Loading...
HomeMy WebLinkAboutContract 58036-FP1FORT WORTH -FP1 City Secretary Contract No. 58036 Date Received 02/06/2024 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Rhino Health City Project No.: 103759 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $467,250.00 Amount of Approved Change Order(s): $427,770.00 Revised Contract Amount: $39,480.00 Total Cost of Work Complete: $39,480.00 TOffN TOMB JOHN TOMB (Jan 30, 202410:49 CST) Contractor Project Manager Title North Texas Contracting, Inc Company Name Ignac� Andrade (Jan 30, 202411:34 CST) Project Inspector Kha( Jaafari P.E. (Fet 6, 202415:27 CST) Project Manager *—'In- (Feb 6. 202415:35 CSTI CFA Manager Lau re n P ri e u r ( Feb 6, 202415:37 CST) TPW Director 6 �roai6onI-Sn Asst. City Manager Jan 30, 2024 Date Jan 30, 2024 Date Feb 6, 2024 Date Feb 6, 2024 Date Feb 6, 2024 Date Feb 6, 2024 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Rhino Health City Project No.: 103759 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 90 WD Days Charged: 141 Work Start Date: 11/1/2022 Work Complete Date: 7/27/2023 Completed number of Soil Lab Test: 20 Completed number of Water Test: 6 Page 2of2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SOUTH RHINO HEALTH Contract Limits Project Type WATER IMPROVEMENTS City Project Numbers 103759 DOE Number 3759 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 6/2/2022 Project Manager NA Contractor NORTH TEXAS CONTRACTING, INC. P.O. BOX 468 Inspectors For Period Ending 7/27/2023 WD Contract Time 9WD Days Charged to Date 141 Contract is 100.00 Complete KELLER , TX 76244 M. GLOVER / I. ANDRADE Friday, December 1, 2023 Page 1 of 5 City Project Numbers 103759 DOE Number 3759 Contract Name SOUTH RHINO HEALTH Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER IMPROVEMENTS For Period Ending 7/27/2023 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE SIDEWALK 60 SF $10.00 $600.00 60 $600.00 2 REMOVE CONC PVM 0 SY $30.00 $1,500.00 50 $1,500.00 3 REMOVE CONC CURB & GUTTER 20 LF $3.00 $60.00 20 $60.00 4 10" CONC PVM 0 SY $80.00 $4,000.00 50 $4,000.00 5 4' CONC SIDEWALK 40 SF $15.00 $600.00 40 $600.00 6 BARRIER FREE RAMP, TYPE P-2 1 EA $1,500.00 $1,500.00 1 $1,500.00 7 6" CONC CURB & GUTTER 20 LF $5.00 $100.00 20 $100.00 8 TRENCH SAFETY 70 LF $1.00 $70.00 70 $70.00 9 DUCTILE IRON WATER FITTINGS W/ 0.5 TO $2,000.00 $1,000.00 0.5 $1,000.00 RESTRAINT 10 6" PVC WATER PIPE 70 LF $65.00 $4,550.00 70 $4,550.00 11 CONNECTION TO EXISTING 4"-12" WATER 1 EA $2,500.00 $2,500.00 1 $2,500.00 MAIN 12 3" WATER METER & VAULT 1 EA $20,000.00 $20,000.00 1 $20,000.00 13 TRAFFIC CONTROL 1 MO $2,500.00 $2,500.00 1 $2,500.00 14 12"X6" CUT -IN TREE 1 EA $500.00 $500.00 1 $500.00 Sub -Total of Previous Unit $39,480.00 $39,480.00 - - - - - - - - - - - - - - - - - - - UNIT II: SEWER IMPROVMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONC PVMT (CO #1) 0 SY $30.00 $0.00 0 $0.00 2 REMOVE CONC CURB & GUTTER (CO #1) 0 LF $3.00 $0.00 0 $0.00 3 REMOVE 8" SEWER LINE (CO #1) 0 LF $15.00 $0.00 0 $0.00 4 REMOVE 4' SEWER MANHOLE(CO #1) 0 EA $1,500.00 $0.00 0 $0.00 5 SWPPP> 1 ACRE(CO#1) 0 LS $3,500.00 $0.00 0 $0.00 6 8" CONC PVMT(CO #1) 0 SY $75.00 $0.00 0 $0.00 7 10" CONC PVMT(CO #1) 0 SY $80.00 $0.00 0 $0.00 8 6" CONC CURB & GUTTER(CO #1) 0 LF $5.00 $0.00 0 $0.00 9 POST -CCTV INSPECTION(CO #1) 0 LF $1.00 $0.00 0 $0.00 10 BYPASS PUMPING(CO #1) 0 LS $5,000.00 $0.00 0 $0.00 11 TRENCH WATER STOPS(CO #1) 0 EA $150.00 $0.00 0 $0.00 Friday, December 1, 2023 Page 2 of 5 City Project Numbers 103759 DOE