Loading...
HomeMy WebLinkAboutContract 54041-FP1FORT WORTH, PARK & RECREATION DEPARTMENT NOTICE OF PROJECT COMPLETION CSC No. 54041-FP1 City Secretary No:_54041 Date Received: 05/30/23 City Project Ns: C 01196 Regarding contract 54041 for Riverside Community Park Phase 1 as required by the PARK & RECREATION DEPARTMENT as approved by City Council on 5/19/2020 through M&C 20-0349 the director of the PARK & RECREATION DEPARTMENT upon the recommendation of the Assistant Director of the Park & Recreation Department has accepted the project as complete. Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Recommended for Acce pta nce Asst. Director, PARK & RECREATION DEPARTMENT Accepted Director, PARK & RECREATION DEPARTMENT Client Department • 6.4� Valerie Wwl ingten-(Mag30, 202315:31 CDT) Asst. City Manager $1,867,855.00 $69,467.20 Ns 4 $1,937,322.20 0 Days @ $650.00/ Day $0.00 $1,937322.20 $1,840,456.09 $96,866.11 May 26, 2023 Date May 30, 2023 Date May 30, 2023 Date Comments: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-R7)n ginnRturP Pane Contractor's Application for Payment Invoice No. FINAL To (owner) City of Fort Worth Invoicing Period (From - To): Invoice Date: 12/02/2022-05/ 18/2023 5/ 18/2023 P. 0. FW080-0000005470 From (Contractor): Remit to ( If Not Automatic Deposit): Number: NORTHSTAR CONSTRUCTION LLC Project. C01196 Contractor'sCFW Vendor No.: 0000009565 City secretary Cm54041 ` ° et RIVERSIDE COMMUNITY PARK PHASE I IMPROVEMENTS Nuumber:ber: Name: Application For Payment Change Order Summary Approved Change Orders Number Additions Deletions 1 $109,647.00 $112,000.00 2 $45,677.20 3 $94.069.00 $115,806.00 4 $47,880.00 5 6 7 8 TOTALS NET CHANGE BY CHANGE ORDERS $297,273.20 $227,806.00 $69,467.20 Contractor's Certification The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work. materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Oichagl ,4. Agimligh Michael A. Heimlich (May 25, 2023 10:19 CDT) I. ORIGINAL CONTRACT PRICE............................................................ $ $1,867,855.00 Z. Net change by Change Orders................................................................... $ $69,467.20 3. Current Contract Price (Line 1 t 2).......................................................... $ $1,937,322.20 4. TOTAL COMPLETED AND STORED TO DATE (Progress Estimate, Construction Allowance and Change Orders)...... $ $1,937,322.20 S. RETAINAGE: a. X $1,937,322.20 NVork Completed .......... $ b. X Not Used $ c. Total Retainage (Line 5a + Line 5b)................................ $ S. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c).............................. $ $1,937,322.20 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)........ $ $1,840,456.09 i. AMOUNT DUE THIS APPLICATION................................................... $ $96,866.11 1. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + COs + Line 5 above) .............. $ 10. CONTRACT TIME: a, Days Awarded 180 b, Days Added by CO 240 C. Total Days 420 Consent of Surety d Days Charged 420 Affidavit of Bills Paid C. Days Remaining This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 S\gnature Page er d\d not h\gh\r ecuklof\ meat and t ounce\ pr\Or to \ts ex an GDGa onsu\tLe9a\ C \na\ {orm dp0urnen 'as pare{u\\y an od\{\eed � mead t e \s documen o al e e�aura9 moc\rf�catrons C-620 Unit Price Progress Estimate Progress Estimate Ciry$—tiny 54041 Contractor's Application Contmd Num M I I I I5/18/2023 ®®® ® �'- - •. —����1330rrrrrrrr 1 rrrrrrrr rr rrrrrrrr .. rrrrrrrr 47485 rrrrrrrr 141000000000 1475 rrrrrrrr 1 rrrrrrrr r rrrrrrrr rrrrrrrr 200000000 200000000 rrrrrrrr 1 rrrrrrrr rrrrrrrr rrrrrrrr rrrrrrrr rrrrrrrr 1 rrrrrrrr .r rrrrrrrr 1 rrrrrrrr 2200000000 1 rrrrrrrr rrrrrrrr 1 rrrrrrrr rrrrrrrr 1 rrrrrrrrrr--®�- rrrrrrrr rrrrrrrr rrrrrrrr rrrrrrrr 1 rrrrrrrr 320 rrrrrrrr rrrrrrrr rrrrrr O:��-- $35,910rr '.35,91000--��— '.. rrr 0 0 '. rr rr-- $13,32000-- '. :.. r rr— '. •. rrr-- $22,125 rr-- $35,000 rr-- $ .rrr-- $F5 rrr rr-- Asphalt Resurfacing $6 rrr TO $226,100 rr Asphalt •. Parking A -. —® Concrete P Parking A _. —® $13,320 rr '. :.. rrr — Pedestrian Paving a.-w Ilks — IN . ... - '. •. rrr $22,12500 — �Pos and Cable Fence Landscape Boulders . Riv-r ., $35,000 rr $ .r rr — .. c- .. —® — $15,00000 — ®Accessible Picnic Table $3,500 rr --®�— ®Standard Picnic Table $3,36000 --®�— :- - —� $12,60000 --®�— ® . Pavilion.. $52,00000 --®�— �: - - —� $ rrr --®�— ® � - - —® $ rrr rr --®�— •. .. - —® $ r rrr rr $11,000rr '. 0,00000 '. rrrrr-- '. .rrrr-- $32,400— $ rrr rr-- $1,10006 $7,50006 $$rrrrr--��— '. r rrr rr--— '. .r rrr 00 — •... Concrete Border - Ramp ......1 — �•...und SubsurfaceDrainage $ .rrrr $32,40000 — ®•. ®Steel Removeable Bollards $ rrr rr $1,10000 — ®Concrete Wheel Stops Securityg and ElectricalService $7,500rr $$rrrrr ® -- •,- - - -. - —�1 Paving g and Striping '. r rrr rr '. .r rrr rr ®Water • BioRetention Areas,.. - Protection —® Pavilion Lighting. - Service - •. —®1 $6 rrr rr �--®�— ® .. -y ......1 $12,00000 --®�— ® •-. .- —�220 $11,00000 --®�— ..-: Grooves) —® $2, rrr rr --®�— ®T Undercran, $1,300rr --®�— �.aw To;.,h.Concrete Curb $2,24000 --®�— Multi Use Court - Full Court Upgrade ®". Pedestrian..- Abutments —® -- — ®'Concrete Trail Extensions.