327.00 Work Completed....._„..S 6 b.[0% X Not Used S 7 e.Total Retaimtee(Line 5a+Line 5b)».......»..............S 8 6.AMOUNT ELIGIBLE TO DATE(Line4-Line Sel..........._........._...„S 53±00,327.00 TOTALS SI,088.867.00 IS775.10450 7,LESS PREVIOUS PAYMENTS(Line 6 room prior Application).........S S3,040.310.65 NET CHANGE BY S313,762.50 S.AMOUNT DUE THIS APPLICATION.........................................._S S160,016.35 CHANGE ORDERS 9.BALANCE TO FINISH,PLUS RETAINAGE (Column G no Progress Estimate+CA+CO.+Lt..Sabaso................S Contractor'.Ce lift-lop 10.CONTRACTTIbfE: The ContmctorcenifiessvithtlwmbmilulofUhsdau nlardmmciated Pa)ment Request Submittal a, Dap Annrded N/A on the City of Fon Worth B—system that to the best of their lawuledge:(1)all previom progress Total Approved CO ps)—ma,received from Ovmer-account ofWod:d..order the Contract have been applied on b. pals(Previous) WA ,count to disclurge Contractors Iegitimne obligations incurred in comeetion pith Wwk,eosered by priorApptications for Pa)mcnt;(2)title ofa111Vort:,materials and equipment incorporated insaid a, Total Day, N/A Wod;orother,%Ue limed in orcovered by this Application for Payment dill rum to Ossner at time of Total Previous (u)ment free and clear ofall Lieu.security interests and encumbrances(except such as are covered by d. Charged Days N/A a Bond secepuble to Owner indemnifying O%iwr against any s h Liens,security interest or er.umbranees);erd(3)all Rrod:comred by this Application far Pa)arvent is in accordance with the a. Current Days Charged N/A Contract Documents and is not da&etim Total Approved No r Charge Days N/A F Days Remaining N/A Curren)Re.,sled Dacus P.jcu team be ogsnJ slut due to various eheumstancu,dap pill no longer racked&LD's:sill not be applied on this pojnL Steven Lollar(Sep 7,2021 10:47 CDT) This document has been modified from its original form as an EJCDC document and the user did not highlight the ff I fIC I nym,� II I I ! I g Iva'���a � g'q m�.,pi��•N 15'f � kl°N�,'oi ..3i � a91� i8 �,�Ba,;I�z3�-.$tL^"gs..���slc,3`S�9IL'�iq���ss.��,_'� " •d �� o6P -:s 0633 n ; •�I�'I zL"ipQ�a'lo. ! ; f 8 n all y to Q)Q 33 e 3 3.� a a,,.2 i-" . �:3 d o m N w l^ I `Isla Lys- so i ( � G o �• I Tu.....ti�a-ues=�o_sss«�'BUa-�«e S2 E, d z= � ro (' �rI �lmrrm m1mmnn��nn�mn�m i t j � sc ti TI�nIGFn N 0 T T D�nDID TIN S s�ID"IDIt D D'D' l �Irn N N Z'r T T N G it , II Ili illl m 8 I g C a SSoS SS 8 ¢ £ri g 3 I I I Iol INI �S:I�yll IgI `:• ( i I I a 54 Im b,bos�oa000!o mi i�; Ia , �� � �I I a «ui«I «n«I « «I«««�«� ««� I # I « _ N sva � a'm a o'� n`n 5 B c NXI S.S$ os .... $ - ---III S 000. S'Soa000'oomS oo.o,8go ca i ) �« WIN _. f .8 S., Im � I li«INIIII � � � � � III Il Ioa oom S 8 N S o. - o,o o ss 1 I I a3. is I � k '2SCGIktt9�kiYtkl�� ���I`o3��S"I'�I'^I�6'C«' °�S p la o. ,a Slslols S lo�Im!o'o a o o olo oiMR.o. T 't oSSSl8ss`o'���ei 8 "'geSoo m ,� N H P ooao I i Slo oo ��xx��xxixxx�xlx��lxxje. :',�ix;xx:il�• x;R FY N u NO WINI+ VgINA WNW dPCt 43�8 C,N Pi�.� NAIWN� IyI C. !q' I �yC-I 1-1'gm'RIV' m'3 Af,l 4 m32 S 2. z,$ � g3 'a 6 I Ia�i��P� •�•� S & o z So3V�bI's'= @ , � �B II s SI _G= j Ia 8 33�IS8�6°g ,o2`AI�9$ a4lvAv w�S' ygxnN�o o1315x -SIN [i v���N��i4BN� �I� 5 i��.L pv n�o�R �I� Sao o I°e== =Yae=al � I+�ossl�shG�$ I � kl6Ab 8' Hgoe 3ao3p���3 I s pSa$ i w L'oe�o I { FF3 e g y 1p o u 3 �' I 99 d N. t n s I tj €�8€'88'•' ='999= BF��B�='--- ���.'=�w " RR9't:�to`u"'�3'�.. = n �z�c.-,=c.,...e��eUac� e,��sS&BeSaoa o��t:ke ❑�- s«A=s- asp __� 8� z � �1 mm��nn�n�11��nn �n y�y r �11 < m g r m m m m�•f Ir q N (n:�n� E� m m n D D,D DD DKTrI StZN'T<IKIr11NI >�'�ITlN1 yIK NiylyyT rily NNYl1���i11<KI�i <ri�DD�N.D.T TDID PISi n'ri, o F9 CD I I I o ggS�d SIkS 8k' 8 in Sls�s did SS8i8�Bfd 8dlo o { I to g 3 Y' I N oI I �7itt "K c� I Ig. olr I L a y - N N .N a� :N �d ? 3.z s z o',S o SURF g'8. 0 8.IS B�SIb I'ololo of R. 3 e u�Wl (ulu� ( I I Iul u I I N tt r�tt tt IH N S rrddoo ��IIS o.�S� 'o to olol'g 818�gIS�kkoiol I'g oi0000�g klkkkk kk{ J �YNAIe t �0 ''.b 8.q n S'S S 8 S 8 o S S 8.. I=g z d Ig o d o dlo o SiS d old o Iold 6� a,o Lg� i ► el i �o i Iu N ttNoo� xN le � k!a oss'o k� of � � I iolol I I I of I Io i z_ iol I I of I i r oo al ala i E o.n H.J. U. g'b"oo a',g'g o,S o e to o S'o S$Ig,g giglg S�k S - tz o :. pl Nld'gd �o "9a go' oIk' oklkklk 'k lokgloo'a�dk kk�o' olskko kk'g ( ' F a Ipl 8S8 gppgg'8pS $88 '�8 SAS ~ $I �:� mluxxxl_� � I xxxxl xx xxj 1. .i:+x x x �e N 00 d �\ I - a 2 3 - o oa b f ooa L� so �sesoo Q sIS ' ���g ea0.9AM'I NNY�xAgEGaa�ia j DI y " EI tv A 5 p !�1 av :a aasssau.1 o -s CA A 1II BSSSo a�$�oojom"' E.` 8$0o� ess 88 8 S8 o gSSIB oS888s$�$ ooS S0000�0 o� 81 ossss�s' '8 E s SSIs SSBoso8888 �o�oa$ofs' 3 ;ass p.