Number 3759 Contract Name SOUTH RHINO HEALTH Estimate Number 1 Contract Limits Payment Number 1 Project Type SEWER IMPROVEMENTS For Period Ending 7/27/2023 Project Funding 12 24" CASING BY OPEN CUT(CO #1) 0 LF $350.00 $0.00 0 $0.00 13 8" SEWER SERVICE, RECONNECTION(CO #1) 0 EA $500.00 $0.00 0 $0.00 14 12" SEWER PIPE(CO #1) 0 LF $80.00 $0.00 0 $0.00 15 12" SEWER PIPE, CSS BACKFILL(CO #1) 0 LF $85.00 $0.00 0 $0.00 16 12" SEWER PIPE, SELECT BACKFILL(CO #1) 0 LF $83.00 $0.00 0 $0.00 17 EPDXY MANHOLE LINER(CO #1) 0 VF $250.00 $0.00 0 $0.00 18 4' MANHOLE(CO #1) 0 EA $3,500.00 $0.00 0 $0.00 19 T DROP MANHOLE(CO #1) 0 EA $4,500.00 $0.00 0 $0.00 20 TRAFFIC CONTROL(CO #1) 0 MO $2,000.00 $0.00 0 $0.00 Sub -Total of Previous Unit $0.00 $0.00 Friday, December 1, 2023 Page 3 of 5 City Project Numbers 103759 Contract Name SOUTH RHINO HEALTH Contract Limits Project Type SEWER IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Chanhe Orders Change Order Number 1 Total Contract Price DOE Number 3759 Estimate Number 1 Payment Number 1 For Period Ending 7/27/2023 $467,250.00 $427,770.00 $39,480.00 Total Cost of Work Completed $39,480.00 Less % Retained $0.00 Net Earned $39,480.00 Earned This Period $39,480.00 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $39,480.00 Friday, December 1, 2023 Page 4 of 5 City Project Numbers 103759 DOE Number 3759 Contract Name SOUTH RHINO HEALTH Estimate Number 1 Contract Limits Payment Number 1 Project Type SEWER IMPROVEMENTS For Period Ending 7/27/2023 Project Funding Project Manager NA City Secretary Contract Number Inspectors M. GLOVER / I. ANDRADE Contract Date 6/2/2022 Contractor NORTH TEXAS CONTRACTING, INC. Contract Time 90 WD P.O. BOX 468 Days Charged to Date 141 WD KELLER , TX 76244 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $39,480.00 Less % Retained $0.00 Net Earned $39,480.00 Earned This Period $39,480.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $39,480.00 Friday, December 1, 2023 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PPROJECT NAME: Water & Sanitary Sewer Improvements Fort Worth South Rhino Health (273 W Everman Pkwy) CHANGE I CONTRACT: IPRC21-0133 ORDER No: ICFA # CFA22-0025 I CITY PARTICIPATION:( NO ICITYPROJECT# 103759 IDOE # INA FID # 130114-0200431-103866-E07685 FILE # IX-27118 INSPECTOR: Ignacio Andrade PROJECT MANAGER: KhaI Jaafari WA1 veloper Cost (ORIGINAL CONTRACT I $39,480.00 EXTRAS TO DATE I S0.00 CREDITS TO DATE I Si CONTRACT TO DATE $39,480.00 AMOUNT OF PROP. CHANGE ORDER I 50.00 TOTAL REV(& COTNTRACT AMOUNT PER I $39,480.00 2 SEWER City Cost LveloperCost Phone No: 817.223.2261 Phone No: 817.392.7872 SO.00 1 $427.770.00 $0.00 $0.00 S0.00 I $0.00 SO.00 I $427.770.00 $0.00 S0.00 S0.00 UNIT $39A80.00 REVISED COST SHARE IDev. Cost: TOTAL REVISED CONTRACT I You are directed to make the following than )es i%ta c9�tecl documontg CITY 81 ITEM PAY ITEM 0 # QUANTITY 1 0241.1000 1550 2 0241.1300 611) 3 02412013 1930 4 02412201 1 5 3125.0101 1 1 1 6 1 3213.01 D3 1 940 1 7 1 3213.0105 1 610 1 8 1 3216.0101 1 610 1 9 1 3301.0002 1 1930 1 10 I 3303.00D1 1 1 11 I 3305.0113 1 8 12 1 3305.1004 1 20 13 1 3331.3313 1 3 14 1 3331A208 1 740 1 15 1 3331.4209 1 20 1 16 1 3331.4210 1 1170 1 17 1 3339.0001 1 100 1 16 1 3339.1001 1 1 1 19 1 3339.1002 4 1 20 1 3471.0001 I 1 1 REASONS FOR CHANGE ORDER CONTRACT UNIT PAVING DRAINAGE STREETLIGHTS Developer Uovoloper ueveloper City Cost Cost City Cost Cost City Cost Cost City Cost $0.00 S0.00 SO.00 I S0,00 SO.00 S4,00 SO.00 SO.