-.. . Bollards —® - - ----- ------- - ----- ------- - ----- ------- - ----- ------- - ----- ------- - ----- ------- - ----- ------- - ----- ------- ------- - ----- d ., document has been mortified from as —ginal form as an EJCDC document avd the user drd not lugbhght the morh5cahons Yon are evcoumged to read the documwt carefully avd consult Legal Counsel prmr torts execution Progress Estimate Change Order Number I 1 C-620 Change Order Contractor's Application ADDITIONS For (contract) C01196 RIVERSIDE COMMUNITY PARK PHASE I IMPROVEMENTS City Secretary 54041 Contract Num Application Number FINAL Application Period 12/02/2022-05/18/2023 Application Date 5/18/2023 A B C D E F Item CO Quantity to Add Unit Price Addition Change Order Value Estimated QuantityPrev�onsly Installed Value Installed Value Value This Period Materials Presently Stored (not C) Total Completed and Stored to Date +E) N. H) B Balance to Finish (B - F) Change Order Itan No Description Specification Section No Unit of Measure 1 REMOVE EXISTING PAVING ASPHALT RESURACING EROSION CONTROL & TEMP CONST FACILITIES ASPHALT PAVING CONCRETE PAVING - PARKING AREAS PEDESTRIAN PAVING AND SIDEWALK 18" CONCREPERIBBON CURB POST & CABLE FENCE LANDSCAPE BOULDERS & RIVER ROCK BERMUDA SOD TEMPORARY IRRIGATION ACCESSIBLE PICNIC TABLE 2 00E+00 BENCHES 24'X24' PAVILION WITH SLAB BIKE RACK SET DREVI{ING FOUNTAIN WITH WATER SERVICE PLAYGROUND EQUIPMENT PLAYGROUND CONCRETE BORDER PLAYGROUND SUBSURFACE DRAINAGE PLAYGROUND MUTCH SURFACING STEEL REMOVEABLE BOLLARDS CONCRETE WHEEL STOPS SECURITY LIGHTING & ELECTRICAL SERVICE STEEL PIPE SECURITY FENCE & GATE PAVING MARKING & SIGNAGE WATER QUALITY BMP ELECTRICAL SERVICE, SECURITY & PAVILION LIGHTING NEW CURBS AT SOUTH PARKING LOT CONSTRUCTION ALLOWANCE CONSTRUCTION SURVEYING & STAKING SIGNAGE ALLOWANCE RETAINING WALL AT SIDEWALK TRAIL CROSSING TRAIL UNDERDRAIN 6" SAWTOOTH CONCRETE CURB PEDESTRIAN BRIDGE WITH ABUTMENTS CONCRETE TRAIL EXTENSIONS W/UNDERDRAINS & BOLLA SY 133000000000 $130 $1,72900 133000000000 $1,72900 $1,72900 $3,500 00 $11,305 00 $666 00 $28,491 00 $1,72900 1000% 2 SF 6180 00000000 $0 20 $1,236 00 $1,236 00 3 LS 100000000 $3,500 00 $3,500 00 1 00000000 $3,500 00 $3,500 00 1000% 4 SF 32300 00000000 $0 35 $11,305 00 32300 00000000 $11,305 00 $11,305 00 1000% 5 SF 1665 00000000 $0 40 $666 00 1665 00000000 $666 00 $666 00 1000% 6 SF 52735 00000000 $0 60 $31,641 00 47485 00000000 $28,491 00 $28,491 00 90 0% $3,150 00 7 LF 1410 00000000 $2 00 $2,820 00 1410 00000000 $2,820 00 $2,820 00 $2,820 00 1000% 8 LF 1475 00000000 $0 80 $1,180 00 1475 00000000 $1,180 00 $1,180 00 $1,180 00 1000% 9 LS 100000000 $1,80000 $1,80000 100000000 $1,80000 $1,80000 $1,80000 1000% 10 SF 77750 00000000 $0 04 $3,110 00 77750 00000000 $3,110 00 $3,110 00 $3,110 00 1000% 11 LS 100000000 $1,000 00 $1,000 00 1 00000000 $1,000 00 $1,000 00 $1,000 00 1000% 12 EA 200000000 $80 00 $160 00 200000000 $160 00 $160 00 $160 00 1000% 13 EA 1 200000000 $70 00 $140 00 200000000 $140 00 $140 00 $140 00 1000% 14 EA 700000000 $100 00 $700 00 700000000 $700 00 $700 00 $700 00 1000% 15 EA 100000000 $3,000 00 $3,000 00 1 00000000 $3,000 00 $3,000 00 $3,000 00 1000% 16 EA 200000000 $40 00 $80 00 200000000 $80 00 $80 00 $80 00 1000% 17 EA 100000000 $1,500001 $1,500 00 1 00000000 $1,500 00 $1,500 00 $1,500 00 1000% 18 EA 100000000 $5,500 00 $5,500 00 1 00000000 $5,500 00 $5,500 00 $5,500 00 1000% 19 LS 100000000 $600 00 $600 00 1 00000000 $600 00 $600 00 $600 00 100 0% 20 LS 100000000 $600 00 $600 00 1 00000000 $600 00 $600 00 $600 00 1000% 21 CY 360 00000000 $5 00 $1,80000 360 00000000 $100 00 $1,800 00 $1,80000 1000% 22 LS 100000000 $500 00 $500 00 1 00000000 $500 00 $500 00 $500 00 1000% 23 EA 22 00000000 $2 00 $44 00 22 00000000 $44 00 $44 00 $44 00 1000% 24 LS 100000000 $400 00 $400 00 1 00000000 1 $400 00 $400 00 $400 00 1000% 25 EA 100000000 $1,200 00 $1,200 00 1 00000000 $1,200 00 $1,200 00 $1,200 00 1000% 26 LS 1 00000000 $500 00 $500 00 1 00000000 $500 00 $500 00 $9,000 00 $500 00 1000% 27 LS 100000000 $9,000 00 $9,000 00 1 00000000 $9,000 00 $9,000 00 1000% 28 LS 100000000 $2,300 00 $2,300 00 1 00000000 $2,300 00 $2,300 00 $2,300 00 1000% 29 LS 1 100000000 $300 00 $300 00 1 00000000 $300 00 $300 00 $600 00 $1,540 00 $300 00 1000% 30 EA 100000000 31 EA 100000000 $600 00 $600001 1 00000000 $600 00 $600 00 1000% 32 LS 100000000 $200 00 $200 00 $200 00 33 FF 220 00000000 $7 00 $1,540 00 220 00000000 $1,540 00 $1,540 00 1000% 34 LS 100000000 $100 00 $100 00 1 00000000 $100 00 $100 00 $100 00 1000% 35 EA 100000000 $100 00 $100 00 1 00000000 $100 00 $100 00 $100 00 1000% 36 LF 320 00000000 $0 30 $96 00 320 00000000 $96 00 $96 00 $96 00 1000% A8 LS 1 100000000 $10,50000 $10,500001 100000000 $10,50000 $10,50000 $10,50000 1000% Al2 LS 100000000 $8,200 00 $8,200 00 1 00000000 $8,200 00 $8,200 00 $8,200 00 1000% Totals $109,647.00 $105,061.001 $105,061.00 $105,061.00 95 8% $4,586.00 This document has been modified from its original fo= as an EJCDC document and the user did not highlight the modifications Yon are encouraged to read the document carefully and consult Legal Counsel prior to its execution C-620 Change Order Progress Estimate Change Order Number 1 2 ADDITIONS Contractor's Application For (contract) ,6PJVERS11DE CONMUNITY PARK PHASE I IMPROVEMENTS54041 Contract Num Application Period i i i i5/18/2023 Order Value Balance to Finish Concrete Toe Ddh Paint Existing Light Poles This document has been modified from its original torm as an EJCDC document and the user did not highlight the modifications You are encouraged to read the document carefully and consult Legal Counsel prior to its execution C-620 Change Order Progress Estimate Change Order Number 1 2 Contractor's Application DELETIONS For (contract) C01196 RIVERSII)E COMMUNITY PARK PHASE I IMPROVEMENTS Application Number FINAL Application Period 12/02/2022-05/18/2023 Application Date 5/18/2023 A B C D E F Item CO Quantity to Delete Unit Price Deletion Change Order Value Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used Change Order Item No Description Specification Section No Unit ofMeasure Totals This document has been