�ass;�.." boo NOeo� o� bb$ o 3 -3 Els �s asNibssloosss SS8!soissBls sss88;g.8888Ss$slssss #�uiL !2 9 9�l"a4""u� I m m o's o� s$ ,o: Ioo sx oop ",os Q .0ns£ $oo !g11P o' ssu �sslssf�oo�o( lao to loin; bl� sssso(Isgoso s ' �j g oSy+ opIe 68 ss$$I glsslss ois'so$oI . ssl so `s8j i 'g �18 i8 88SSo8 8 8 S S � 88 S S SSoBS� � 800So { a ss � isoo�oisio olas'ssloi : s �0000i I'so 8888 g000 sss� .ao� ssN m��m doom sod ul �s�oo .11. olio so 6 dui �000aotgt,00aoo 's lssgsls''� sssbog 0l0! oases( lsssggS s sales j 9io''a - aeI�10 < sls o s Iglsls�s glo 0 ois I�ig s o ols{ ��s,gls i�s s sly. idols s s �sl$$o j I I g ! � I o$Ns s s k ion o ?o� ogss ogu g s�s�'sa s �Igro ss polo ► se sasses pools sgsos� isl$osoSgloolo R 9 P e { �Sg ''g'� 'SSo S88go� SSA'+ SSSgeo !y�pr N m x -;9;A;bgl i ` ;a �xx o�x�x! �gxal I�xxxx o 'o 12 bt > a �d il � o r a � 2 q J � ' 3 F� a fi g3�� A kk n Q C 09 I i 8'o$I$S8$e nn ��. u ► $�"o =IN�u oR� m IIw s I ► li � � l I aR ( IL g I 8 8 i8881 it o z I I l M N 5 'O $ I8 3 G o P 0 a nl8�e N ot3io p N I� 3 alb I - s o a z tv 1 I a� Ii a 8884 i� � I �g 7d 9 E c o _66 c I ( I c � I O � � b 2 d �n O a cola o� � 5 7Q n n N n � � 0 F � N 0 a' f7 a � Qm I I o e IG Izt '° ai a I I I I I III solo a � I J I I c pSa y n� " II I I I I III I II "to �� � � 11111 � 111 � 11141flf � l � IIo$ b p N pfl a 0 ri' cr:,NSti' a e ax'rxax x� w to cgc�ca'< n e I p1 S i a F O Y < � a � t17 o air I I i i I I �I to N 2d III III I �J�I� e�u . L� R a as I I i sl'Eu'suss81818 ITH 4 / ♦1 d I I n lillillill I lHll l l ! I ill Hill Hil e "* 0 0 8 , gug ;A o$ eD J A a_ e H A > w ao tv En I I j 1 i I lii n Z LS 2 $III��sls ag n s � I � y sa 2 $ I 8� S$is N 53 B j I I I I i I 3 m o 1 818�sisi o 2 W n* I I � I I�';I'I�g�'; mac• 00 b m a o ` � a i I � 'i I lip d �� � il ' ll�l I II III III �, II IIIICI . it � lil ICI li Il �lllill I I Ilii� l �IIII lil� � i IIII � III iil � IIIII lul ct. li I � � i I � ' I I II II lip ii II I ills IIHd I z it ill, I I � ' J I a k 3 a> a�a a Ti�;g ?rD OE t. O 'ad a A II O 8 z oh$�o$ssgoi$$�$ ss188889is1si8$$$8isa c $ I I I I I I ( is:$'$;SISIS Is $!S3.9 I$S SISI8I8$�8 `sue I > i s ss$sss$sI$sBSs�s's$'$ ^�� c $ I IIgggggg "3' a b m � n 0 cP€Pr P��Sc�co � .gy ^I ^^^^ c cl I a A Y r p 3 t.zy C 9 V o� gIt a sa p lol=u�9 k m �8o$ 8So,EIS�88"�° 88$08880,80,0�$8 a a n d y o w 0 i; 0 a O O O O O O W N N W N O O O O O O W N W W O O O O O O W N N W N co N O A m A W N(O A N O O W O O 0 0 0) C)0 O O 0) _O O N N En N En O O j 0 O O j In (7 N N N N N N 0 0 0 00 0 O O ID InO 0 0 0 0 0 `< W N N co m co N N co N o O O o o O O O O O In ID O O 0 0 0 0 0 In O O O 0 0 0 0 0 A A .p A A A A A A A A A A A A N j N W U1 N W 0 .W.. N W O In InW O O O O O N U1 cn N ul U1 Cn(11 UI U1 UI N (!7 (7)(II A A A A A J J J J J A A A A A A A A A A 0 a 0 0 0 0 0 0 0 0 O O O O O + O O O O O O O O O O -n O 0 0 0 0 C C 0 0 0 0 0 0 0 0 O O O O O 0 n CL N CD 0 0N 0,j NC7 CD 0N00 OOO OO N O 7 C N A A A A t? 3 AAAAA A J J J 7 J N J N J N N In O O O O 0 0 0 0 O CD O O O 41 W W O W W co W W W W O N rn (nrnOW) J CD 0) 0) 0)rnJ p'_ WO)rnrnJO W W W W W co 0) Go co m o 0 0 o co 4' o ul O O O O().) -) O i0 O O C,0 w N [n' 0 N (fly �(o , �� (0 O (0(o N Co (0 (o(D Co N O CO•• N III W W W ((o CD (o (o W O O O O O e1 !I O rfl � I O d I O o O 3, a I rP t, (o ❑ m CD a H UID � ti c, 3 m � � �' zb b C a 1 -- - - - -- - -- - — — `0 Q� .d 20 (n o ' N r+ O N � O O O O O N A "J v 0 � b ry. iz O 41 v m o O 111 I - I - -- - - - O OO O O O W NN W N O O O O O O W N�WAS O O O O C)O W Cl)OI W N W N(0 A 0) co N (O A 0) 0 0 0) 0 0 0 0 0)0 0 O O (5)0 0 CD CD O O CD j O C) C) j O I (� N N N N N N N N - N C:) O CD C) C) O O O O O 0 0 0 0 0 W N N co 0) W N N W 0) 00 0 0 0 0 0 00 0 0 0 WO NO NO WO 00 I n O O o O o 0 0 0 0 0 0 0 0 0 0 A A A A A A A A A A P A A A A N j w cn w N W N W p W .wi 0 0 V O O O O O O G1 N <11 CII U1 N N U) -4 N UI N UI N Ul V J V V J n V V V J V A A A A A A A A A A 0 A A A A A O O O O O O O O O O 0 0 0 0 0 p p 0 0 0 r 0 0 0 0 0 0 0 0 0 0 w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o al 0 C)C)C)C) 0 C)C�(�C)C o 0 0 0 CD C-) 0 I D 0 0 0 0 0 � A N A A S A A A A A W b 3 N .Np N N N S AA .pp AAAAA ! AAAAA AAAAA = p,I J J J �I J =' V V V J V V V V V V (p( 0 0 0 0 o Oi 0 0 0 0 0 0 0 0 0 0 0 0 wwww rnrnrnrnV rnrnrn co 0)-4 ry W 00) CO0 W CO N li CO W W W Co N Co Co O O W O O O O f� I,. i0 O Cl O w (WO c00 (0(00 N O c0 40 c0 A (p0 (0 (OD (00 W = N O (C) (0 (0 (0 O O T d O O O(C) O O O p O O O O O(D I O O � I 'T1 I O 't fJ ^ W � O O n 3 < d C (D c 3 O (D A d a N A � w U) CL MI w 3; < W O lV 00 O of N a O V 00 O O I O O N _ A I D o a; 0 z =j O C h O _ ---_—_—_ A C 110 I z m o 0 I I O O O O O O W N VI W N O O O O O O w 6 w w N � O O O O O O W N& A 6 A Q W N(o ) W N(O A Q) 0 0 0) O O O O O O O O O m O O CD O j O CD O(n O CD O N N .P N n N N -+� N N N — N O CD CD CD60000 O O O O O 00 N N w O) w N N 0o 0 co 0 0 0 0 0 0 0 0 0 0 O NO O WO C) O O O O O 0 0 0 0 0 O O O O O A A A A . A A A A A A A A A A is cn W W U) W N w W cn O wO p G+ O O O J J J U1 N(J)N ol V J V J J on J V V J J A A A A A A A .P4 A A A A A A A p 0 0 0 0 0 O O O O O O CD O CD 0 0 0 0 0 0 o o 0 0 0 0 0 0 o nl 00000 000ao i o000o i o.i P» o N .pNANNN NAAN NNN NN N JpNpA�,N b 3 N V N N V r J V V N V J I N caD .nw. C�nC�nnm i 0 ( ^C)nn0 (-)m nnnnm o 0 O D 00 00 oy 000000 orno mrnw w w 0)rn rn -4 'U rn rn N a 0) 0) +o Q WO au1 II O(O O(O WW CO o) 000 CO (O T p ii M OOO ; a vNN) 0 [ co(O (O o o o (O(O V(O c0 (o co co (o(0(o o(o TI i i 0 (D � n a71 aI O eD B o ID (o to ev to O CO W �/J CL eD CD o � CD i o'� b � 0 0 N �I b � z ry O .P A F+ v O I i+ f0 O O O O O O O W�71 N W N W N(0 A 0) O O 0) O O O O 0 O N N -+ -11 N O O O O O co N N co m uo 0 0 0 0 0 O O O O O A A A A A cn W U1 W y^ CDO O J r -Am C) A A A A A 0 o_ O_o C � on on N CD N N N N A A A A A '�? •' A A A A A O. FV N V V V V V --I CD Q C7nn C)o0 O O O O O W M O O_ m m m 0) OOOO W `� ::I. Vl® (0 c0 c0 ((b 7 P. N (C) O O O O O O O eD i I i "p7 O T l , O 0 o .y T 31 < G CD a w cn , 3 O Q O C \V O Oi O / ' 00 NO Q) O O A ty p O 01 7 C cn Q) a p .P .P r+ J O Efl N ZI 10 0 R O O O �1 O i CITY SECRETARY CONTRACT NO. oFw��\'v City of Fort Worth Change Order Request Project Narne: Forest Park-Zoo Creek Drainage Water&Sewer Improvemnets City Sec No.: 1 62221 ProjocINo.