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SO.00 S0,00 SO.00 S0.00 SO.00 S0.00 SO.00 S0.00 $0.00 SO.00 S0.00 SO.00 S0.00 $0.00 $0.00 S0.00 50.00 $0.00 $0.00 S0.00 $0.00 S0.00 S0.00 S0.00 S0.00 I S0.00 S0.00 SO.00 $0.00 S0,00 $39,480.00 City Cost: S39,480,00 $0.00 $0.00 $0.00 CONTRACT DAYS 90 0 0 90 0 90 UNIT REM DESCRIPTION UNIT PRICE TOTAL SY REMOVE CONIC PVMT $ (30.00) S (46.500.00) LF REMOVE CONIC CURBBGUTTER S (3.00) $ (1.830.00) LIFEA ((8.500.00) REMOVE INMHOLE S (1.600.00) $ LS SWPPP-1 ACRE 5 (3,500.00) $ (3.500.00) SY 8" CONIC PVMT Is (75.00) S (70.500.00) SY I 10" CONC PVMT I $ (80.00) S (48.800.00) LF I 6" CONC CURB AND GUTTER is (5.00) $ (3,050.00) LF I POST -CCTV INSPECTION Is (1.00) $ (1.930.00) LS I BYPASS PUMPING IS (5.000.00) S (5.000.00) EA I TRENCH WATER STOPS I $ (150.00) $ (1200.00) LF I 24" CASING BY OPEN CUT 1 $ (350.00) S (7.000.00) EA 1 8" SEWER SERVICE. RECONNECTION Is (500.00)1 $ (1.500.00) LF 1 12" SEWER PIPE 1 $ (80.00)I S (59.200.00) LF 1 12" SEWER PIPE. CSS BACKFILL 1 $ (85.00)1 $ (1.700.00) LF 12" SEWER PIPE, SELECT BACKFILL 1 $ (83.00)1 S (97,110.00) VF I EPDXY MANHOLE LINER 1 $ (250.00) l S (25.000.00) EA I 4' MANHOLE I S (3,500.00) $ (3.500.00) EA I 4' DROP MANHOLE 1 5 (4,500.00)1 S (18.000.00) MO 1 TRAFFIC CONTROL I S (2.000.00)1 S (2.000.00) TOTAL Is (427,770.00) REMOVAL OF SANITARY SEWER IMPROVEMENTS Revised: 10.12-2011 Page 1 RECOMMENDED: Kff.W w ML�m dA&Wdeft& Inc. BY ' ^/4&— Nome: 6ran6m M3QdiCM iRla: Viapnzj erd APPROVED: NXM (�C. floe: U, T ' APPROVED: hbrfh 7a'oD/5)COr�K� dV Nww Zach Fusilier Tw, Vice President Revse&. 1412—Xll 2 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Rhino Health CITY PROJECT NUMBER: 103759 1 WATER PIPE LAID SIZE TYPE OF PIPE WATER 6" PVC FIRE HYDRANTS: VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: I SEWER PIPE LAID SIZE TYPE OF PIPE PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 LF LF LF LF 70 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 7, 2023 North Texas Contracting INC. 4999 Keller Haslet Rd Keller, Texas 76244 RE: Acceptance Letter Project Name: Rhino Health Project Type: Water & Sewer City Project No.: 103759 To Whom It May Concern: On August 4, 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 August 4, 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- 223-2261. Sincerely, KGcaG 9�� P. E. Khal Jaafari P.E. (Feb6, 202415:27 CST) Khal Jaafari, Project Manager Cc: Ignacio Andrade, Inspector Mike Glover, Inspection Supervisor Daniel Roy, Senior Inspector Victor Tornero, Program Manager Brandon Middleton, Consultant John Tomb, Contractor Jason Haas, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 AFFIDAVIT STATE OF TX COUNTY OF Tarrant Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared John Tomb, 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; Contract 58036. CFA22-0025.CPN 103759. Forth Worth South Rhino Health Water and Sewer. j B �f - John Tomb i Subscribed and sworn before me n this date 30th of January, 2024. Notary Public 1-11 Tarrant County, TX Pue 4, CARSON CLAY COLLIER NOTARY PUBLIC * * STATE OF TEXAS 'oFPy MY COMM. EXP 02-05-2024 NOTARY ID 13052756-2 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, addreSS)Rhino Health Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Band No SU1182166 EVERMAN FORT WORTH BUILDINGS 2&3 SPE. LLCARCHITECT'S PROJECT N0: CFA22-0025 AND THE CITY OF FORT WORTH CONTRACT FOR: 1800 Avenue of The Stars, Suite 320 Water and Sanitary Sewer Improvements to Serve Fort Worth South Rhino Health, CP 103759 Los Angeles CA 90067 --J CONTRACT DATE: CONTRACTOR: NORTH TEXAS CONTRACTING. INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the 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. Keller TX 76248 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to ;hare insert name and address of Owner) EVERMAN FORT WORTH BUILDINGS 2&3 SPE, LLC AND THE CITY OF FORT WORTH 1800 Avenue of The Stars, Suite 320 Los Angeles CA 90067 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: (Seal): 30th day of January, 2024 ARCH INSURANCE COMPANY Surety Company Signature of Authorized Representative Robbi Morales Title Attorney -in -Fact NOTE; Thio form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE 00456 This Power of Attorney limits the acts of those named herein, and rhev have no authority to bind the Company except in the nranner rued to the extent herein scaled. 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 F. Cornell, Joshua Saunders, Kelly A. Westbrook, Mikaela Peppers, Ricardo J. Reyna, Robbi Morales, Sophinle Hunter, Tina McEwan and Tonie Petranek of Dallas, TX (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, sea], and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding One Hundred Fiftv Million Dollars iS 150.000.000.00). This authority does not permit the some obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City. New Jersey, This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on August 31. 2022. true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary. or the Secretary shall have the power and authority to appoint agents and attorneys -in -tact, 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, recognizanecs and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on August 31.2022; VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company. and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31, 2022. and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In Testimony Whereof, the Company has caused this instrument to he signed and its corporate seal to be affixed by their authorized officers, this 23' day of March, 2023.�� Attested and Ce rtified Arch Insuu�ranceeCCo�mApa�ny —%1 SEAt t171 Regan61C. Shulman, Secretary Stephen C. Ruschak, Executive Vice President STATE OF PENNSYLVANiA SS COUNTY OF PHILADELPHIA SS k�SljaYl� 1. Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument. appeared before me this day in person and severally acknowledged that they beingthercurao 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 VOILIntary acts for the uses and purposes therein set forth. /} Cotrrax wealth of hnWA * . Mtny Sal 3MXHt1E TluPW, ebtary Pubtic 1 Ptawphia countyMich a podi, Notarf Public My Cairnisslat Emovs MY 3 t, 2024 Conmisitim Mun6w t%un My commission expires 07'31i2025 CERTIFICATION 1. Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated March 23. 2023 on behalf of the person(s) as listed above is a true and correct copy and that the saute has been in full farce and effect since the date thereof and is in full force and effect on the date of this certificate: and 1 do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. iN TESTIMONY WHEREOF, l have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this aan day of January 2024 Re A. Shulman, Sccrelary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. 2knre PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Cg CQ Arch insurance —Surety Division 3 Parkway, Suite 1500 Wl1VOMTE 4 Philadelphia, PA 19102 s »rt kl�sanr� 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. AICPOAU40120 Printed in U.S.A.