modified from its original torm as an EJCDC document and the user did not highlight the modifications You are encouraged to read the document caretully and consult Legal Counsel prior to its execution C-620 Change Order Progress Estimate Change Order Number 1 3 Contractor's Application ADDITIONS For (contract) C01196 RIVERSIDE COMMUNITY PARK PHASE I IMPROVEMENTS cuy Secretary 54041 Contract Num ApphentumNumber FINAL Apphcntum Permd 12/02/2022-05/18/2023 Apphentum Date 5/18/2023 A B C D E F Item CO Quanhry to Add LoutPnce Addmov Change Order Value Estnnated Quantity Installed Value Prevmusly Installed Value Value Thus Permd Mztenals Presently Stored(notm C) Total Completed and Stored to Dale (D+E) (F) B Balance to Fm.h (B -F) Change Order Item No Des—lumn Specdicahon Section No Umt ofMeasure 34 Benches ReconstructNorth Parking lot 1 woth 6" remforced Concrete Reconstruct Playground Pinking Lot 2 with 6" remforced concrete Adjust sanitary sewer manhole to approach to parking lot # 3 Ea 1 00000000 $1,900 00 $1,900 00 1 00000000 $1,900 00 $45,272 00 $1,900 00 $45,272 00 $42,642 00 $465 00 $1,900 00 100 0% 3 1 LS 1 00000000 $45,272 00 $45,272001 1 00000000 $45,272 00 100 0% 3 2 LS 1 00000000 $42,642 00 $42,642 00 1 00000000 $42,642 00 $42,642 00 100 0% 3 3 LS 1 00000000 $465 00 $465 00 1 00000000 $465 00 $465 00 100 0% 34 Install4 each tea 2rrary battery controlled nn atmn vales LS 1 00000000 $1,470 00 $1,470 00 1 00000000 $1,470 00 $1,470 00 $1,470 00 100 0% 3 5 Install dromage swale on south sole ofplayground LS 1 00000000 $775 00 $775 00 1 00000000 $775 00 $775 00 $775 00 100 0% 36 Repav/strmghten 8"bollards around pmk.g lots LS 1 00000000 $1,545 00 $1,545 00 1 00000000 $1,545 00 $1,545 00 $1,545 00 100 0% This document has been moddied from its ongmal form as on EJCDC document and the user dol not hmhhght the moddiestu ns You are encouraged to rend the document carefully and consult Legal Counsel prmr to its execution C-620 Change Order Progress Estimate Change Order Number 1 3 Contractor's Application DELETIONS For(contract) C01196 RIVERSIDE COMMUNITY PARK PHASE I IMPROVEMENTS ApphczhonNumber FINAL Apphczhon P—od 12/02/2022-05/18/2023 Apphoazmu Daze 5/18/2023 A B C D E F Item CO Quanhty to Delete Umt P,— Delehon Change Order Value Not Used Not Used Not Used Not Used Not Used Not Used Not Used Not Used Change Order Item No Descnphom Specd—uut Sed—No Uvrt of Measure 118 onstrmdout allowance LS 100000000 $50,000 00 $50,000 00 119 Souup Allowance LS 100000000 $5,200 00 $5,200 00 1 02 Asphalt Resurfumg SF 6180 00000000 $4 20 $25,956 00 106 Pedestnan Paving Sodewalks SF 525000000000 $660 $34,65000 This document has been mod,5ed from rts ongmal form as on EJCDC document and the user did or hughhght the mod,fi—o s You are encouraged to read the document carefully and consult Legal Counsel poor to rts execution O_620 Change Order not 5+ghl'g5t tTe C document ar+d the usel P'' orto o execution ival forn+�""�CDJ o=nitLeg"l Cou edfro+ edo tcazefully Tn+s Jvc"m'uYov are encouragedm ce mod+fical+m C-620 Change Order Progress Estimate Change Order Number 1 4 Contractor's Application ADDITIONS To,(emtraet) C01196 RIVERSIDE COMMUNITY PARK PHASE I IMPROVEMENTS cuySeeretary 54041 Comtraet Num AppheutumNumber FINAL Appheutu m Permd 12/02/2022-05/18/2023 Appheutmm Daze 5/18/2023 A B C D E F Item Quanhry to Add Uvrt Pnce Addmom Change Order Value Estnnated Quoutrty Installed Value Prevmusly Installed Value Value Thus Penod mote —Is Presently Stored (not ,v C) Total Completed and Stored to Dale (D+E) % (F) B Balanee to Fm.h (B -F) Change Order Item No Descnphom speed—umCO Seehom No Uvrt ofMeasure 41 Motul.. on LS 100000000 $4,505 00 $4,505 00 1 00000000 $4,505 00 $4,505 00 $4,505 00 100 0% 42 D. Work LS 100000000 $4,515 00 $4,515 001 1 00000000 $4,515 00 $4,515 00 $4,515 00 100 0% 43 Install Envvoflex Blocks LS 100000000 $31,365 00 $31,365 00 1 00000000 $31,365 00 $31,365 00 $31,365 00 100 0% 44 Concrete Pavmg LS 100000000 $4,675 00 $4,675 00 1 00000000 $4,675 00 $4,675 00 1 $4,675 00 100 0% 45 1 Bermuda Sod r s establishment LS 100000000 $2,820 00 $2,820 00 1 00000000 $2,820 00 $2,820 00 $2,820 00 100 0% This doeument has been moddied from rts orgmal form as on EJCDC doeument and the user did not hmhhght the moddieutmns You are encouraged to read the doeument Carefully and Consult Legal Counsel poor to rts exeemm. C-620 Change Order been d to read the documentare cfully m`d consult Legal Counsel prior to its execution as modfied from its original fO—ae an EJCDC document andthe user d� g This document h mod,fi" ns You ore encourage O_620 Change Order not 5+ghl'g5t tTe C document ar+d the usel P'' orto o execution ival forn+�""�CDJ o=nitLeg"l Cou edfro+ edo tcazefully Tn+s Jvc"m'uYov are encouragedm ce mod+fical+m Cit of Fort Worth Su —mar of Charges City Secretary Contract Num: 54041 RIVERSIDE COMMUNITY PARK PHASE I IMPROVEMENTS P. O.: r' W080-0000005470 project Number: C01196 Application Period: 12/02/2022-05/18/2023 Application Number: FINAL Application Date: 5/18/2023 Citv of Fort Worth Summary of Charges RIVERSIDE COMMUNITY PARK PHASE I FW080-0000005470 City Secretary Contract Num: 54041 P. 0.: Project Number: C01196 IMPROVEMENTS Application Period: 12/02/2022-05/18/2023 Application FINAL Application Date: 5/18/2023 Number: Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net 0 0 0 0 0 0 0 0 0 Change Order 4 $47,880.00 1 34018 0800450 5330500 C01196 C04930 2018 18020104 30110 0800450 5740010 C01196 C04980 Q 100 0 0 0 ) 0 ) 0 ) 0 ) I 0 ) I 0 iu ) I 0 )0 ) J I Change Order 5 34018 0800450 5330500 C01196 C04930 201818020104 30110 0800450 5740010 C01196 C04980 0 0 0 0 0 0 0 0 )0 ) 0 - 1 Change Order 6 34018 0800450 