Loading...
HomeMy WebLinkAbout040404-A1-FP2 - Construction-Related - Contract - Rockport Construction Group, LLCFORT WORTHo -FP2 City Secretary Contract No. 60404-A1 Date Received 12/4/2025 12/05/2025 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: Envision Imaging Center City Project No.: 105019 Improvement Type(s): ® Paving ❑ Drainage ❑ Street Lights ❑ Turn Lane Ori gi n a I Contract Price: $62,023.50 Amount of Approved Change Order(s) Revised Contract Amount: Total Cost of Work Complete: Contractor President Title Rockport Construction Group, LLC Company Name Project Inspector Raw 7-1warl' Project Manager aV'L� CFA Manager 12/02/2025 Date 12/02/2025 Date 12/04/2025 Date 12/04/2025 Date 12/04/2025 $30,466.95 $92,490.45 $92,490.45 TPW Director Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Envision Imaging Center City Project No.: 105019 City's Attachments Final Pay Estimate ❑x Change Order(s): ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety 9 Statement of Contract Time Contract Time: 100 WD Work Start Date: 3/12/2025 Completed number of Soil Lab Test: 109 Completed number of Water Test: 6 Days Charged: 97 WD Work Complete Date: 8/11/2025 Page 2 of 2 CITY OF FORT WORTH Contract Name ENVISION IMAGING CENTER Contract Limits Project Type PAVING DOE Number 5019 Estimate Number 1 Payment Number 1 For Period Ending 8/11/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 97 WD Contract Date REYNOLDS ASPHALT AND CONSTRUCTION NA P.O. BOX 370 EULESS TX 76039 D. WATSON S. GARCIA 20Contract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 105019 Wednesday, December 3, 2025 Page 1 of 4 Contract Name ENVISION IMAGING CENTER Contract Limits Project Type PAVING DOE Number 5019 Estimate Number 1 Payment Number 1 For Period Ending 8/11/2025 Project Funding City Project Numbers 105019 UNIT IV: PAVING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 6" ASPHALT REPAIR (CO#3)0 SY $138.70 $0.00 0 $0.00 2 6" CEMENT STABILIZATION AT 32 LBS/SY 520 SY $47.10 $24,492.00 520 $24,492.00 3 2" HMAC - TYPE D (CO#3)0 SY $33.50 $0.00 0 $0.00 4 6" ASPHALT REPAIR - PG70-22 (CO#3)317 SY $142.35 $45,124.95 317 $45,124.95 5 6" ASPHALT REPAIR - PG70-22 (CO#3)520 SY $34.65 $18,018.00 520 $18,018.00 6 ASPHALT PAVING CRACK SEALANTS (CO#3)2158 LF $2.25 $4,855.50 2158 $4,855.50 $92,490.45 $92,490.45Sub-Total of Previous Unit Wednesday, December 3, 2025 Page 2 of 4 Contract Name ENVISION IMAGING CENTER Contract Limits Project Type PAVING DOE Number 5019 Estimate Number 1 Payment Number 1 For Period Ending 8/11/2025 Project Funding City Project Numbers 105019 Contract Information Summary Change Orders $62,023.50Original Contract Amount $92,490.45Total Contract Price $92,490.45 Less Total Cost of Work Completed % Retained $0.00 Net Earned $92,490.45 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $92,490.45 