(s):J 56002 MD430 5470010 CO2447C017e3 5soa207004. DOE No. N A CityProj.No,:J CO2447 Project Description: repiacement,frelocatlon of a 24 maln,a 12 inch water service line,replacementlreloratlon of 8-inch sanitary sower main, Installation of drainage structures damifoodgate),and replacemenYiin stall ation of paving within Forest Park Contractor: North Texas Contracting Inc. Change Order# Date: 811412019 City Project Mgr.1 Bryan Lyness City Inspector: I Shawn Fargo Phone Number. 817-392-5728 Phone Number: 682-760-7105 Dept, Water Park& TpW Stormwater Totals Contract Time Recreation (Calendor days) Original Contract Amount 717,037.00 $689,527.50 1747000.00 2,886,56.4.50 270 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $717,037,00 $689,527.50 $1,480.000.00 $2,886,664,60 270 Amount of Proposed Change Order $7 240,00 54,000.00 •$11,240,00 030 Revised Contract Amount $724,277.00 $693,527.60 $1,480,000;00 $2,897,804.69 300 F ;r]'!��' r Original Funds Available for Change 0rdersT• r 65 $200,000.00 Z5S $�. Remaining Funds Available for this COJRS12.00 $2 7'"' •(�;r _ 1 Additional Funding(if necessary) CHANGE ORDERS fo DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT =`'.0.39;�,';,ti;i.' 'd V / � cr,� MAX ALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+ 0 art f :tUS11Ft 6 }..FOWCliA�ll3 FR •. ..... r` �J. This change order is to document project adjustments that have been discussed at the Initial construction site meeting on 7131/19. Th ' changes Include the fallowing: 1. Change CLSM to CSS on sections of 24",12"water and 8"Sanitary Sewer-no change In unit price,as shown on the attached revised sheets. 2, Changing CLSM to acceptable backfIll on sections of 24"water and 0"sanitary sewer. Reducing quantity paid for under the exisitng CLSM bid Items,and providing for bid items for each utility with acceptable backfill, , 3. Addition of 4 "Manhole-Major Adjustment with Frame and Cover"to remove the existing manhole cones and to provide for new cones, rims,30"Water Tight Hinged Manhole Frarne,Cover,and Grade Rings per Detall 33 0513-D008,Sheet C3,6,as shown on the attached revised plans,and 4 additional concrete collars per details 33 0513•D010 or 33 0513-DO12 for final adjustments to proposed pavement. Permanent pavement repair is not part of this bid item as permanent pavernent is provided under existing pay items. „p 4. Adjust the size of the 10"water meter vault to accomodate the OMNI F2 meter. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or Incidental to,the above Change Order. 1.0 . Re�resefltaltvP 5lgriatti b ".a North Texas Contracting Inc. Steven Lollar 0-Z It i IirSf r DatePARR Prolt�l;t pate . BAR ' r Shawn Fargo a )a-25-11 Bryan Lynes d $s Scott Penn -- A•r l9'i1'DJ f:(r .D). Nut tNRitej R t l Rstn'` W 1 1Fi td 1_ ' .. i tom.: Joel McElhany 11n Kasavich r s,fe S-K 1 f f 4 114 Tony Sholola T 11 by 19 AssjIgiil�Irep1, " aterf�el?11 +Date= Asltr)t' %jyAlt DatQ�tl,`�IX�: eft. Laura Wilson T.t, 'r 1,Id 1r Doug Black 1t ( Femando Cos � Ig Cauricll:Aatioli'If R uirii 1 ' J M&C Number NIA M&C Date Approved I NIAlL _ till' G _....__. _3 IFQ -a- WOR'11711 City of Fort Worth Change Order Additions Project Name Forest Park-Zoo Creek Drainage Water&Bower Im rovemnals City Sec No.: 5222 Project No,(s): 5800?.0600430 5470010 CO2447 C01783 56002 0700430 5470010 DOE No.[ A�� City Proj,No.: rCO2 Project replacement/relocation of a 24 main,a 12 inch wator service line,replacemenllrelocation of 0-inch sanitary sewer main, Description Installation of drainage structures(damlfloodgate),and replacomentlinstallation of paving within Forest Park Contractor Norih Texas ConUocting Inc, I Change Order=l Date; 4 20 9 City Project Mgr. Ban Lynoss Cily Inspeclor FShawnFargo ADDITIONS .M -DESCRIPTION DEPT Oty Unit Unit Cost I Total 1-38 24"DIP Water Pipe(Restrained Joink) (A(Acceptable ac I ater 230.00 LF $ 450.00 T75-3,665.65 U1-39 24"DIP Water Pipe(Restralne oink (CSS Bac 61) Water 360.00 LF $ 500.00 180,000.00 -UT-TO— 0'Water Meter Vaull(incr6asea Size for Omni F2 Meter Water 1.00 EA 42.600.00 F 42,600.00 OT-7-Vadical tie down -a oc C 24" 5D Bond(CIP w Re ar net change) Water 4. EA 1 2,785.00 $ 11,140.00 r2l Concrete Collar Park&Recrea 4.0 EA 260.00 $ 1,000.00 3305,0106,Manhole-Major Adjustment with Frame and over Park&Recrea 4,00 _ EA $ 5,000.00 $ 20,000.00 8"PVC SDR-26 Sewer pe, ccepta a Bac i I Park&Recrea 340.00 LF $ 250.00 $ 85,000.00 8"P SDR-26 Sewer Pipe,CSS Backfill Park&Recrea 3 6. LF $ 300.00 109,800,00 Water !$2�1 37,240,00 Park&Recreation 5.800.00TPW Stormwater Additions Sub Total 3,040.00 Page 2 of 4 Ir O RT WO R'r City of Fort Worth Change Order Deletions Project Name I Forest Park-Zoo Creek Drainage Water&Sewer Improvemnets City Sec No.: 52221 Project No.