5330500 C01196 C04930 201818020104 30110 0800450 5740010 C01196 C04980 ) 0 ) 0 ) 0 ) Citv of Fort Worth Summary of Charges RIVERSIDE COMMUNITY PARK PHASE I FW080-0000005470 City Secretary Contract Num: 54041 P. 0.: Project Number: C01196 IMPROVEMENTS Application Period: 12/02/2022-05/18/2023 Application FINAL Application Date: 5/18/2023 Number: Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net n0 0 0 ) 0 ) 0 ) 0 iu ) 0 10 ) Change Order 7 34018 0800450 5330500 C01196 C04930 201818020104 30110 0800450 5740010 C01196 C04980 0 0 0 0 0 0 0 0 )0 ) 0 ) I Change Order 8 34018 0800450 5330500 C01196 C04930 201818020104 30110 0800450 5740010 C01196 C04980 ) I 0 ) I 0 I 0 I 0 0 0 0 0 ) 0 Totals $1,913,121.20 34018 0800450 5330500 C01196 C04930 2018 18020104 30110 0800450 5740010 C01196 C04980 $24,201.00 0 0 0 0 0 0 ) City of Fort Worth Summary of Char es RIVERSIDE COMMUNITY PARK PHASE I FW080-0000005470 project Number: C01196 P.O.: City Secretary Contract Num: 54041 IMPROVEMENTS Application FINAL Application Date: 5/18/2023 Application Period: 12/02/2022-05/18/2023 Number: Amt Remaining Gross Retainage Net Funding Identification (FID) Total Completed "1.00 cn nn 10 I 0 00 I 0 l0 0 RO 00 I $0 00 I $0 00 CSC No. 54041-COI FORT WORTH. City of Fart Worth Change Order Request Project Namel Riverside Community Park Phase I Improvements Project City Sec # I 54041 J Client Projecht(s)l C01196 Project Description Riverside Community Park Phase I Master Plan Improvements Contractor Norlhstar, Construction LLC l Change Order # 1 Date[ 7.7.2021 City Project Mgr.— Tonda Face I City Inspector_ Ramon Chavez Dept. PARD 180Calendar Days Contract Time Totals I ICDI Original Contract Amount Extras to Dale Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Original Funds Available for Change Orders Remaining FundsAvailable forthis CO Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OFORIGINAL CONTRACT -0.13% MAX ALLOWABLE CONTRACT AMOUNT (OR)GINAL CONTRACT COST + 2551.) $2,334,818.75 240 JUSTIFICATION (REASONS) FOR CHANGE ORDER After the execution of the construction contract on May 19, 2020, the Tarrant Regional Water District informed the City that US Army Corps of Engineers permits (408 Waters of the US reviewand Section 106 National Historical Preservation Act and Antiquities Code of Texas) would he required priorlo the slartof construction. The 106 permit application and the 408 permit was approved on March 12, 2021 resulting in a delay of 11 months. The 11 month delay resulted in increased cost of materials and labor. The unit prices have been revised to reflect this increase. The basketball court has been deleted in order to keep the project within the construction budget. The contract time of 180 days was based an the award of the base bid. Addition 60 calendar days were added to account for the award of the alternate bid items (pedestrian bridge with abutments and concrete trail extensions with underdrains and bollards) for a total of 240 calendar days for the project. 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) to rall costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Canlractar s Company Name Contractor (Name) Contract Si nature NorthstarConsturclion,LLC �//� / f�wreF ��fG�'/3n k ichaelA.Heimlich w Ju18,2021 Ins ector/Ins ectionSupervisor I Date - Pra'ecland Contract Compliance Manager Date JUt8,2021 - Ju(8,2021 Program Manager I Date I Senior Capital Project Officer Oate =2'1'tc''A I Jul a, 2021 N/A Assistant Directar(De t) Date Director, Contracting Department (Dept) Date 2QIi� Jul 8, 2021 r 441% Jul8, 2021 AssIstant City Attorney I.Jul[26,2021 Date Assistant City Manager _ Dale l _ Ju126, 2021 Council Action (if required) M&C Number I M&C Date Approved ATTEST: �l GIGG� � �DDI7,✓,iGP, f Ronald Gonzales, Acting City Secretary FORT WORTH City of Fort worth -� V,-- Change Order Additions Project Name Riverside Community Park Phase I Improvements Project CitySec # 54041 Client Project# C01196 Contractorl Northstar, Construction LLC PMJ Tonda Rice Inspector Ramon Chavez Change Order Submittal # Date 7.7.2021 ADDITIONS ITEM DESCRIPTION L)EPT aty Unit Unit cost Total emove xisbng Paving P ,7 2 Asphalt Resurfacing P D 6,180.00000000 SF 0.00 3 Erosion Control & Temp. Coast Facilities PARD f.V00-00000 LS 3,500.00 5 4 Asphalt Paving P D 32,300.00000000 SF 0.35 , 5. 5 Concrete Paving - Parking Areas 1,665.00000000 SF 0.40 6 Pedestrian Paving and Sidewalks P RD 52,735.00000000 SF -0 60 7 8' Concrete Ribbon Curb PARD 1,410.0G000000 LF $2.00 8 Post & Cable Fence P RD 1,475.00000000 LF 0.80 9 Landscape Boulders & River Rock PARD 1.00000000 LS 1,800.00 10 Bermuda Sod PARD 77,750.00000000 SF 0.04 1 Temporary Irrigation D 1.00000000 LS $1,000.00 2 Accessible Picnic Table PARD 2.00000000 EA 80.00 13 2.00E+00 PARD 2.00000000 EA $70.00 14 Benches P R 7.00000000 EA $100.00 7 . 