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $92,490.45 $0.00 3 $30,466.95Change Order Number Wednesday, December 3, 2025 Page 3 of 4 Contract Name ENVISION IMAGING CENTER Contract Limits Project Type PAVING DOE Number 5019 Estimate Number 1 Payment Number 1 For Period Ending 8/11/2025 Project Funding City Project Numbers 105019 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $92,490.45 Less Total Cost of Work Completed % Retained $0.00 Net Earned $92,490.45 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $92,490.45 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $92,490.45 $0.00 City Secretary Contract Number 97 WD Contract Date REYNOLDS ASPHALT AND CONSTRUCTION NA P.O. BOX 370 EULESS TX 76039 D. WATSON S. GARCIA 20 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Wednesday, December 3, 2025 Page 4 of 4 DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: Fort Worth MOB - Envision Imaging Center CHANGE (CONTRACT: Water, Sewer, Paving, & Street Light Improvements ORDER No: ICFA # 23-0121 I CITY PARTICIPATION:( NO ICITY PROJECT # 105019 ICITY SECRETARY CONTRACT # 60404 -A-1 3 IFID # 30114-0200431-105019-EO7685 IX # 27930 IFILE # N/A INSPECTOR: Sergio Garcia Phone No: 817-647-2524 PROJECT MANAGER: Ram Tiwari Phone No: 817-392-2237 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS WORKING Developer Developer Developer Developer DAYS Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost IORIGINAL CONTRACT $118,775.00 $0.00 ' $42,475.00 $0.00 $0.00 $0.00 $62,023.50 $0.00 $122,711.00 $0.00 100 IEXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 r1111111111110 $0.00 $0.00 $1,687.00 $0.00 ICREDITS TO DATE $0.00 $0.00 $0.00 $0.00 ' $0.00 $0.00 $0.00 $0.00 $0.00 (CONTRACT TO DATE $118,775.00 $42,475.00 $0.00 $0.00 ' $0.00 $62,023.50 $0.00 $124,398.00 $0.00 0 (AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $0.00 $0.00 ' $0.00 $30,466.95 $0.00 $0.00 $0.00 0 REVISED CONTRACT AMOUNT $118,775.00 M $0 $42,475.00 $0.00 $0.00 $0.00 $92,490.45 $0.00 $124,398.00 $0.00 100 TOTAL REVISED CONTRACT AMOUNT PER UNIT $118,775.00 $42,476.00 $0.00 $92,490.45 $124,398.00 REVISED COST SHARE Dev. Cost: $378,138.45 City Cost: TOTAL REVISED CONTRACT $378,138A5 REVIEWED By TIWARIR at 4:28 pm, Sep 17, 2025 10 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: PAY ITEM # CITY BID ITEM QUANTITY UNIT 1 3201 17 -145 SY 4* 321617 317 SY 3 321216 -520 SY 5* 321216 520 SY 6* 99 99 99 2158 LF Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER ,IN T IV: PAVING IMPROVEMENTS CFW Unit ITEM DESCRIPTION Price 9999.05 6" Asphah Repair - PG64-22 $0.00 9999.05 6" Asphah Repair - PG70-22 $0.00 3212.0302 2" HMAC -Type D - PG64-22 $0.00 3212.0302 2" HMAC -Type D - PG70-22 $0.00 3212.73 Asphalt Pavinq Crack Sealants $0.00 TOTAL UNIT IV: PAVING IMPROVEMENTS Developer