HomeMy WebLinkAboutContract 58488-FP2-FP2
FORT WORTH,,,
City Secretary
Contract No. 58488
Date Received 5/1 /2025
AT
NOTICE OF PROJECT COMPLETION
(Developer Projects)
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: 1st Street Industrial
City Project No.: 103882
Improvement Type(s): Water ❑x Sewer ❑x
Original Contract Price: $2,624,570.80
Amount of Approved Change Order(s):-$49,029.60
Revised Contract Amount: $2,575,541.20
Total Cost of Work Complete: $2,575,541.20
COO, Irma
Colin Eean (Mav 1'202509:09 CDT)
Contractor
Project Manager
Title
North Texas Contracting, Inc.
Company Name
Rrrrlertek BAke,,
Roderick Baker (May 1, 2025 09:14 CDT)
Project Inspector
kotadage Mohwween,�'.E
Project Manager
Kandice Merrick (May 1. 2025 15:38 CDT)
CFA Manager
Lauren Prieur (May 1, 202518:22 CDT)
TPW Director
Asst. City Manager
05/01 /2025
Date
05/01 /2025
Date
05/01 /2025
Date
05/01 /2025
Date
05/01 /2025
Date
05/02/2025
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: 1st Street Industrial
City Project No.: 103882
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: 150 WD Days Charged: 275 WD
Work Start Date: 11/6/2023 Work Complete Date: 3/27/2025
Completed number of Soil Lab Test: 290
Completed number of Water Test: 29
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name 1ST STREET INDUSTRIAL
Contract Limits
Project Type WATER
City Project Numbers 103882
DOE Number 3882
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor NORTH TEXAS CONTRACTING, INC.
P.O. BOX 468
Inspectors
For Period Ending 3/27/2025
WD
Contract Time 15UID
Days Charged to Date 275
Contract is 100.00 Complete
KELLER, TX 76244
M. GLOVER / R.BAKER
Wednesday, April 30, 2025 Pagel of 5
City Project Numbers 103882 DOE Number 3882
Contract Name 1 ST STREET INDUSTRIAL Estimate Number I
Contract Limits Payment Number 1
Project Type WATER For Period Ending 3/27/2025
Project Funding
UNIT I: WATER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed Completed
No.
Quanity
Total
Quanity
Total
1
6" WATER PIPE (CO#4)
28 LF
$167.00
$4,676.00
28
$4,676.00
1
6" WATER PIPE, SELECT BACKFILL (CO#2)
147 LF
$167.00
$24,549.00
147
$24,549.00
2
8" WATER PIPE (CO#4)
22.5 LF
$125.00
$2,812.50
22.5
$2,812.50
3
8" WATER PIPE, SELECT BACKFILL (CO#2)
45 LF
$125.00
$5,625.00
45
$5,625.00
4
12" WATER PIPE (CO#2) (CO#3)
2608 LF
$256.00
$667,648.00
2608
$667,648.00
5
12" WATER PIPE (RETRAINED JOINTS)
145 LF
$256.00
$37,120.00
145
$37,120.00
6
12" WATER PIPE, SELECT BACKFILL
2747 LF
$256.00
$703,232.00
2747
$703,232.00
7
12" WATER PIPE, SELECT BACKFILL
571 LF
$256.00
$146,176.00
571
$146,176.00
(RETRAINED JOINTS)
8
12" WATER CARRIER PIPE (CO#3)
521 LF
$151.00
$78,671.00
521
$78,671.00
9
12" DIP WATER, CSS BACKFILL (CO#2)
315 LF
$151.00
$47,565.00