5 2 ' x 2 ' Pavilion With Slab D 1.00000000 EA 3,000.00 6 Bike Rack Set PARD 2.00000000 EA 0.00 17 Drinking Fountain With Water Service PARD 1.00000000 EA $1,500.06 5 18 Playground Equipment P D 1.00000000 EA 5,500.00 5,5 19 Playground Concrete Border PARD 1.00000000 LS S600.00 20 Playground Subsurface Drainage P RD 1.00000000 LS $600.00 21 Playground Mulch Surfacing PARD 360.00000000 CY $5.0u 22 Steel Removeable Bollards P D 1.00000000 LS $500.00 5 3 Concrete Wheel Stops D 22.00000000 EA $2.0 2 Security Lighting & Electrical Service D .00000000 LS 00.00 5 Steel Pipe Security Fence & Gate 1.00000000 FA $1,200.00 26 Paving Marking & Signage P D 1.00000000 LS $500.00J 27 Water Quality BMP P D 1.00000000 LS 9,000.00 28 Electrical Service, Security & Pavilion Lighting PARD 1.00000000 LS $2,300.00 !,5 29 New Curbs At South Parking Lot 7A7D 1.00000000 LS $300.00 30 Construction Allowance P RD 00000000 EA 31 Construction Surveying & Staking 00000000 EA 600.06 32 Signage Allowance P RD 1.00000000 LS $200.00 33 Retaining Wall At Sidewalk D 220.00000000 FF $7.00 $1,540.00 34 Trail Crossing (Signage & Grooves) PARD 1.00000000 LS $100.00 35 Trail Underdrain PARD 1.00000000 EA 00.00 36 6' Sawtooth Concrete Curb P D 320.00000000 LF $0.30 AB Pedestrian Bridge With Abutments PARD 1.0000-0-000 LS $10,500.00 ,5 Al2 Concrete Trail Extensions W/Underdrains & Bollards P D 1.00000000 LS 8,200.00 PARD $109,647.00 240 Calendar Days $0.00 Sub Total Additions $109,6 7.0D Change Order Additions Page 1 of 1 FORT WORTH City of Fort Worth v---- Change Order Deletions Project Name Riverside Community Park Phase I Improvements Project CitySec # 54041 Client Project# C01196 Contractor Northstar, Construction LLC PMJ Tonda Rice Inspector Ramon Chavez Change Order Submittal # 0 Date 7.7.2021 DELETIUNS HEM DESCRIPTION ty Unit Unit Cost Total AM ulb- se Court- Half Court PARD $76,000.00 A3.2 Multi -Use Court- Full Court Upgrade PARD 1.00000000 LS a PARD $112,000.00 240 Calendar Days $0.00 Sub Total Deletions $112,000.00 Change Order Deletions Page 1 of 1 Previous Change Orders CO # DATE AMOUNT Total $0.00 CSC No. 54041-CO2 FORTWORTH City of Fort Worth Change Order Request Project Nam Riverside Community Park Phase I Improvements Project CilySec II 54041 _� Client Projeclil(s C01111 Project Description Riverside Community Park Phase I Improvements ' Norlhslar,ConskuclionLLC Change0rder1l _ 2 Dale 211612022 J City Project Mgcr — Tonda Wee City Inspector Ralph Ouimelle Depl. PARD Contract Time Tolals (CD) Original ContraclAmounl 1, b , 86� 7 855�U 1 0 Extras to Dale 60 Credils to Dale $2,353.00 l I $2,353.00 j Pending Change Orders (in M&C Process) I $0.00 Contract Cost to Date 1 $1,865,502.00 1' I I I $1,865,502.00 240 Original Funds Available for Change Orders $50,000.00 Remaining Funds Available for this CO $52,353.00 $52,353.00 AddlUo nal Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1 2.32% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 257.) ,33 ,8 8.75 11C M RE SONSjFOR 011ANUE ORDrr 1) During construction it was determined that additional drainage was needed, water was being retained under the tree grove and damaging the root systems. 2) Existing electrical poles will be painted to match the new installed as part of this project. 3) ADA parking pavement was removed and replaced to bring the spaces into compliance with TAS. 4) Replacement of deterioration parking lot 1 & 2. 5) Sawtooth curb removal and patching parking lot 4. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents paymentin full (both time and money) for all costs arisingo utof, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Conlracloes Company Name Contractor (Name) Contract SI. naluulre Dale Northslar Conslurclion, LLC I Michael Heimlich _ I •%,Za Q, r1-'. t �I I?�22I Ins eclorllns eclion Supervisor Dale Project and Contract Compliance Manager Dale '�~�raa11f1l� Mar 30,2022 Mar29,2022 Progra• mManager Dale Senior Capital Project Officer Dale Apr11,2022 Asslslant Dlreglor (Depl) Dale Director, Contracting OeHrtment(Depl) I Dale May 5, 2022 1.vVLki �" a May 6, 2022 Assistant City Attorney Dale Asslslant C(lv Manager Dale elan - (( ., May 10, 2022 - /L May 10, 2022 y Councll Actfan If required) M&C Number I M&C Dale Approved ATFg&effz,S 4aWA& May 11, 2022 Jannett, 7.7.7 (May 11. 202207:36 CDT) lamelle Goodall, City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX l=oitrWoicrir City of Fort Worth — --- Change Order Additions Project Name I Riverside Community Park Phase I Improvements Project City secR 54041 Client Project R 1 C01196 Contactor Norlhslar, Construction LLC PMJ Tonda Rica Inspector Ralph Ouimelte Change Order Submittal 9 0 Date 121312021 ADDITIONS Concrete Ribbon Curb I W, MMUAIMMMUN lull Noma=, I �- . . . •�rD:ID:1:r:110`�a I 1 �X1:1 kltllq • . 1 , I' i��([I[III:I:I:I:I:Q_�� 11 • 1 1, �. 1� 1 .. , • 1 • .1� i 111111/ : 19 (�`jY_.�:kb•�1111 MMUIE, emove concrete pier and posts at south—e—nd-of trait MEWIMMEL M, '• PolesLWYM III Mr,M� •• 11 '• 11 • . 1 .. • •1�i�11U[C1[IDUI� I 1 1'1 Belknap Parking ,Lot ► •1• Revision lull r1 . .. . 1'1 { 1111'1 11 11 SOMME NOMINEES ---- NOMINEES ---- SOMME ----- MENEM ----- ----- MENEM ----- NOMINEES ---- MEMEM -MENEM ---- MMIMIM ----- MEMEN ----- -MENOMINEE ---- MENEM ----- MENEM MEMEM -MMMINMIM— ---- ----- ----- NOMINEES MENEM ---� ----- MEMME MENEM MENEM ----- -SEEMS ---- MENEM ----- ----- MENEM ----- NOMINEES MENEM ---- MINNIE ----- MOMME MENEM MEMEN ----- ----- ----- ----- _-- SOMME ----- NOMINEES MENEM -MENEM ---- MMIMIM ----- MENEM ----- -MENEM ---- ----- ----- SOMME -MENEM ---- MENEM ----- SEEMS— MENEM MENEM ----- NOMINEES ---- MENEM -MENEM ---- MENEM ----- ----- ----- NOMINEES MENOMONEE ---- MMMMMINEMIM ----- ----- NOMINEES ---- SEEMS ----- 01al Additions {17 OrderChange ronrrl, >� lni City of Fort Worth Change Order Deletions Project Name I Riverside Community Park Phase IImprovements Project CitySecl! 