UNIT PRICE Cost City Cost TOTAL $138.70 ($20,,111.50) $0.00 ($20,111.50) $142.35 $45,124.95 $0.00 $45,124.95 $33.50 ($17,420.00) $0.00 ($17,420.00) $34.65 $18,018.00 $0.00 $18,018.00 $2.25 $4,855.50 $0.00 $4,855.50 $30.466.95 $0.00 $30,466.95 Mix desian chanced on 06/07/2024. after execution. Mix desian chanced from saec of PG64-22 to PG70-22. Resulted in price chance as well. Street crack sealina added durina construction. REVIEWED By TIWARIR at 4:28 pm, Sep 17, 2025 Revised: 12-17-2018 Page 2 RECOMMENDED; APPROVED: APPROVED: Barron Starkfng,9ders The Isee Andrson Family I Limited Partnership �/1 Rockport Construction Grpdp; j1 B Date: Date: T s Bv:.�-�"-^""'"��^''' 7 �Date: 08/27/2025 Name: Charles Stark, P.E. ame: Dr. Lee Anderson Name: Chuck King Title: Project Engineer Title: President Title: Sr. Project Manager APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW- Water Department CFW - Assistant City Manager CFW - Assistant City Attorney By: Not Applicable Date: By: Not Applicable Date: By: Not Applicable Date: Name: Not Applicable Name: Not Applicable Name: Not Applicable Title: Not Applicable Title: Not Applicable Title: Not Applicable RECOMMENDED: CFW- 'Contract Compliance Manager By: Name: Title: M&C Number: M&C Date Approved: Date: N/A N/A ATTEST By: Not Applicable Date: Name: Jannette S. Goodall Title: City Secretary " Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, and ensuring all performance and reporting requirements. ja There are NO City Funds associated with this Contract OThere are City Funds associated with this Contract REVIEWED By TIWARIR at 4:28 pm, Sep 17, 2025 Revised: 12-17-2018 Page 3 DLTAL IX. FTC H�pWWT `�F ra 32 p„7 I E< a• �G N.Ea n-2BN,1 VA I N PENNSYLVANI` AVENUE )� / w ry1II sERMCE AT THE uAri/ Raw sores° KnsGR SP, A5I G cRGT /Fasr c G G u s'mRI B-1sn)\ IA ec p S' Gu1 c11.a CONNECT ErNDZ'SL N. C FRD,EN ER wATEe W GA5 UNfS E0 p� \ N ff qN F —1I R DATE m � / i i I- TNE g�3 Ss F SS pc 2rtR q-ama) I. AllS\ 55 M / (E AAEA ..55 wo RA CI as 79,112. a 5 j W lIN ,TM wuER 0-zaew) M 9 STA: 0+00.00 W.L.1 CONNECT TO EXISTING 12" WATER LINE NS ALL "%8" REDUCER L GATE VALVE - 1-8" CLEANING WYE INSERT LOCATION FOR POLY PIG - �' , o a /m ee°a 3 NUMBER OF WATER SAMPLING TABLE LOCATION OF WATER SAMPLING NUMBER OF SAV.=LES 1 340 LF OF PIPE 2 EA 2 SERVICE LINE 2 EA 3 BRANCHED OFF THE MAIN (LONGER THAN 20 LF) 1 EA 4 FIRE LINE 1 EA 5 HYDRANT 0 EA SU 3TOTAL 6 EA TOTAL SAMPLE TESTED (2 CONSECUTIVE PASSING)= 10 EA TEST ESTIMATED COST FOR WATER SAMPLING 300.00 ($30/EACH) (MINIMUM 4 WATER SAMPLE TESTINGS) NS3+40.02 W.L.1 NSTAL jSTI' 1 1,1 1-8"Xfi" REDUCER 1-a GATE VALVE 1-8" CLEANING WYE REM IXAL cLOC/VTON FCR W.-014•SREET «........""CAUTION..