315
$47,565.00
10
24" CASING BY OTHER THAN OPEN CUT
590 LF
$667.00
$393,530.00
590
$393,530.00
(CO#2) (CO#3)
11
2" WATER SERVICE
4 EA
$3,000.00
$12,000.00
4
$12,000.00
12
16" WATER PIPE, SELECT BACKFILL
20 LF
$256.00
$5,120.00
20
$5,120.00
(RETRAINED JOINTS)
13
TRENCH SAFTEY (CO#2)
7149 LF
$4.00
$28,596.00
7149
$28,596.00
14
ASPHALT PVMT REPAIR BEYOND DEFINED
2723 SY
$75.00
$204,225.00
2723
$204,225.00
WIDTH, ARTERIAL, (CO#3)
15
6" GATE VALVE (CO#2) (CO#4)
4 EA
$2,029.00
$8,116.00
4
$8,116.00
16
8" GATE VALVE (CO#2) (CO#3) (CO#4)
3 EA
$2,696.00
$8,088.00
3
$8,088.00
17
12" GATE VALVE (CO#2) (CO#3) (CO#4)
17 EA
$5,228.00
$88,876.00
17
$88,876.00
18
DUCTILE IRON WATER FITTINGS W/
5.1 TN
$6,077.00
$30,992.70
5.1
$30,992.70
RESTRAINT (CO#2) (CO#4)
19
CONNECTON TO EXISTING 4"-12" WATER
2 EA
$3,000.00
$6,000.00
2
$6,000.00
MAIN
20
CONNECTON TO EXISTING 16" WATER MAIN
1 EA
$12,000.00
$12,000.00
1
$12,000.00
21
4"-12" WATER ABANDONMENT PLUG
1 EA
$2,043.00
$2,043.00
1
$2,043.00
22
FIRE HYDRANT (CO#4)
5 EA
$3,000.00
$15,000.00
5
$15,000.00
23
8"X6" TAPPING SLEEVE AND VALVE (CO#2)
0 EA
$2,000.00
$0.00
0
$0.00
24
3" WATER METER AND VAULT (CO#2)
1 EA
$15,500.00
$15,500.00
1
$15,500.00
--------------------------------------
Sub -Total of Previous Unit
$2,548,161.20
$2,548,161.20
Wednesday, April 30, 2025 Page 2 of 5
City Project Numbers 103882 DOE Number 3882
Contract Name 1 ST STREET INDUSTRIAL Estimate Number I
Contract Limits Payment Number 1
Project Type SANITARY For Period Ending 3/27/2025
Project Funding
UNIT H. SANITARY IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
8" SEWER PIPE, SELECT BACKFILL
16 LF
$108.00
$1,728.00
16
$1,728.00
2
TRENCH SAFETY
16 LF
$4.00
$64.00
16
$64.00
3
4'MSNHOLE
2 EA
$9,568.00
$19,136.00
2
$19,136.00
4
EPDXY MANHOLE LINER
12 VF
$176.00
$2,112.00
12
$2,112.00
5
CONCRETE COLLAR
2 EA
$1,470.00
$2,940.00
2
$2,940.00
6
POST -CCTV INSPECTION
16 LF
$25.00
$400.00
16
$400.00
7
--------------------------------------
MANHOLE VACUUM TESTING
2 EA
$500.00
$1,000.00
2
$1,000.00
Sub-Total
of Previous Unit
$27,380.00
$27,380.00
Wednesday, April 30, 2025 Page 3 of 5
City Project Numbers 103882
Contract Name 1 ST STREET INDUSTRIAL
Contract Limits
Project Type SANITARY
Project Funding
Contract information Summary
Original Contract Amount
Change Orders
Change Order Number 2
Change Order Number 3
Change Order Number 4
DOE Number 3882
Estimate Number 1
Payment Number 1
For Period Ending 3/27/2025
$2,624,570.80
$31,185.10
($105,104.00)
$24,889.30
Total Contract Price $2,575,541.20
Total Cost of Work Completed $2,575,541.20
Less % Retained $0.00
Net Earned $2,575,541.20
Earned This Period $2,575,541.20
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
$2,575,541.20