54041 Client Project# C01196 Contractor Norlhslar, Construction LLC PM Tondo Rice Inspector Ralph Ouimello Change Order Submittal It Dale 1213I2021 DELETIONS Change Order Deletions Page 1 of 1 Previous Change Orders L l P 0NORTHSTAR CONSTRUCTION, LLC December 3, 2021 Change Order Proposal #: 1 02 Ms. Tonda Rice City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 RE: City Project No: C01196 Riverside Community Park - Phase 1 Improvements Dear Ms. Rice, Northstar offers the following Change Order Cost Proposal for the site grading and concrete adjustments on the above referenced project. Seq# Description Quanlily Units Unit Price Extended Price 2.1 Install four (4) trail underdrains (8', 6', 6', 6') and hand excavate swale 1 LS $ 5.893.00 $ 5,893.00 .2 Install two (2) trail underdrains 20' & 10') 1 LS $ 3,240.00 $ 3,240.00 1-11 2.3 Drainage System (6" & 4" HDPE, Inlet, Connect to Inlet) 1 LS $ 12,895.00 $ 12,895.00 1.4a Install Block Sod in Bioswale (1440 SF) 1 LS $ 864.00 $ 864.00 2 5 Remove concrete pier and posts at south end of trail 1 LS $ 585.00 $ 585.00 6 Concrete Toe Ditch 104 LF $ 9.00 $ 936.00 1 a1.2 Remove concrete Pavement 14 SY $ 28.30 $ 396.20 1-D ,2 Concrete Ribbon Curb 86 LF $ 23.00 $ 1,978.00 .3-1--, Paint Existing Light Poles 1 LS $ 945.00 $ 945.00 Adjust SS Manhole In Drive Approach 1 LS $ 325.00 $ 325.00 79"3' Belknap Parking Lot #4 ADA Revisions 1 LS $ 17,345.00 $ 17,345.00 Sawtooth Curb Removal/Patching 1 LS $ 275.00 $ 275.00 TOTAL CHANGE ORDER REQUEST $ 45,677.20 We also request that the contract time be extended by Thirty (30) calendar days to complete this work. Please let me know if you have any questions or need additional information. Sincerely, NORTHSTAR CONSTRUCTION/,] LLC . .Pill ,/✓:�((�'is/AV d&4Heimlich President (817) 244-8885 - Office 2112 Solona Street, Fort Worth, Texas 76117 (817) 244-8886 - Fax CSC No. 54041-CO3 FORT WORTH. City of Fort Worth Change Order Request Project Name Riverside Community Park Phase I Improvements Project City Sec q 1 54041 Client Project N(s) C01196 Project Description Riverside Community Park Phase I Improvements Conlraclorl Northstar, Construction LLC Change Order P1 3 Date 8/31 /22 City Project Mgr.--Tonda Rice City Inspector[ Ozzie Ouimelte Dept. Original Contract Amount Extras to Dale 1 Credits to Date 1 Pending Change Orders (in M&C Process) 1 Contract Cost to Dale I PARD 240 Calendar Days I 51.8bubb.ou I $45,677.20 1 1 1 $2,353.00 1 I 1 $0.00 I I 1 $1.911.179.20 I I I I Totals si'Bbl'855.00 1 545,677.20 ( $2.353.00 I I $1.911,179.20 I yu (CD)1 180 1 90 1 270 Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT MAXALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) During construction it was determined that: 1. Due to water erosion and sandy sediment buildup under the asphalt surface of parking lot #1 and 42. The asphalt surface was not stable enough to be resurfaced. Requiring both parking lots to be reinforced with 6"concrete. 2 .One additional bench was needed due to under run on plan count. 3. A height adjustment of a sanitary sewer manhole was required at the entry drive of parking lot #3. 4. Installation of 4 temporary battery control irrigation valves for Bio-swales were added to keep the Bio-swale plant materials alive. 5. Drainage swales were needed on south side of playground for water flow control. 6. Repair and straightening of 8" bollards around parking lot #2 were required due to degradation of the asphalt caused by the erosion and sediment build up under the asphalt parking lot. Additional 100 calendar days were added to the project for a total of 370 calendar day for the 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, Including ensuring all performance and reporting requirements. Contractors Com anv Name Contractor Name Contract Stanalure Date Northstar Constuuclon, LLC Michael Heimlich 91% pector Inspection upervisor a e rolec an ontracl omp ante Manager Date Efoarain ep 15, 2022 ,• Sep 15. 2022 Manager Date ]Senior Capilaf Prolect Officer Date Sep 22, 2022 N sislant Director (Dept) "" Date Acting Director, Contracting Department ale Oct 5, 2022 Oct 5, 2022 i-�' [ � s CIry Allomev Date lAssistant CItV Manager 1^ Date Ls.'Ist�ant Oct 5, 2M Oct 10 2022 Council Action (if required) M&C Number IM&C Date Approved aoodall Jannette S. G—da11 (Oct 12, 202216:10 CDT) Jannette S. Goodall rorcrWoKrrt City of Fort Worth —SIT-- Change Order Additions Project Name Riverside Community Park Phase I Improvements Project CitySec # 54041 Clienl Project # C01196 Contractor Northslar, Construction LLC PM Tonda Rice Inspector Ozzie Ouimelle Change Order Submittal # 0 Dale 4/21/2022 ADDITIONS 1lrrlrrrMEWIM 'Ir 11 ' Ir ®•• �i� rrrrrrrr® rr��6i•)D�RO ®•' • ' • ' �i�1j:� rrrrrrrr® .• rr � •• rr ®'• .•' •.�iVj.�� rrrrrrrr® •. rr •. rr MISSION • •��� rrrrrrrr® r rr r rr ®�� rrrrrrrr® rr rr �••• bollards rrrrrrrr® rr rr MENEM MENEM MENEM —�- -�--- -MENEM ---- SEEMS 01011010 ----- MENEM ----- SEEMS SEEMS ----- SEEMS MENEM -MENEM ---- SEEMS ----- --_-- MEESE ----- SEEMS MENEM MENEM SEEMS ----- SEEMS NOMINEES SENSE! ----- SENSE ----- MINNIE ----- SEEMS ----- SEEMS ----- MENEM ----- SEEMS ----- MENEM ----- MENEM ----- SEEMS ----- MENEM --_--_—_ MENEM SEEMS NOMINEES SENSE ----- SEEMS MENEM ----- MENEM •D $94,069.00 r Calendar Days $0.00 Sub Total Additions s9f.'0-6900 Change Order Additions Page 1 of 1 FO RT�_H City of Fort Worth Change Order Deletions Project Name I Riverside Community Park Phase I Improvements Project City Sec # 54041 Client Project # I C01196 Contractor Northstar, Cuft ion LLC PM Tonda Rice Inspector Ouie Ouimette Change Order Submittal# = Date 412112022 DELETIONS ITEM DESCRIPTION DEPT Oty Unit Unit Cost local 1.Construction Moviance PARD 00 L—T5—OTWM ignage Iowance PARD tw00000L--T5—_MTM 1.02 Asphalt Resurfacing PARD 6, Pedestrian Pawng 8 Sidewalks PARD 5, 5. F---PTO b PARD $115,806.00 240 Calendar Days $0.00 Sub Total Deletions 115, Change Order Deletions Page 1 of 1 MISBE for this Change Order NORTHSTAR CONSTRUCTION, LLC April 21, 2022 Change Order Proposal #: 03 Ms. Tonda Rice City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 RE: City Project No: C01196 Riverside Community Park - Phase 1 Improvements Dear Ms. Rice, Northstar offers the following Change Order Cost Proposal for the site grading and concrete