«,.....,... N .Npnm�N.,�a,p W� � ►E NO WATER/SEWER STUDY ' REQUIRED FOR THIS PRO,ECT c GRAPHICSCALE J 1'=3tl 30 30 6D LEGEND ' SYMBOL DESCRIPTION O RE REuwEo / I EXISTING WATER VALVE 'EMI KR ( EXISTING FIRE HYDRPNT REFER TO CM M. °E!LL 020 / O EXISTING SAN. SEWER MANHOLE PNOP SAN. SEWER MANHOLE TA: 0+47.83 W.L1 0+00 00 FIRE UNE INSTALL INSTALL: / 6•�, H FIRE DEPARTMENT CONNECTION (FDC) 1-8"X6" TEE 1 6" GATE VALVE ❑ / FIR ® E RISER TN / FIRE HYDRANT WATER VALVE Y tsRf° / N WATER VALVE REDUCER LI 58Tt / D ELECTRICAL TRANSFORMER 629E RAC - CO3.O / © GAS ETER / ItL ILL A A, �� P 1) 55 14B HOURS CONTRACTOR O TO ATLEAST BEGINNING EXCAVATION SECOND DIGTESS NUMBER 800-395-0440 S 'NSTPL.. tsW1 18'1,35°BEND FORT WORTH WATER DEPT. 817-392-8295 FORT WORTH TRANS. & PW 817-392-7738 ONCDR Boo_ 313-6862 — ATMOS 500-450-3030 RSprl 'A EFER ro CM srp. cnuL oszplR FR AT&T 800-545-6005 FIELD VERIFY MIN. 9' CLEARANCE BETWEEN PROPOSED WATER & EXISTING SEWER UNE �IN5TA11 a PLAN •,,.._I SITE / w (REVIEWED By TWariR at 2AS prn, Apr 14, 2025 J 611 - 8 6 ➢' 11 WATER GENERAL NOTES. I. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE CITY OF FORT WORTH DESIGN STANDARDS AND SPECIFICATIONS. 2 WATER LINES TO BE AWWA C-900 PVC, DR-14, CLASS 200. 3 ALL WATER SERVICE LINES TO CONFORM WITH CITY OF FORT WORTH PLUMBING COOS 4. FIRE LINES TO BE INSTALLED BY STATE LICENSED FIRE LINE INSTALLER IN ACCORDANCE WTH CITY OF FORT WORTH FIRE MA SHALL REQUIREMENTS. FIRE LNES AND FDC CONNECTIONS TO BE STUBBED BETWEEN 12 AND 14 INCHES ABOVE FINISH FLOOR IN THE FIRE RISER ROOM AND COVERED WFH A BLIND FLANGE, 5 ALL TRENCHES WITHIN PROPOSED PAVEMENT AREAS SHALL BE BACKFILLED WITH SELECT NATIVE MATERIAL AND COMPACTED TO A MINIMUM OF 95% STANDARD PROCTOR DENSITY (ASTM D-698). JI; 6, UTI 11 CONTRACTOR WILL BE RESPONSIBLE FOR A 2-YEAR E%. VALVES FOR 12" WATER LINE IN 'INNSYLVPNNI AVE MAINTENANCE BOND TO CITY OF FORT WORTH FOR ALL PUBLIC WATER FACILITIES. 7. PLUG DOMESTIC WATER SERVICE LINES 5 FEET FROM BULDING FACE FOR EXTENSION BY PLUMBING CONTRACTOR. REFER TO MEP PLANS FOR CONTINUATION. B ALL WATER ONES SHALL BE PRESSURE TESTED & DISINFECTED IN ACCORDANCE WITH NCTCOG STANDARD SPECIFICATIONS ITEM 506 t-- 9 UTIJIY CONTRACTOR TO VERFY FIRE RISER ROOM LOCATIONS FOR 12' WATER WITH ARCHITECTURAL PLANS PRIOR TO CONSTRUCTION. . ADAMS ST 10. ALL VERTICAL AND HORIZONTAL FTFlINGS AND VALVES SHALL 8E DESIGNED WITH RESTRAINED JOINTS IN ADDITION TO '✓E FOR 6" WATER S. ADAMS ST CONCRETE THRUST BLOCKING. ANCHOR TEES OR ANCHOR COUPLINGS SHOULD BE USED TO SECURE ALL BRANCH VALVES TO FITTINGS. TABLE 5-2 INCLUDES THE MINIMUM LENGTHS OF PIPE TO BE RESTRAINED FOR 8-INCH AND g� 12-INCH WATER MAINS PVC - E%. VALVE FOR 6" WATER 11. RADIUS OF CURVATURE/JOINT DEFLECTION - MINIMUM .Z - LINE IN W CANNON SE - RADIUS OF CURVE AND MAXIMUM DEFLECTION ANGLE OF PIPE JOINTS WILL BE RESTRICTED TO 50% OF MANUFACTURER'S RECOMMENCANON, AFTER WHICH THE USE OF HORIZONTAL OR VERTICAL BENDS WILL BE REQUIRED. NO BENDING OF PIPE IS ALLOWED. 