(s); DOE No. N/A City Pro].No.: CO2447 Project Description replacement/relocatlon of a 24 main,a 12 inch water service line,replacementlrelocation of 8-Inch sanitary sewer main,installation of drainage sVuctures (dam/floodgate),and re IacemenVinstallation of paving within Forest Park Contractor North Texas ConVacting Inc. Change Order: = Date 8/1412019 City Project Mgr. Bryan Lyness City Inspector: Shawn Fargo DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 2a 24"DIP Water Pipe(Restrained Joints) (CLSM) Water 590.00 LF $ 500.00 $ 295,000.00 12 10"Water Meter Vault Water 1.00 EA $ 35,000.00 $ 35,000.00 2 8"PVC SDR-26 Sewer Pipe,CLSM Backfill Park&Recreation 706.00 LF $ 300.00 $ 211.800.00 Water $330,000.00 Park&Recreation $211,800.00 TPW Stormwater Deletions Sub Total 1$541,800.00 Page 3 of 4 -"- M/WBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total :00 Previous Change Orders COB DATE AMOUNT Total �U•UD Page 4 of 4 Contract Compliance Manager By signing I aclmowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Si tore -e,.5 Name of mployee Title • ��I�I���;u��l�,t��c;.F�fra�� . a� CITY SECRETARY,. RECENED, `nVIPACTNO. NOV 2 6,2019 FORT W®RTH City of Fort Worth CI CUYSLCRETORT11Wi Change Order Request Project Name: Forest Park•Zoo Creek Drainage Water&Sewer Improvemnots Clly Sec No.: _ 62221 Project No.(s);I DOE No. N/A City Prej.No.: CO2447 Project Deacdption: replacemenl/relocation of a 24 main,a 121nch water service line,replacemenllrelocallon of 8-inch sanitary sewer mnin, Installation of drainage structures(damlfloodgate),and replace men III nstallallon of paving within Forest Park e Contractor:[ North Texas Contracting Inc, Change Order# �^ 2 �� Dale: 9f2672019 City ProjectMgr.1 f3ryanLyness City Inspector: I Shaun Fargo Phone Number: 817-392.6728 Phona Number:f 682-760.7195 Dept, Water Park&Recreation TPW Stormwater Totals Contract Time (Calonderdays) Original Contract Amount $717,037.00 689.527.50 $1,480,000,00 2,886,56 ,50 270 Extras to Date $7,240.00 $4,000.00 $11,240,00 030 Credits to Dale Pending Change Orders(in M&C Process) contract Cost to Dale $724,277.00 $693,527.50 $1,480,000.00 $2,897,804.50 300 Amount of Propose Change Order $34,264.50 34,26 .60 015 - RevisedConlractAmount 724,277.00 727.782.00 1,480,OOD.00 $2,932,059.OD 3 5. OR)'/y Original FundsAvallable for Change Orders $35 852.00 $200,000,00 $235,852.00 Remaining Funds Available for this CO $28,612.00 J $196,000.00 $224 612.00 Additional Funding(It necessary) t L! CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 1,58°1° MAXALLOWABLE CONTRA CTAMOUNT(ORIGINAL CONTRACT COST+25%) $3,608,205.63 Jll$TIFICATION(REASONS)FOR CHANGE ORDER _; 'r" — ry �' a" This change order is to document project adjustments that have been discussed at the Initial construction site meeting on 9126/19, These changes Include the follovAng: 1. Remove 173 LF of 8°PVC SDR-26 Sewer Pipe and CLSM Backfill from Installation,and replace with 165'of Cased Sewer Bore w/Carder Pipe,in order to minimize the Impact to existing trees&to avoid guy vdres that are in direct conflict with the Sewer line, a� 2. Remove 4260 BY of 6"Lime Troatment&78,30 tons of Hydrated Unne Material from Installation. ' 3. Add 253 SF of 5°lhlcic Mow Strip at the base of the floodwall(dam)for the same unit cost of 5"Concrete Sidewalk($5.00ISF), .. i 4. Add 970 LF of 6"CONDT PVC SCH 80(T)to account for 2 extra runs of eleclrlcal conduit required by ONCOR for electrical transmission and �, I additional communication lines, i�•r ti . C`r It is understood and agreed that the acceptance of ihls Change Order by the contractor constitutes an accord and satisfaction and represents payment In full(hogs time and money)for all costs adsing out of,or incidental to,the above Change Order. Contra0-16r keptesentetive SAC nature• me. .- North Texas Contracting Inc, Steven Lollar !I�7�— _ Inspector Date Project Manager Dness 3= Sham Fargo �i.... 10 a.8—J Bryan L y i PregramManage Dale AssIMPI Diraclat(P R_ t __ Scott Penn ,� ' a Joel McElhany t-i AssislanlCity- Qme Dale AsslslaritCityMan� r Dore . Doug Black ( Fernando i Council Action If Re ulred M&C Number N A M&C Dale Approved CITY SECRETARY FT. WORTH,TX 17«>1ia7 VV- ORT11i City of Fort Worth -_•�:_1� Change Order Additions Project Name Forest Park-Zoo Creek Drainage Water&Sewer Im rovemnets City Sec No.: 52221 Project No.(s): DOE No. N A City Proj.No.: CO2447 Project replacemenUrelocatlon of a 24 main,a 12 Inch water service line,replacemenUrelocallon of 8-Inch sanitary sewer main,installation of Description drainage structures(dam/floodgate),and replacemenlhnslallalion of paving within Forest Park Contractor North Texas Contracting Inc. Change Order: l Date: 9126/2019 City Project Mgr, I Bryan L ness City Inspector I Shawn Fargo ADDITIONS —IT OESCRIPTIUN DEPT City Unit Unit Cost Total no tl em Cased Sewer Bore w Carr er Pipe Park&Recreation 173.00 F $ 7 0.00 122,830.00 71•15 5" ow Strip Park&Recreation 253.00 SF $ 5.00 $ 1,265.00 3 11 6"CO DT PVC SCH 80(T) Park&Recreation 910.00 LF $ 25.00 $ 24,250.00 Water Park&Recreation $148,345.00 TPW Slormwater Additions Sub Total $148,345.00 Page 2 of 4 I City of Fort Worth Change Order Deletions Project Name Forest Part(-Zoo Creek Drainage Water&Sewer Improyemnels City Sec No.: 52221 Project No,(s): DOE No. N/A City Pro).No.: CO2447 Project Description replacemenUrelocation of a 24 main,a 12 Inch water service line,replacementlrelocatlon of 8-inch sanitary sewer main,installation of drainage structures(damlfloodgate),and replacementfinstallation of paving within Forest Park Contractor North Texas Contracting Inc. Change Order: [E Date 9126/2019 City Project Mgr. Bryan Lyness City Inspector; I Shawn Fargo DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 72-2 8"PVC SDR-26 Sewer