adjustments on the above referenced project. Seq# Description Quantity Units Unit Price Extended Price Additions 3.4 Benches 1 EA $ 1,900.00 $ 1,900.00 3.1 Reconstruct North Parking Lot #1 With 6" Reinforced Concrete 1 LS $ 45,272.00 $ 45,272.00 3.2 Reconstruct Playground Parking Lot #2 With 6" Reinforced Concrete 1 LS $ 42,642.00 $ 42,642.00 3.3 Adjust Sanitary Sewer Manhole In Approach To Parking Lot 3 1 LS $ 465.00 $ 465,00 3.4 Install 4 Each Temporary Battery Controlled Irrigation Valves 1 LS $ 1,470.00 $ 1,470.00 3.5 Install Drainage Swale on South Side Of Playground 1 LS $ 775.00 $ 775.00 3.6 Repair/straighten 8" Bollards Around Parking Lots 1 LS $ 1,545.00 $ 1.545.00 Subtotal $ 94,069.00 Deletions 1.02 Asphalt Resurfacing 6180 SF $ 4.20 $ 25,956.00 1.06 Pedestrian Paving & Sidewalks 5250 SF $ 6.60 $ 34,650.00 1.18 Construction Allowance 1 LS $ 50,000.00 $ 50,000.00 1.19 Signage Allowance 1 LS $ 5,200.00 $ 5,200.00 Subtotal $ 115,806.00 TOTAL CHANGE ORDER REQUEST I $ (21,737.00) Please let me know if you have any questions or need additional information. Sincerely, NOR//�THS/TAR CONSTRUCTION, LLC `1,cvYt/t , // Pti> Michael A. Heimlich President 817-244-8885 Office 2112 Solona Street Fort Worth, Texas 76117 CSC No. 54041-CO4 FORT WORTH® City of Fort Worth llv�� Change Order Request Project Name Riverside Community Park Phase I Improvements Project City Sec 54041 Client Prolect#(s) C01196 Project Riverside Community Park Phase I Improvements Contracto Northstar, Construction LLC Change Order # 4 Date 10/10/2022 City Project Mgr. Tonda Rice City Inspector Ozzie Ouimette Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) PARD 240 Calendar Days Totals Contract Time (CD) $1,867,855.00 $1,867,855.00 180 $45,677.20 $45,677.20 190 $24,090.00 $24,090.00 $0.00 $1,889,442.20 $1,889,442.20 370 $47,880.00 $0.00 $47,880.00 50 $1,937,322.20 $1,937,322.20 420 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 3.72% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $2,334,818.75 JUSTIFICATION (REASONS) FOR CHANGE ORDER During construction it was determined that a change order #4 would be needed due to an excess water runoff down Belknap Street creating erosion into the park. This Change Order is a request to install 6" Enviroflex Blocks as per revised plan sheets provided by Kimley-Horn. Scope of Work includes: Excavate and haul -off excess dirt, grading of eroded area, install filter fabric, '/d' rock subgrade, approximately 1000 SF of Envroflex blocks with reinforced concrete perimeter beam and one interior grade change beam, backfill, fine grading, and place up to 150 SY of Bermuda sod. 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. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Contractor's Company Name Contractor (Name) Contract Signature Date Northstar Consturction, LLC Michael Heimlich p„ Nov 2, 2022 Inspector/Inspection SupervisorAaron YbarraoV" •P �,'l" 5°slI N-11,202 Date Project and Contract Compliance Manager Date - "REM/ IPh Owme to lNuv 4,2221112 I(T) oe (rvoaca - Nw1o.2122 Nov 4, 2022 ;o„� OCt 21, 2022 Program Manager Date Senior Capital Project Officer Date Nov 18, 2022 Assistant Director (Dept) Date Acting Director, Contracting Department (Dept) Date - - Nov 18, 2022 4_1 Nov 23, 2022 ssistant Cit Attorney Date J1&nt City Manager Date Nov 23, 2022 Nov 29, 2022 ouncil Action (i M&C Number M&C Date Approved ATTEST: 7ahaette S 600'pfa66 Jannette S. Goodall, City Secretary FORT WORTH City of Fort Worth Change Order Additions Project Name Riverside Community Park Phase I Improvements Project City Sec # 54041 ClientProlect# C01196 Contractor Nor[hstar, Construction LLC PM Tonda Rice Inspector Ozzie Ouimette Change Order Submittal # rT—� Date 10/1012022 AUUI I IONS Install Enviroflex Blocks i®Bermuda ms Sub Total Additions 1 $47,880.00 Change Order Additions Page 2 of 5 FOR"[ WORTH City of Fort Worth Change Order Deletions Project Name I Riverside Community Park Phase I Improvements Project City Sec # 54041 ClientProlect# I C01196 Contractor Northstar, Construction LLC PM Tonda Rice Inspecto Ozzie Ouimette Change Order Submittal # L=J Date 1 10/10/2022 DELETIONS Change Order Deletions Page 3 of 5 MISBE for this Change Order Signature: Email: FORT WORTH ...., TRANSPORTATION AND PUBLIC WORKS May 18, 2023 Northstar Constructors LLC 2112 Solona St. Haltom City Tx, 76117 RE: Acceptance Letter Project Name: Riverside Community Park Phase 1 Project Type: Parks City Project No.: C01196 To Whom It May Concern: On May 18, 2023 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on May 18, 2023, which is the date of the final inspection 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- 392-5759. Sincerely, Tonda Rice P.E, Project Manager Cc: Patrick Jones, Inspector ; Don Watson, Inspection Supervisor '` .,d Before &After Photos Aaron Ybarra, Senior Inspector Tonda Rice P.E, Program Manager Kimly Horn, Consultant Northstar Construction, LLC, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 OTHER Bond No. SUR0058801 PROJECT: Riverside Community Park - Phase I Improvements -Fort Worth, TX (name, address) TO (Owner) [ City of Fort Worth 200 Texas Street Fort Worth, TX 76102 CONTRACTOR: Northstar Construction, LLC 2112 Solona Street Fort Worth, TX 76117 ARCHITECT'S PROJECT NO: CONTRACT FOR: CONTRACT DATE: May 19, 2020 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Argonaut Insurance Company P.O. Box 469011 San Antonio, TX 78246 , SURETY COMPANY, on bond Of (here insert name and address of Contractor) Northstar Construction, LLC 2112 Solona Street Fort Worth, TX 76117 , CONTRACTOR, hereby approves of the final payment to the Contractors, 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 