12 APPROVAL PER IPRCII-1111 •, .II 13. CPN 105019 zo W oo� 0_ a� oQ L • �I 0.w i M� W CHARLES F. STARK 57357 fsf.Isifw`N"'�E zuFx Q �OF a O 3r rH� F P� C7OO z U Z Z a OUa F W CLIENT Nu W4 PROJECT No. To,. DESIGN: WA5 DRAWN: ROC CHECKED: CTS DAZE: APRIL 2025 SHEET R1 C4.0 PER I \ N wE xwmR »..........*cAL,,N.....— N B. Ra H HW I r REFER TO CAW M. DEAL G5za 55 SS SS SS _ W— ' E \ /% PENN� �w AVENUE uF:!—,m—m,ER n-yNN� I P �6 STro F,D-VE D. !z RR (r-a,N.) I wuEa n-zaaa) R MFr NO WATER/SEWER STUDY ' z wvncTGuEo swvicEG ( STA: 0+00.00 w.L.t l REQUIRED FOR THIS PRO.ECT C O ssRACE Ar ,� uAN RmACE wmv 1 GGxssllc usTSR. SP $5I r I CONNECT TO EXISTING 12' WATER UNE J oe.0 c!!.c INSTALL: GRAPHIC SCALE I'M ixw T EA tf w azP�m 1-12'XB' REDUCER W c c G G n onuE c��o — c 4 >� L c ( tl 1-!' 81BT®WIDJE N' si5lM (s-Ises) sVTlAc ec mE �il siF sT 1-8' GBFHNI44VI TE y 3D 0 30 w !( _ / pYl fJ88RICl Bi➢ANGM4PDR POLY PIG 0. �...� UH I� 5P STA 0+60..IU"0 W. L.1 C ExmlDSEa 1. F` ISING INSERT LOCATION FOR POLY PIG LEGEND ro 5 Faux BGILMxc amx �� SYMBOL DESCRIPTION Zy 0.wa xWRwrt \ PROrtwrtR xlxlxuu�y'6d1+ G1xEo / I EXISTING WATER VALVE, d wntf A" W16,WIES I. 1-8' 45' BEND PERI h < Y 0\ ICALJOiyjlGl EXISTING FIPE HYORPNT J EfEPR®DiRQ $OX DR91L DS]0 vrre R / EXISTING SAG SEWER MANHOLE io \ c niuwnNEsla"G6UN 101 O ro BE CAST-� 0 I 0 0 _ III PROP SAN. SEWER WWHOLE Jw g4rm HPFLOGR EMD xBq,r®mnp M — oTA 4T.Q0®P06166 W L 1 ❑ ARE DEPARTMENT CONNECTION ( ) L -`.. . f,,7 PROPO k - STALL FMI� UN E / N MC EGGM EGGM i 8116'eTk€' TEE ❑ OO ARE RISER y 4 EE FLiBWd��I•-- roesto aoouuelr * l,! 3 ARE HYDRANT6 CUT, N - �11 PRIVAi a wAIEA xAn wax GRgf / WATER VALVE C / -- Ltd N µD YLE � PGPA.5Lr"uILLEo cE / N WATER VALVE O 2.86 sxl Tsa REDUCER i W v—IS. Row RAC - CO3.0 / / — 6T R. !a- IAA Ea —GE / / / 25 —1 ELECTRICAL TRANSFORMER HM�PW RASE AREA j�'�( T ) I -BEND / I Q GAS MMSETEEa�RTuT�.� I j\\\�` -t �O �ROI y — I'a]tt / ca CONTRACTOR TO CALL 'HE FOLLOWING AT LEAST p A' !NC SFAR (%-DYeGH) '� 0. C Pic wA[R lx-ovml) SS SS SS S5 55�y my SS 55 S5 SS SS 55 148 HOURS PRIOR TO BEGINNING EXCAVATION �Ftc A e siA 1N515 w1 e�~`•C _ NSTNL. SECOND DIGTESS NUMBER 800-395-0440 CHARLES F. STARK __ !� _ 6 - • -% +`-'3 ti 1-0'1125'BEND1 FORT WORTH WATER DEPT. 817-392-8296 .• 5]35] I IRE AVFA n / FORT WORTH TRANS. & PW 817-392-7738 g'9ec ONCOR 800-313-6862 b )Y (y00 PA°M r�'I w.cE ry,� ATMOS B00-460-3 62 !e A-11 IER AT&T 800-545-6005 � REFEa ro GEwUo GETAL D52D WATER GENERAL NOTES: ® 0.111xco I. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE Y /PTO Cltt OF FORT WORTH DESIGN STANDARDS AND W y7 FIELD VERIFY MIN 9• SPECIFICATIONS. W sci Te�IDENlR1P UNE OxBn j+c fEWXb UNE 2. WATER LINES TO BE AWWA C-900 fNC, OR-14, CLASS 200. L, I�I-�� / 3 ALL WATER SERVICE LINES TO CONFORM WITH CITY OF FORT F f-� WORTH PLUMBING COOS. z W a L E 4. FIRE LINES TO BE INSTALLED BY STATE LICENSED ARE LINE W U to __ REMOVAL 2LOCATIONI 'MR POLY PI 1 \ + MARSH INSTALLL R ACCORDANCE IRE NESCITY OF FORT WORTH FIRE i f �• CONNECTIONS REQUIREMENTS. FIRE LIVES AND ADC i11 Fi O F CONNECTIONS FL BE STUBBED ARE 12 AND 14 INCHES �LI y g ti m cur, acuc, w AEAxoon yy5 U ABOVE FINISH FLOOR IN THE FlRE RISER ROOM AND a W ` ?� ,1r \ ; M1 : tS - E a< s' wArcv uAw wnx cRarr CO`/ERED WITH A BLIND FLANGE. ✓O fj—�/ F J ExST WIT V#W 5 ALL TRENCHES WITHIN PROPOSED PAVEMENT AREAS SHALL b r, O O _ IN 'L'I aE ado.2o BE BACKFILLED WITH SELECT NATIVE MATERIAL AND I', 1 - I IrvsrA1 5 PLuc COMPACTED TO A MINIMUM OF 95% STANDARD PROCTOR LSN W 1 ER DENSITY (ASTM D-6BB). F NUMBER OF WATER SAMPLING TABLE ; A "r -� dl I I 6. UTIJW CONTRACTOR WILL BE RESPONSIBLE FOR A 2-YEAR Q H-- c) a Dt.s GA. wArta POL — - y ES FOR IZ- WATER MAINTENANCE BOND TO CITY OF FORT WORTH FOR ALL ZH� NUMBER OF LINEN NVPENNSYLVPNw AVE PUBLIC WATER fACIUTES. H F µ' LOCATION OF WATER SAMPLING `� a I z O w SAW/LES #4 s I� _ O ]. PLUG DOMESTIC WATER SERVICE LINES 5 FEET FROM I4 C) r a < REEDING FACE FOR EXTENSION BY PLUMBING CONTRACTOR. �] F 1 34B LF OF PIPE 2 EA X. CANNON SBSET / 1 REFER TO MEP PLANS FOR CONTINUATION. B. ALL WATER UNES SHALL BE PRESSURE TESTED & IJ 2 SERVICE LINE 2 EA -� -- G4 li 8� 12 P.V.C.2090 3 DISINFECTED IN ACCORDANCE WITH NCTCOG STANDARD 3 BRANCHED OFF THE MAIN (LONGER THAN 20 LF) 1 EA .1. A £ SPECIFCATIONS ITEM 506 �z1 4 FIRE LINE 1 EA \. - 9. UTIJTY CONTRACTOR TO VERIFY FIRE RISER ROOM LOCATIONS W WITH ARCHITECTURAL PLANS PRIOR TO CONSTRUCTION. $ HYDRANT O EA $ITE EX. VALVE FOR 12' WATER LINE IN S. ADAMS ST 10. ALL VERTICAL AND HORIZONTAL FIRINGS AND VALVES SHALL CLIENT Nu 60A Q — BE DESIGNED WITH RESTRAINED JOINTS IN ADDITION TO 1 a CONCRETE THRUST BLOCKING. ANCHOR TEES OR ANCHOR B PVG _ EX. VALVE FOR 6' WATER COUPLINGS SHOULD BE USED TO SECURE ALL BRANCH PROJECT ao. 1010 SUBTOTAL 6 EA - LINE IN S. ADAMS ST VALVES TO FRTINGS. TABLE 5-2 INCLUDES THE MINIMUM LENGTHS OF PIPE TO BE RESTRAINED FOR 8-INCH AND DESIGN: WINS ^� 12-INCH PVC WATER MAINS TOTAL SAMPLE TESTED (2 CONSECUTIVE PASSING)= 10 EA 1 EX vALVE roR s• wATER 11. RADIUS OF I WATURE/JOIVT DEFLECTION - MINIMUM OWN: ROG REVIEWED I LIVE IN W CANNONS RADIUS OF CDRIVE AND MAXIMUM DEFLECTION ANGLE OF By TIMreriR BE 2:45 Pm, APF 14, 2025 _ PIPE JOINTS WILL BE RESTRICTED TO 50% OF CHECKED: CES _ S --�i� MANUFACTURER* B RECOMMENDATION, AFTER WHICH THE USE TEST ESTIMATED COST FOR WATER SAMPLING I Ll V' OF HORIZONTAL OR VERTICAL BENDS WILL BE REQUIRED. NO W1E: ARNE 2029 C - BENDING OF PIPE IS ALLOWED. ($30/EACH) 300.00 - ry _ 5�_ _ _ sNaT (MINIMUM 4 WATER SAMPLE TESTINGS) 51 m 12 APPROVAL PER IPRC23-0124 ���.0 - 13. DEN 105019 R 32 12 16 - 9 ASPHALT PAVING Page 9 of 24 Table 3 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 I #200 0-30 2 2. Mineral Filler 3 a. Mineral filler consists of finely divided mineral matter such as agricultural 4 lime, crusher fines, hydrated lime, cement, or fly ash. 5 b. Mineral filler is allowed unless otherwise shown on the Drawings. 