Pipe,CLSM Backfill Park&Recreation 173.00 LF $ 300,00 $ 51,900.00 U4-7 Hydrated Lima Park&Recreation 9.91 TN $ 200.00 $ 1,982.00 U4-8 6"Lime Treatment Park&Recreation 550.00 SY $ 15,0D $ 8,250.00 Al-12 Hydrated Lime Park&Recreation 5.45 TN $ 200,00 $ 1,090.00 Al-13 6"Lime Treatment Park&Recreation 284.00 SY $ 20.00 $ 5,680.00 A2-5 Hydrated Lime Park&Recreation 38.99 TN $ 175.00 $ 6,823.26 A2-6 6"Lime Treatment Park&Recreation 2.185.00 SY $ 10.00 $ 21,850.00 A33 Hydrated Lime Park&Recreation 24.03 TN $ 175.00 $ 4,206.26 A3 4 6"Lime Treatment Park&Recreation 1231.00 SY $ 10.00 $ 12,310.00 Water Park&Recreation $114,090,50 TPW Slormwater Page 3 of 4 Deletions Sub Total 1$114.090.50 MMBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co# DATE AMOUNT Total $0,00 Page 4 of 4 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. �6fuml Lq Ae-O/ Nan le of Em loyee/Signatur Title ❑ This form is N/A as No City Funds are associated with this Contract Printed Name Signature UE'iICgAL Wi:F 0V_ k B V SECRE rARV t-)'. WORTH, �'3�: CSC No. 52221-0O3 Tcowr W(>xzx" City of Fort Worth Change Order Request Project Name;1 Forest Park-Zoo Creak Drainage Water&Sewer Inhproyemnels �� City Sec No.. 52221 Project No.(s):l 56002 0600430 C01783 DOE No, N/A CityPfo),No,:l CO2447 Project Description: Drainage,24-Inch,12-inch water maln relocations and 8-inch sanitary sewer main relocations Contractor: North Texas Contracting,Inc. Change Order It Dale: 4/8/2040 City Project Mgr. Join Kasavic i City Inspector: I Shawn Fargo Phone Number: 817 392 5728 Phone Number: 682-760.7195 Dent. Water Park&Recreation 'fPW Stomhwater Totals Contract Time (Calonder(lays) Original Contract Amount $717,037.00 $689,62750 $1,480,000.00 $2,886,564.50 270 Extras to Dale 7.240. 00 $38,254.50 $0.00 $45,494.50 045 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $724,277.00 $727,782.00 $1,480,000.00 $2,932,059.00 315 Amount of Proposed Change Order 168,309.00 0.00 0.00 186,309,00 122 Revised Contract Amount $892,587,00 $727,782.00 1,180,000.00 $3, 00,368.00 437 Original Funds Available for Change Orders $35,852.00 $200,000.00 $235,862.00 Remaining Funds Available for this CO $28,612.00 $161,745.50 $190,357.60 Additional Funding(if necessary) $139,697.00 1 $139,697.00 CHANGE ORDERS fo DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 7.41% MAXALLOWABLE CONTRACTAMOUNT(ORIGINAL CONTRACT COST+25%) $3,608,205.63 JUS F ATIO (REASONS)FOR CHANGE ORDER Subsequent to beginning construction of the project,it was determined that the city standard 10-Inch meter vault is insufficient in size to house the 10-Inch water meter that serves the Fort Worth Zoo,Change Order No,3 will provide the following pay items for construction of the adequately sized vault:Water meter reimbursement,10- inch water metervault,demobilization and remobilization for the time period to design the vault and traffic control maintenance for the time period the contractor demobilized from the project site. Staff recommends the approval of an additiona1122 calendar days on the change order. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment In full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Contractor Name C_onlractor SI nature Date North Texas Contracting,Inc, I Zach Fuslllier 4/0/2020 Inspector Dale Pro'ecl Mana er Date -� r __ �Y:art•�zl — Dlreclor(1Nalor De t Date_ Construction Supervisor TPW) Date —r, S n+ay�,zozo Wade Miller 04/00/20 Islam Cil AttorneyDale Assistant City Manager Dole i —May11 2020 " $` ,,,,.,,, May 11,2020 Council Aelion(I equlred) M&C Number 20 025?. M&C Dale Approved 4/7/2020 I FORT WORTI-3 City of Fort Worth Change Order Additions Project Name Forest Park-Zoo Creek Drainage Water&Sewer Improvemnels City Sec No.: 52221 Project No.(s): 56002 0600430 C01783 DOE No, N/A City Proj.No.; CO2447 Project Drainage,24-Inch,12-Inch water main relocations and 8-inch sanitary sewer main relocations Description Contractor North Texas Contracting,Inc. Change Order: r_� Dale: 4/8/2020 City Project Mgr. Bryan Lyness City Inspector Shawn Fargo ADDITIONS pEK-RIFT ON. DE:PT .'Qty Unit Unit(3ost '= Total 32 Traffic Control(Dec,Jan,Feb&March)(UNIT 1) Water 4.00 EA $ 10,000.00 $ 40,000.00 42 1 Demobillzalion and Remobllization Water 1.00 -Ls $ 41,578.00 $ 41,578.00 43 JDemo&haul off installed meter vault Water 1.00 LS $ 8,125.00 $ 8,125.00 44 Water Meter Reimbursement Water 1.00 EA $ 15,906.00 $ 15,906.00 45 New CIP 10"F2 Water Meter Vault Water 1.00 LS T 58,700.00 $ 58,700.00 46 Water Vault Design Water 1.00 LS $ 4,000.00 $ 4,000.00 Water $168,309,00 Park&Recreation TPW Stormwater Additions Sub Total 1$168,309.00 Page 2 of 4 P,-F WO P,-r M. City of Fort Worth Change Order Deletions Project Name Forest Park-Zoo Creek Drainage Water&Sewer Improvemnets City Sec No,: 52221 Project No.(s): 660020600430 C01783 DOE No, N/A City Proj,No.: CO2447 Project Description Drainage,24 inch, 12-inch water main relocations and 8-inch sanitary sewer main relocations Contractor North Texas Contracting,Inc. Change Order: M Date 4/8/2020 City Project Mgr, Bryan Lyness City Inspector: Shawn Fargo —� DELETIONS U i ITEM;DESCRIPTION DEPT Qty i Oltl nt'C t Total os Water Park&Recreation TPW Stormwater Page 3 of 4 Deletions Sub Total MNVBE Breakdown for this Change Order uV16t1b= y T e ofService Amount for;fhis CO = �_ Yp Total $0 00 Previous Change Orders U = - Total - Page 4 of 4 Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Signature J�,1�11 �• �F�GL✓i c�N Name ofBrnployee Title ATTEST: — (4419PP�r Mary J, Kayser City Secretary City Of Fohl Woltlh CSC No.52221-CO4 Change Orden Request Project Name: Forest Park-Zoo Creek Drainage Water&Sewer Improvemnets City Sec No.: 52221 Project No.