200 Texas 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 8th day of November 2g22 Argonaut Insurance Company Surety Company Slgnature of Authorized Represe ive Attest:�_�� � _ _ (Seal): - Sandra Lee Roney Attorney -In -Fact = Title NOTE: This form is to be used as a companion ("-mnent to,Z LAD)dC1JMENT-J 06, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 e CONSENT OF SURETY COMPANYTO FINAL F.0iYMENT • APRIL 1970 EDITION • AIA® ONE PAGE © 1970 • THE AMERICAN INSTITUTE OF ARCHF-f} CTS, 1735 New Y.wk Ave., NW, WASHINGTON, D.C. 20006 Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, I L 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Andrea Rose Crawford, Troy Russell Key_ Debra Lee Moon, John William Newby, Sandra Lee Roney, Joshua D. Tritt. Suzanne Elizabeth Niedzwiedz Their true and lawful agent(s) and attomey(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $97,550,000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or allomeys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 19th day of November, 2021. Argonaut Insurance Companv J�\oR;Fc ':sEAiDe by: STATE OF TEXAS ....... Y COUNTY OF HARRIS SS: Gary E. Grose, President On this 19th day of November, 2021 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me duly swom, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force - IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. _k6h y 'n -ty) . "(Y�,x nJt 0 KATHLEEN M MEEKS .P NOTARY PVBLtC STATE OF TEXAS •""i<oa fi-'� MY COMM-EXP. 07/15/25 - NOTARY 10 557902-8 (Notary Public) 1, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF .ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. 1N WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 8th �� >r _ -SEA d ;. 1948 day of November 2022 Austin W. King Secretary IF YOU HAVE QUESTIONS ON AUTHENT'1�:IT"I' THiS DOCUMENT CALL (833) 820 - 9137. IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE COMPANY Please send all notices of claim on this bond to: Argo Surety Claims (413) 773-6359 Deliveries Only: 225 W. Washington, 24' Floor, Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490-1007 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a-tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS AIA DOCUMENT G706 TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER L City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 State of: TEXAS County of: TARRANT ENGINEER'S PROJECT NO: I CONTRACT FOR: CSC# 54041 / C01196 Riverside Community Park Phase I Improvements I CONTRACT DATE: May 19, 2020 The undersigned, pursuant to Article 9 of the General Conditions of the Contract for Construction, AIA Document A201, hereby certifies that, except as listed below, he has paid in full or has otherwise satisfied all obligations for all materials and equipment furnished, for all work, labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or his property might in any way be held responsible. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception.) N/A SUPPORTING DOCUMENTS ATTACHED HERETO: 1. Consent of Surety to Final Payment. Whenever Surety is involved, Consent of Surety is required. AIA DOCUMENT G707, CONSENT OF SURETY, may be used for this purpose. CONTRACTOR: Northstar Construction, LLC. Indicate attachment: (Yes X ) (No ) The following supporting documents should be attached hereto if required by the Owner: 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment Separate Releases or Waivers of Liens from Sub- contractors and material and equipment suppliers, to the extent required by the Owner, accompanied by a list thereof. 2. Contractor's Affidavit of Release of Liens (AIA DOCUMENT G706A) Address: 2112 Solona Street Fort Worth, Texas 76117 BY: 0U.-I a / I Michael A. Heimlich, President Subscribed and sworn to before me this Day of 2nd of March, Notary Public: My Commission Expires: 10/06/2026 Q. MA�RTINEZ AIA DOCUMENT G706 • CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS • APRIL 1970 EDITION • AIA ®© 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW, WASHINGTON, D.C. 20006 ONE PAGE CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS AIA DOCUMENT G706A TO (Owner) L City of Fort Worth 1 200 Texas Street. Fort Worth, Texas 76102 State of: TEXAS County of: TARRANT ENGINEER'S PROJECT NO: CONTRACT FOR: CSC# 54041 / C01196 Riverside Community Park Phase I Improvements CONTRACT DATE: May 19, 2020 The undersigned, pursuant to Article 9 of the General Conditions of the Contract for Construction, AIA Document A201, hereby certifies that to the best of his knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services who have or may have liens against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception.) ki I/_1 SUPPORTING DOCUMENTS ATTACHED HERETO 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subcon- tractors and material and equipment suppliers, to the extent required by the Owner, accompanied by a list thereof. =atPRYP�n S NDv 0. MAMfINEZ ID #6930887 sl My Commission Expires O October 06, 2026 CONTRACTOR: Northstar Construction, LLC. Address: 2112 Solona Street Fort Worth, Texas 76117 BY: Ajj a. R"&J. Michael A. Heimlich, President Subscribed and sworn to before me this 2nd day of March, 2023 Notary Public: My Commission Expires: Y1/2026MF3' AIA DOCUMENT G706A • CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS • APRIL 1970 EDITION • AIA © 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW, WASHINGTON, D.C. 20006 ONE PAGE Riverside Community Park Before & After Photos Before After Before After Page 1 1 Riverside Community Park Before & After Photos Before After Page 1 2 Before -`` Riverside Community Park Before & After Photos Before Page 13 After