Wednesday, April 30, 2025 Page 4 of 5
City Project Numbers 103882 DOE Number 3882
Contract Name 1 ST STREET INDUSTRIAL Estimate Number 1
Contract Limits Payment Number 1
Project Type SANITARY For Period Ending 3/27/2025
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors M. GLOVER / R.BAKER Contract Date
Contractor NORTH TEXAS CONTRACTING, INC. Contract Time 150 WD
P.O. BOX 468 Days Charged to Date 275 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 $2,575,541.20
Less % Retained $0.00
Net Earned $2,575,541.20
Earned This Period $2,575,541.20
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
$2,575,541.20
Wednesday, April 30, 2025 Page 5 of 5
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
FID#
WATER PROJECT #
SEWER PROJECT #
FILE #
REVIEWED
By Mosadage Mohammdeen at 10:50 am, Feb 14, 2024
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
1st Street Industrial
B - Drainaqe
CFA22-0102
1103882
130114-0200431-103882-EO7685
N/A
N/A
K-2885
CITY PARTICIPATION: I NO
CHANGE
ORDER No:
1
INSPECTOR:
Victor Gutierrez
Phone No:
817-739-5470
PROJECT MANAGER:
Mosadage (Mo) Mohammdeen, P.E., PMP
Phone No:
817-392-2443
CONTRACT UNIT
WATER
SEWER
PAVING
DRAINAGE
STREET LIGHTS & TRAFFIC SIGNAL(
CONTRACT
Developer
+" *
Developer
Dd
Developer
DAYS
Cost
Cost
Coy C
C
Cost
Developer Cost
City Cos;
ORIGINAL CONTRACT
$2,597,190.80
$27,380.00
$263,698.00
$71,030.00
�EXTRASTODATE
$0.00
$0.00
$
$0.00
$0.00
ICREDITSTODATE
$0.00
$0.00
$0.00
$0.00
(CONTRACT TO DATE
$2,597,190.80
$27,380.00
SO
$263,628.00
$71,030.00
$0.00
150
(AMOUNT OF PROP. CHANGE ORDER
$0.00
$
$1
$ (31.416.00$0.00
(REVISED CONTRACT AMOUNT
$2,597,190.80
$27,380.00
$0.00
$232282.00
$71,030.00
SD00
150
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$2,597,190.80
$27,380.00
$203,195.00
$232,282.00
$71,030.00
REVISED COST SHARE
Dev. Cost: $3,131,077.80
TOTAL REVISED CONTRACT
$3,131,077.80
Revised: 10-12-2011 Page 1
You are directed to make the following
in the contract documents:
�hanqes
BID ITEM I
PAY ITEM #CITY
I
QUANTITY
UNIT
4
3341.0205
-99
LF
5
3341.1502
4
LF
6
TxDOT ITEM
467
-3
EA
9
3137.0104
-441
SY
11
3305.0109
-36
LF
12*
3341.0309
59
LF
13*
9999.0001
1
EA
5 3213.0403 -816 SF
6 3291.0100 90 CY
7 3292.0100 75 1 SY
REVIEWED
By Mosadage Mohammdeen at 10:50 am, Feb 14, 2024
ITEM DESCRIPTION
UNIT III: DRAINAGE IMPROVEMENTS
RCP, CLASS III
8x5 BOX CULVERT
SAFETY END TREATMENT (24 IN) (PSET-P) (6:1)
MED TONE RIPRAP, DRY
TRENCH SAFETY
36" RCP, CLASS III
SAFETY END TREATMENT (36 IN) (PSET-P) (6:1)
UNIT IV: PAVING IMPROVE N�E�1�$}J CRETE DRIVEWAY
g7 `` TOPSOIL
BLACK SOD PLACEMENT
I
Note: asterisk(*) indicates New Pay Item
REASONS FOR CHANGE ORDER Revised drainage frontage ditch design along ist Street to accommodate the revised site plan.