(s):[ CO2447 FW Zoo Drainage Improvements DOE No. N/A City Proj.No,: CO2447 Project Drainage and Paving Improvements,with Utility relocations(24 inch water water, 12-inch water service, 8-inch sanitary Description: sewer main relocation) Contractor: North Texas Contacting Inc. Change Order 11 Date: L 12/712020 City Project Mgr.[ Bryan Lyness City Inspector: Shawn Fargo Phone Number:1 817-392.5728 Phone Number:[ 682-760.7195 Dept. Water Pat-k&Recreation TPW Stormwater Totals Contract Time (Calender days) Original Contract Amount $ 717,037.00 $ 689,527.50 $ 1,480,000.00 $ 2,886,564.50 270 Extras to Date $ 175,549.W $ 38,254.50 $ $ 213,803,50 167 Credits to Date $ $ $ $ Pending Change Orders(in M&C Process) $ $ - $ $ Contract Cost to Date $ 892,586.00 $ 727,782.00 $ 1 480,000.00 $ 3,100,368,00 437 Amount of Proposed Change Order $ 6,600.00 $ 106 559.00 $ $ 99,959,00 150 Revised Contract Amount $ 885,986.00 $ 834,341.00 $ 1,480,000.00 $ 3,200,327.00 587 Original Funds Available for Change Orders $ 35,852.00 $ 200,000.00 $ $ 235,852.00 Remaining Funds Available for this CO $ - $ 161,745,50 $ ti 161,745.50 Additional Funding(if necessary) $ - $ - $ $ - CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) JUSTIFICATION(REASONS)FOR CHANGE ORDER Change Order#4 for this project is for adjustments that have been discussed at various Site[Weekly meetings.These changes include the following: 1.Added additional traffic control. 2.Added quantity for vacuum test on third MH. 3.Added quantity for curb along park drive. 4.Added quantity for epoxy MH liner on MH located in existing paved area. 5.Added quantity for 7"pavement to extend pavement at Zoo gate entrance. 6.Added pay item for guard posts at Zoo gale entrance. 7.Revised costs for change to electrical conduit installation(boring instead of open trench cut). 8.Add pay item for wheel stops in parking areas without curb. 9.Added quantities for barrier free curb ramps. 10.Added pay item for undermining along park drive. 11.Added pay item for sidewalk railing. 12.Deleted quantity of curb from Unit 1—Water. 13.Removed line items for Construction Allowance(traded for traffic control) 14.Removed trees. 15.Removed quantities for pavement line items. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Contractor Name __Co raV Signature Date JE North Texas Contracting Inc. Steven Lollar Inspector(TPW) Inspector Supervisor Date Pro ect Mane er(PARD) Date Shawn Fargo -- - -w e Dec 23,2020 Bryan Lyness, RLA Dec 23,2020 Capital Projects Manager(PARD) Date Director(PARD) Date Joel McElhany, RLA Dec 23,2020 Richard Zavalar""`t "r — Dec 23,2020 Assistant City Attorney Date Assistant City Manager Date Doug Black- - ,,,,,,:-7 Dec 23,2020 Valerie Washington - -- G Dec 28 2020 Council Action If Required) OFFICIAL RECORD M&C Number N/A M&C Date Approved CITY SECRETARY FT.WORTH, TX F6R-r Woo,T 1� City of Fort Worth Change Order Additions Project Name Forest Park-Zoo Creek Drainage Water&Sewer Im rovemnets City Sec No.: F7PP-171 Project No.(s): CO2447 Fort Worth I DOE No. N/A City Proj.No.: CO2447 Project Drainage and Paving Improvements,with Utility relocations(24 inch water water,12-inch water service,8-inch sanitary sewer main Description relocation) Contractor North Texas Contracting Inc. Change Order: ® Date: 12/7/2020 City Project Mgr. Bryan Lyness City Inspector I Shawn Fargo ADDITIONS C IPTION DEPT Qty Unit Unit Cost Total U1-32 Traffic Control(UNIT 1) Water 1.00 EA $ 10,000.00 $ 10,000.0( U2-5 Manhole Vacuum Testing(UNIT 2) Park&Recreation 1.00 EA $ 200.00 $ 200.0( U2-8 Epoxy Manhole Liner(UNIT 2) Park&Recreation 5.60 LF $ 275.00 $ 1,540.0( U2-18 6"Concrete Curb&Gutter(UNIT 2) Park&Recreation 35.00 LF $ 50.00 $ 1,750.0( N/A Traffic Control(UNIT 2) Park&Recreation 1.00 EA $ 10,000.00 $ 10,000.0( U3-11 Revised Electrical Conduit Design(UNITS) Park&Recreation 1.00 LS $ 111,900.00 S 111,900.0( N/A Tie-in Existing Retaining Wall at Creek(UNIT 3) Park&Recreation 1.00 LS $ 500.00 $ 500.0( U4-9 7"Conc Pvmt(UNIT A4) Park&Recreation 82.00 SY $ 45.00 $ 3,690.0( NIA Guard Posts at Zoo Fence Entry Gale(UNIT 4) Park&Recreation 5.00 EA $ 1,200.00 $ 6,000.0( N/A Added Trees(Labor Only Price w/bubblers)(UNIT 4) Park&Recreation 1.00 LS $ 17,200.00 $ 17,200.0( N/A Undermining Roadway at Creek Crossing(UNIT AI) Park&Recreation 1.00 LS $ 13,433.00 $ 13,433.0( N/A Single ADA Ramps(UNIT A2) Park&Recreation 2.00 EA $ 2,500.00 $ 5,000.0( N/A Wheelstops-Parking Areas without Curb(UNIT A2) Park&Recreation 20.00 EA $ 150.00 $ 3,000.0( A3-7 6"Concrete Curb&Gutter(UNIT A3) Park&Recreation 76.00 LF $ 10.00 $ 760.0( NIA Singla ADA Ramps(UNITA3) Park&Recreation 2.00 EA $ 2,500.00 S 5,000.0( NIA Single ADA Ramps wl Curb Demo(UNITA3) Park&Recreation 4.00 EA $ 3,250.00 S 13,000.0( N/A Double ADA Ramps(UNIT A3) Park&Recreation 1.00 EA $ 4,500.00 $ 4,500.0( N/A Added Sidewalk Rall-Ramp Section(UNITA4) Park&Recreation 1.00 LS 1 S 11,700.00 $ 11,700.0( Water $10,000.00 Park&Recreation $209,173.00 TPW Stormwater Additions Sub Total $219,173.00 )T"'C?� -is cAo'h=-rr-xd City o Ford VVoklh _-- -. Change Order Deletions Project Name Forest Park-Zoo Creek Drainage Water&Sewer Improvemnets -� City Sec No.: 52221 Project No.(s): CO2447 FW Zoo Drainage Improvements DOE No. N/A City Proj.No.: CO2447 Project Description Drainage and Paving Improvements,with Utility relocations(24 inch water water, 12-inch water service,8-inch sanitary sewer main relocation) Contractor North Texas Contracting Inc. Change Order: ® Date 12/712020 City Project Mgr. I Bryan Lyness City Inspector: r Shawn Fargo DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total U1-16 CONC PVMT REPAIR RESIDENTIAL e Water 44.00 SY $ 125.00 $ 5,500.00 U1-29 6"CONCRETE CURB&GUTTER Water 22.00 LF $ 50.00 $ 1,100.00 U1-33 CONSTRUCTION ALLOWANCE Water 1.00 LS $ 10,000.00 $ 10,000.00 U2-3 PRE-CCTV INSPECTION Park&Recreation 1.00 LS $ 304.00 $ 304.00 U2-7 CONCRETE COLLARS(CO1) Park&Recreation 4.00 EA $ 250.00 $ 1,000.00 U2-21 CONSTRUCTION ALLOWANCE Park&Recreation 1.00 LS $ 10,000.00 $ 10,000.00 U3-11 6"CONDT PVC SCH 80(ORIG QUANT&CO2 QUANT) Park&Recreation 1940.00 LF $ 25.00 $ 48,500.00 U4-6 CONC PVMT REPAIR ARTERIAL/INDUSTRIAL Park&Recreation 11.00 SY $ 200.00 $ 2,200.00 1-14-13 2-INCH CALIPER EASTERN RED CEDAR Park&Recreation 6.00 JEA $ 750.00 $ 4,500.00 1-14-14 3-INCH CALIPER LIVE OAK(CATHEDRAL) Park&Recreation 9.00 EA $ 1,000.00 $ 9,000.00 U4.15 3-INCH CALIPER YAUPON HOLLY(MALE) Park&Recreation 4.00 EA $ 700.00 $ 2,800.00 1-14.16 3-INCH CALIPER YAUON HOLLY(FEMALE) Park&Recreation 6.00 EA $ 700.00 $ 4,200.00 UA4.2 5"CONCRETE SIDEWALK Park&Recreation 4022.00 SF $ 5.00 $ 20,110.00 Water $16,600.00 Park&Recreation $102,614.00 TPW Stormwater Deletions Sub Total $119,214.00 MMSE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co# DATE AMOUNT Total $0.00 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Bryan Lyness/ V� Name of Employee/Signature Landscape Architect Title This form is N/A as No City Funds are associated with this contract Printed Name/Signature �00000 F°�ORr00 �a��d 0 P l.° °°°0��1 d Attested by: ° 14 4�ab Mary J.Kayser City Secretary OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Forest-Park Zoo Creels Drainage Water and Sewer Improvements PROJECT NUMBER: CO2447 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF American steel.Line A 24" Ductile Iron C-303 590 American steel.Line B 12" Ductile Iron 126 FIRE HYDRANTS: VALVES(16" OR LARGER) 2 PIPE ABANDONED SIZE TYPE OF PIPE LF X-12967 24" CIP 520 Unknown 12" Ductile iron 27 DENSITIES: NEW SERVICES: N/A SEWER PIPE LAID SIZE TYPE OF PIPE LF American Eagle-SS-1 8" Pvc-Sdr-26 706 PIPE ABANDONED SIZE TYPE OF PIPE LF M-78 X-12958 8" Metal 136 M-78 X-12958 8" Pvc 171 DENSITIES: NEW SERVICES: N/A TRANSPORTATION AND PUBLIC WORKS The City of Fort Wordi• 1000 Throclunorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS 8-16-2021 North Texas Contracting 4419 Keller Hicks Keller,Tx. 76244 RE: Acceptance Letter Project Name: Forest Park-Zoo Creek Project Type: water,sewer,storm and PARD City Project No.: CO2447 To Whom It May Concern: On 6-22-2021 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 8-15-2021 . 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 8-15-2021,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- 392-5728. Sincerely, T4�' Bryan Lyness, Project Manager Cc: Shawn Fargo, Inspector Wade Miller, Inspection Supervisor Ariel Duarte , Senior Inspector Joel McElhany, Program Manager Johnathan, Dunaway, Consultant North Texas Contracting, Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Before&After Photos Rev.8/20/19 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No SU1157025 PROJECT: (name, addreSS)Fort Worth Zoo Creek Drainage Improvements Fort Worth,TX TO (Owner) (— ARCHITECT'S PROJECT NO: CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorton Street Fort Worth Zoo Creek Drainage Improvements(CP#CO2447) Fort Worth TX 76102 -J CONTRACT DATE: 3/5/2019 CONTRACTOR:NORTH TEXAS CONTRACTING, INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the there insert name and address of Surety Company) ARCH INSURANCE COMPANY Harborside 3,210 Hudson Street, Suite 300 Jersey City NJ 07311-1107 , SURETY COMPANY on bond of there insert name and address of Contractor) NORTH TEXAS CONTRACTING, INC. 4999 Keller Haslet Rd. , CONTRACTOR, Keller TX 76248 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) CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 7th day of July, 2021 ARCH INSURANCE COMPANY Surety Company Attest: / �," ( �•5 GLw`'7-4 (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title 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 ` AIC 0000329394 This Power of Attorney hintits the acts of those natned herein,and they have no authority to bind the Company except in the manner and to the extent herein stated 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,Ricardo J.Reynn,Robbi Morales,Sophinie Hunter,Tina McEwan and Tonie Petranek of Dallas,TX (EACH) its true and lawful Attomey(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 Ninen_Million Dollars 190.000 000.001. 