UNIT PRICE I TOTAL
$109.00
$ 110,791.00i
$628.00
$ 2,512.00
$1,864.00 I
$ 15,592.001
$65.00
$ 128,665.001
$4.00
$ 144.00;
$138.00
$ 8,142.00
$3,122.00
$ 3.122.00
DRAINAGE TOTAL
31,'16.•�'
$11.00
= i 2._,3.G..
$46.00
$ 4,140.00
1 $5.00
$ 375.00
PAVINGTOTAL
TOTALI
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
Westwood Professional S
By. /.
Name: Preston Bartlev f
Title: Proiect Manager
APPROVED:
SP White FF h
JV, LJ
BY. t
Name., A3o.�
DGG✓y4Y
Title: ' vV p
APPROVED:
North Texas CcntracNn C.
By: �1� ✓//Y7
y
Name:
Title: v�
r
Revised: 10-12-2011 Page 2
PROJECT NAME:
CONTRACT:
C FA #
CITY PROJECT #
FID#
WATER PROJECT#
SEWER PROJECT#
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
1st Street Industrial
A - Water
CFA22-0102
103882
30114-0200431-103882-EO7685
N/A
N/A
K-2885
CITY PARTICIPATION:1 NO
Victor Gutierrez Phone No: 817-739-5470
Mosadage (Mo) Mohammdeen, P.E., PMP Phone No: 817-392-2443
WATER
Developer
Cost
City Cost
ORIGINAL CONTRACT
$2,597,190.80
EXTRAS TO DATE
$0.00
(CREDITS TO DATE
$0.00
ICONTRACT TODATE
$2,597,190.80
$0.00
(AMOUNT OF PROP. CHANGE ORDER
$ 31,185.10
(REVISED CONTRACT AMOUNT
$2,628,375.90
$0.00
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
$2,628,375.90
REVISED COST SHARE
Dev. Cost:
TOTAL REVISED CONTRACT
SEWER
Developer
Cost City Cost
$27,380.00
$0.00
$0.00
$27,380.00 $0.00
$0.00
$27,380.00 $0.00
$27,380.00
$3,162,262.90
CONTRACT UNIT
PAVING
Developer
Cost City Cost
$207,656.00
$0.00
$4,461.00
$203,195.00 $0.00
$0.00
$203,195.00 $0.00
$203,195.00
City Cost:
$3,162,262.90
I \
REVIEWED
By Mosadage Mohammdeen at 3:19 pm, Apr 23, 2024
CHANGE
ORDER No:
2
DRAINAGE
Developer
Cost Citv Co
$263,698.00
$0.00
$31,416.00
$232,282.00 $0.00
$0.00
$232,282.00 $0.00
$232,282.00
STREET LIGHTS & TRAFFIC SIGNAL
st Developer Cost City Cost
$71,030.00
$0.00
$0.00
$71,030.00 $0.00
$0.00
$71,030.00 $0.00
$71,030.00
$0.00
CONTRACT
DAYS
150
150
Revised: 10-12-2011 Page 1
REVIEWED
By Mosadage Mohammdeen at 3:20 pm, Apr 23, 2024
Vau aro dirocledm moke the fo0avannJuT/�ae In1yh�noonllacldmuepnb:
CI�'BID tTEN
PAY ITEM a . . CUAJy - I� 8"11.21PDEBSo pBeckNl UNR PR6 0 i TOTAL
I 3 33111..iQQiJJ799 34 LF 1Y WeterP �BocL1111 }Is Kffo 3j8.604.00
4 3311.Q�V -115. LF 1 rFPi[�e S �255.O .5J29�,4 000-1
I 9 3311.0¢¢jj7l 116 LF 12- DIP Water. CSS1 Wck011 151 151.00 511.3B8.00
I 10 3306.1 �H4 80 LF 24'Ceal PIro S .88T.00 S 48D23.00
I 13 3305.0109 18 LF Trenchy}•�A1e1ryy $ 4.0 1 72.00
I 18 33'12,30�R � EA 8'Ga�yaaNe � J.029.0�u0/l /2,121*01
717%B% 3312.30QT _ d EEA A 4- Ga11e V.1. 228.001 41.."' 2111
M12.3110
18 1 3317000J8J 1 -0.7 T jJ Ouctlia lmn WLler FIll��wl Roeiralnt
f 23 3312A0f1M1 II -1 1 8"a8'Tpp(rIy�31od4o Llld y"I 12.900.001 S �5.600.00,1
24• 33122201 I 1 1 EA 3'OVA�bf MMor end VoLtt
Notn: nsledskf'1 Indiceles New Pey It— I TOTAL I $ 31.185.101
REASONS FOR CHANGE ORDER ReNeedIII, Nttlrllno Mpa end W-2pmAbo to mtowwfd oh. updated dfop/an, dedgq andprapoeed b0dfngmgef—I.
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BESOUGHT BYTHE DEVELOPER.
RECOMMENDED: APPROVED: APPROVED:
Westwood Pmfesalon I S-I.0 SP Whlla {r fh JV, Narfb T. 7—t • ft..
Brlrd, BY:
Name: P..-eadae'/ Names 'SA;"J RSDrwdq Names 1 /'YI(((Uf4 c.n�
TIO. Prolnct Mmwner ` 'nur. SV �. Tklo'. 7 LJ J2� w.. "y1L,r
R.W.W:IG,12-2011 Page 2
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
FID#
WATER PROJECT #
SEWER PROJECT #
FILE #
INSPECTOR:
PROJECT MANAGER:
JORIGINAL CONTRACT
(EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
(AMOUNT OF PROP. CHANGE ORDER
(REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT
PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
REVIEWED
By Mosadage Mohammdeen at 8:21 am, Jul 01, 2024
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
1st Street Industrial
A - Water
CFA22-0102
103882
30114-0200431-103882-EO7685
N/A
IN/A
IK-2885
CITY PARTICIPATION:( NO
Roderick Baker Phone No: 817-739-5470
Mosadage (Mo) Mohammdeen, P.E., PMP Phone No: 817-392-2443
WATER
Developer
Cost
$2,597,190.80
$31,185.10
$0.00
$2,628,375.90
$ (105.104.00)
$2,523,271.90
$2,523,271.90
Dev. Cost:
CONTRACT UNIT
$3,057,158.90
$3,057,153.90
CHANGE
ORDER No:
3
DRAINAGE
STREET LIGHTS 8: TRAFFIC SIGNAL(
j
CONTRACT
Developer
J DAYS
ost City Cost
Developer Cost City Gast
$263,698.00
$71,030.00
150
$0.00
$0.00
$31,416.00
$0.00
$232,282.00 $0.00
$71,030.00 —$0:10
I 150
$0.00 I
$0.00
$232,282.OD I $0.00
$71,030.00 $0.00
I 150
$232,282.00
$71,030.00
SO.aO
Revised: 10-12-2011 Page 1
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM #
#
QUANTITY UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
16
331220
-1
EA
8" Gate Valve
$
2,696.00
S (2,696.00)
17
33 12 20
2
EA
12" Gate Valve
$
5,228.00
$ 10,456.00
4
3311.0441
224
LF
12" Water Pipe
$
256.00
$ 57,344.00
8
3305.2004
-231
LF
12" Water Carrier Pipe
$
151.00
$ (34,881.00)
10
3305.1104
-231
LF
24" Casing Pipe
$
667.00
$(154,077.00)
14
3201.0202
250
SY
Asphalt Pavement Repair Beyond Defined Width, Arterial
$
75.00
$ 18,750.001
TOTAL
$ (105,104.00)
REASONS FOR CHANGE ORDER Revised the waterline taps and W-2 profile to accommodate the updated site plan, design, and proposed building requirements.