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 December I I,2020,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 Attomey 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 December 11,2020: 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 December 11,2020,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 6th day of 3anuarv,2021 Attested and Certified �� � /� Arch Insurance Company � �07j WKtt)1tItYE 'O t� SEM Regan A. Shulman, Secretary ¢ 1971 Stephen C. Ruschak, Executive Vice President STATE OF PENNSYLVANIA SS Its O COUNTY OF PHILADELPHIA SS 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 die Arch Insurance Company,a Corporation organized and existing under the laws ofthe 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. Ca+rsoMNiexT+tosrcnrsrwtwu► "OrARtAL SEA hlltq[1.E iRWW.Hoary Abtk / Cky of mud+ 4,PhV• C--y Michele Tripodi,Notary Public AVca oksw[xfttrs pity 31,Tilt My commission expires 07/31/2021 CERTIFICATION 1,Regan A.Shulman Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated Januan 6.2021 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. LY TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this/7�th,daay of July 2021 A . Regan A. Shulman, Secretary This Power of Attomey 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. �� C PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: rg p Arch Insurance—Surety Division 3 Parkway,Suite 1500 Wrus)11ATE 'd Philadelphia,PA 19102 y SEAL X1977 113100 To verify 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. 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 Steven Lollar, Project Manager of North Texas Contracting, 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; Fort Worth Zoo Creek Drainage, Water& Sewer 1wrovements C0( 2447) BY teven Lollar/Project Manager Subscribed and sworn before me on this date, 25111 of August,2021. 1\o�trir y Public +11l111��� Tarrant, TX ,�%"O UEL MAN o. ,1 O ..... *: co i,,O, o f08 J`0'0```a. � � \ 0 E 0 D ' \ 0 2.e. 77 o _ � Ll - < 2 5 o k | ` % / / ' � r .. .. . . { x§. . �•® �� 2 2 � 0 _ Ll - _� � - o o ! • IN .. A A • i 1 41 f i 1 , J _ I � r�r� �� ITS F •' _ �� ir I � O \z/zz To) �, Q 1 o p (7 O .� -0 o m c o � ; o (D v o 0 cQ Z3CD . X- a v : m o v r m (zn3 m o ° v 620 an 3 O (D ' (D ID77 (D _ O y O O r I Q 00 _ - Jv (D C r t G (D (n O - Q Q (D O O (D O .. (C) a _0 0 r 0 � zT (D � f (D O (n D O ^ S3 I MR, •. ; • HYf di.:lwl i }` e e 'A 1�•r• grx • ,gg i.' r • loo -. M1 it ni' � ,��' �► -�.. " 1 I ALA.7 tii!: 3� �.i,,i" ,•�< is a 77 r • . m 1 1 . 1 1 . + 1 � 1 • — 9i • • • F - �'? ".. �1(,S.S' ��».,^: '��. n` L •yam•. x r 9r (D O u)(2). �_ O O v v v ZT '—' 0 O- D 00 O Z TI � 1 ?4 � 3 O Q Q O r MM i +a . O O 00 0 (D 77 + 0 (D N �' •'I � T i O (D O � � h . a Q 4 x 0 (n •- 1 'I '1 (D O O to O O _ v ON (D G � • 1 �` eaJ � � � � 4r' • f. 1hh I ��Y Ly 1.W • R {�I ...1�' • _ _ _ • • • 'f `�}{; .�.�'�i` ____ :ram- • • �' • • 'y:. 4m All R fir" Ll o 1 1 • - .M. ; p e�• R • t C � 1 c .z(: •1 .''l .. •:a:�' � OFF � r ,��• r . 1 ,Y • • 1 • zT 77 L r .: '•� � � - ..you-'"�*"S•5*c- r! +yam+tk,-''-" �?` ,. '� •� ,'1` ►i. • �. • key p r � • • r + - • 1 • • 1 • 1 • 4 /, r 1 r l + ik .. '"•a '� - Y � t a • • 'y • 1 low • • it • - • 1 • ail' 1 • dly -._ _ + ' • • a - 4C- - • 7. 1 �{ • s� � ,. ;� •iE•r��i - _ «: ''fir `.�` �t, fT 4� • LI • 'it� - f • 111 �� . • • { '� PIP • y. • 4 F. 1 1 v } 4 • • ..�~• 4 • SIy r_ .s Ik JIM p O pO D Z. a(Q a(Q (D v n - -- v 0 -1 1 p D T� " Z 2 a = a7 _ = —. = — p (D O (D pT D N (Q O _L a (n a (D (D @ N - N O O f O O r m (D ' o m p � � a v , (D n OLl - = 0 ,i = 0 iN l r a @ a 4 111� 1 F - �d i 1- �. �.,? ! 1 . ; 1 • �. ���� � - 1 • • r. 4 • • • � ? �� � � ■. �� � .�. • • � ■� 1 • + =.� � -... 1 �: _ • . ._ R- �._, �� � .. ,.i .r.: - �Fl 1 K� .. ,u t 1 .� ..:�-��. I. • 1 .. �., �.�� -rip�• � 1 � ,l� 1 - =Ja - _- ..Y rt�• ��F, .fir � �,:. . .�� � ' ! ;� .. '�!' } 1 �R� � ; ,i L ��� •�r 1 � _:- -.. 1 � 1 !: 1 ,( • 1 111 - 1 _ i_�� � ��i :� ' P. i � *' ■�1 x tt� � '.]. L. 1 � • •�•1 . . . �� '�:�r. � . 1 � � : ��-. t� i .� 1 �- �. 1 . , 1 ,� �- L. 0 a ,fir. '•; , .. i•' .rr ? All. r • .. �' fir. f'. • . .. 'lip - r ! y O —a� �� y _ 0 IV y-• W _Ll (C) (D O Q O O , O O �, s � � (n ' N f+M. O 00 (n (D (D (D (n (D 0 (n (OD O ((DD O O O (Q ((DD O z O (n - i - v � � v - Q � Q =� o a o D cQ D m O m O + � h m N v O O O cn r n � ''ti11i I a ' (n o �' T ...'(- 0 =` (D O 2w .i r • 1 • 1 • I r � 1 rR- • • �ri.i ICI � • i �.�pp" �• :a 1. cn ma 4 '+'. 1 �}��'1 qL]f ��• F i 'Yr 1� r. ''r• .9 ..� r, NO 44 �� , ti • i �LL • • r ��t. • • ti•..� c• i% f+ E ti zT ;• r' ;. • Y' 1 • • • �. • • ?4 • Ilk • • ,r 1 r � 7 • 1 1 � :ti � .l•. r"� • • 1 c � 'r, r` , `' • • zT x ry. • zTlie- p • ".rt 1 Ot • - 1 ;' •k�;ti'' .R Q O N /1 it n O � p r• hr i Q p Q O0 (n N Q N Q O _ .-t ;r o • " :� I � • _ �f .fir ,y. . . • ' .. , •� I . �! ev3_':' .die. - Y •-- Aoi • a' • Z3f ., � Sl yr `` • .,1 s ,;_ -� - • R y,� • yjp � . • l ..S , Milk 0 VIP. R � III 1 ' • • .. • �w ST;.r 'aid r r CO 0 : p a v ... Q(C) — xis n (D a) v O : — p 0 Q D O 00 (Q N 77 N � 2 m 3 , cn a v m t - i N co — 00 n :- 0 O_ 0 00 Q Y L� v � o o 0o a � m � Q Q C: 4 !y O O N Z -1 O D �. Z3 D O (a _ I (a 00 Ir O o " -1 p O f• Z2 . (D -0 �. �� —h O = O !y 0 0 . N o 3 z3 O o ;. n o n Q Q O O — � M Q O - (Q 77 0 (D 0 (D (D 0 �� m a) (C) �!y s P4 - s (D N v .' fit. v ( O _¢ (DO O � y (� = C) Q o i�'" O (D ::r its•. 00 Q S, (D 0 a y 0. 0 ZD3 -0 tom, _ I �4. 3 (c) Y p (D - - n 0• ;fir O rs ^ _ar lV - Y � r &je OPP— We- �� - r �r 't - f•'+lrrf+I .r I. i li = Q 0 O O �. O O O � O O � O � O � r i f F e i 4 v Q (C) O J (D Z3 1 v 0 ` 0 (o - 1 0 I f O n , • O O D (Q