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
Westwood Professional Services
By. �0�
Name: Preston Bartley
Title: Project Manager
APPROVED:
SP Mite FT�1/orth J�
By: `/�_
Name: A -So t.1
Title: � L/7
APPROVED:
North Texas pontracting, Inc.
By:
Name: CCS k S
Title:
Revised: 10-12-2011 Page 2
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER —AWARDED —PROJECT CHANGE ORDER
1st Street Industrial
A - Water
CFA22-0102
103882
58488
30114-0200431-103882-EO7685
X-27214
K-2885
CITY PARTICIPATION:
Roderick Baker Phone No:
Mosadage Mohammdeen, P.E. Phone No:
NO
214-397-9308
817-392-2443
CHANGE
ORDER No:
4
CONTRACT UNIT
WATER
SEWER
DRAINAGE
PAVING
Developer
Developer
Developer
Cost
Developer Cost
Cast, . Cost CJty-C4s1_,
Cost Cky,Gostl
ORIGINAL CONTRACT
$2,597,190.80
$27,380.00
$263,698.00
$207,656.00
EXTRAS TO DATE
$31,185.10
$0.00
$0.00
$0.00
,
CREDITS TO DATE
$105,104.00
$0.00
$31,416.00
$4,461.00
CONTRACT TO DATE
$2,523,271.90
$27,380.00
$232,282.00
$203,195.00
AMOUNT OF PROP: CHANGE ORDER
$24,889.30
$0.00
_$0.00_
$0.00
REVISED CONTRACT AMOUNT
$2,548,161.20
$27,380.00
$232,282.00
$203,195.00
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
$2.548,161.20
$27,380.00
$232,282.00
$203,195.00
REVISED COST SHARE
Dev. Cost:
$3,082,048.20
TOTAL REVISED CONTRACT
$3,082,048.20
STREET LIGHTS
CONTRACT
zveloper
DAYS
ost City Cost
$71,030.00
150
$0.00
$0.00
$71,030.00 %00
150
$0.00 W.00
0
$71,030.00 Sa,$#.00
150
$71,030.00
Revised: 12-17-2018 Page 1
UNIT I: WATER IMPROVEMENTS
CITY BID ITEM
PAY ITEM
#
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE TOTAL
1
3311.0141
20
LF
6" Water Pipe
$
167.00 $ 3.340.00
2
3311.0241
7.5
LF
8' Water Pipe
$
125.00 $ 937.50
15
3312.302
1
EA
6" Gate Valve
$
2,029.00 $ 2,029.00
16
3312.3003
1
EA
8" Gate Valve
$
2,696.00 $ 2,696.00
17
3312.3003
2
EA
12" Gate Valve
$
5,228.00 $ 10,456.00
18
3311.0001
0.4
TON Ductile Iron Water Fittings w/ Restraint
$
6,077.00 $ 2430.80
22
3212,0001
1
EA
Fire Hydrant
$
3,000.00 $ 3:000.00
TOTAL UNIT 1: WATER IMPROVEMENTS
$ 24,889.30
REASONS FOR CHANGE ORDER
Add a fire line tap to the proposed 12" water main W-2 to accommodate fire department fire line permitting comments. Added a new fire hydrant to meet FDC
hydrant spacing
requirements.
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
Westwood Professional
By:
Name: Preston Bartley
Title: Project Manager
RECOMMENDED:
CFW - *Contract Compliance Manager
By: N/A
REVIEWED
By Mosadage Mohammdeen at 12:56 pm, Aug 05, 2024
APPROVED:
SP Wh FT. of JV, LLC
By. �17(�t �r1
Name `AMPS �o/Li/�7L/
Title: Nl,�►.v.4Gf/Z
ATTEST
N/A
_ Jannette S. Goodall
City Secretary
APPROVED:
North Texas Cont- racti Inc
By:
Name: nGt�r
Title: 1 {U (t f YTICtJv�P�Q
J
` Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
s There are NO City Funds associated with this Contract
There are City Funds associated with this Contract
Revised: 12-17-2018 Page 2
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: 1st Street Industrial
CITY PROJECT NUMBER: 103882
WATER
PIPE LAID SIZE TYPE OF PIPE LF
Open Trench 6" PVC 28
Open Trench 8" PVC 22.5
Open Trench 12" PVC 2608
Bore 12" Ductile 315
FIRE HYDRANTS: 5 VALVES (16" OR LARGER) 0
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: Taken Passed
NEW SERVICES: 3" Water Meter and Vault 1 EA
2" Copper 4 EA
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
Open Trech 8" PVC 16
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: Taken Passed
NEW SERVICES: 6" PVC 1 EA
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
April 10, 2025
North Texas Contracting, Inc.
4999 Keller -Haslet Road
Keller, TX 76244
RE: Acceptance Letter
Project Name: 15Y Street Indusstrial
Project Type: Water and Sewer
City Project No.: 103882
To Whom It May Concern:
On April 14, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on April 25, 2025. The final inspection and
the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is
therefore accepted by the City. The warranty period will start on April 25, 2025, which is the date of the
punch list completion and will extend of two (2) years in accordance with the Contract Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at 817-
392-2443.
Sincerely,
Moradage Moha�+�+deen,�E.
Mosadage Mohammdeen, Project Manager
Cc: Roderick Baker, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Pacheco Koch, Consultant
North Texas Contracting, Inc., Contractor
SP White FT Worth JV, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
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 COLIN EGAN, PM
Of NORTH TEXAS CONTRACTING, INC, 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;
Water, Sewer, Paving, Drainage & Street Light Improvements to 1" Street
Industrial - CPN 103882
BY _
COLIN EGAN
Subscribed and sworn before me on this date 21 st of April, 2025.
al2a/�-
Notary Public
TARRANT,TX
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
PROJECT:
(name, address)1st Street Industrial
TO (Owner)
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No SU1190565
SP WHITE FT. WORTH JV, LLC AND CITY OF FORT ARCHITECT'S PROJECT NO:
WORTH CONTRACT FOR: 1st Street Industrial - CFA 22-0102
1601 Elm St., Suite 4360
Dallas TX 75201 --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
(here 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 (here 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 (here insert name and address of Owner)
SP WHITE FT. WORTH X LLC AND CITY OF FORT WORTH
1601 Elm St., Suite 4360
Dallas TX 75201 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: I
`
\Seal): a
21st day of April, 2025
ARCH INSURANCE COMPANY
Surety Company
Signature of Authorized Representative
Robbi Morales
Title
Attorney -in -Fact
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
00456
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein .stared.
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, Mikaela Peppers, Ricardo J. Reyna, Robb! Morales, Sophinie Hunter, Tina McEwan and Tonle
Petranek of Dallas, TX (EACH)
its true and lawful Attorney(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 One Hundred Fiftv Million Dollars ($150.000.000.00).
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 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 -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 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 be signed and its corporate seal to be affixed by their authorized officers, this 231 day
of March, 2023.
Attested and Certified
— `r9 `03 Arch Insurance Company
A . Ut V v r wRrvw+rt r����
v s tnt
1971
Regan . Shulman, Secretary Stephen C. Ruschak, Executive Vice President
STATE OF PENNSYLVANIA SS
COUNTY OF PHILADELPHIA SS �IS>ioY1�
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 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.
CORV"WA M of PerM*IlVanla - Notary W A ,�
WHILE TRWM,lbtaryPubve .tX.� •M.
PsRadelphtt County Michl�e podi, Nota blic
My CommlUion Exp es July 31, 202S
CERTIFICATION Commission Norber 116UU My commission expires 07/31/2025
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 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.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this18, day of April
2025 � • �� '
Re A. Shulman, Secretary
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.
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Cg O
Arch Insurance —Surety Division
3 Parkway, Suite 1500
Philadelphia, PA 19102 sm
` i9Y1
�{ssour�
To verily 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.