6 c. Do not use more than 2 percent hydrated lime or cement, unless otherwise 7 shown on the Drawings. The Drawings may require or disallow specific 8 mineral fillers. When used, provide mineral filler that: 9 1) Is sufficiently dry, free -flowing, and free from clumps and foreign matter; 10 2) Does not exceed 3 percent linear shrinkage when tested in accordance with 11 Tex-107-E; and meets the gradation requirements in Table 4. 12 Table 4 13 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55-100 14 15 3. Baghouse Fines 16 a. Fines collected by the baghouse or other dust -collecting equipment may be 17 reintroduced into the mixing drum 18 4. Asphalt Binder and Mix Types 19 a) Surface Course: Use TxDOT dense -graded DG-D with virgin PG 70-22 20 (no recycled materials such as recycled asphalt shingles or reclaimed 21 asphalt pavement) or Superpave SP-D with PG 70-22 as summarized in 22 Table 5. 23 b) Base Course: use PG 64-22 SP-B or TxDOT DG-B ixes for base 24 courses. 25 c) Hand Paving: When hand paving is allowed, PG64-22 an be used for 26 surface courses. 27 28 Table 5 29 Asphalt Binder and Mixture Requirements Pavement Layer Mixture Requirement PG 70-22 Superpave SP-D Surface Course Virgin PG 70-22 TxDOT DG-D (No recycled material) Binder Course PG 64-22 T.DOT DG-B PG 64-22 Superpave SP-B i 30 31 32 Material Spec Change 2024. Previously PG64 -22 at time of original pricing. Since contract was executed w/ City of Forth Worth after June 2024. This spec governed the project. Pricing changed in CO 3.0 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised June 7, 2024 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS October 15, 2025 Rockport Construction Group, LLC 8400 Belleview Dr., Ste #140 Plano, TX 75024 RE: Acceptance Letter Project Name: Envision Imaging Center Project Type: Paving, Street Lights City Project No.: 105019 To Whom It May Concern: On October 22, 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 November 19, 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 November 19, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2237. Sincerely, haw T-ww Ram Tiwari, P.E., Project Manager Cc: Sergio Garcia, Inspector Don Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Andrew Goodman, P.E., Program Manager Barron -Stark Engineers, LP, Consultant Rockport Construction Group, LLC, Contractor The Lee Anderson Family I. Limited Partnership, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 Signature: Signature: Email: tpw_greensheet_cfa@fortworthtexas.gov Email: tpwcfafiscal@fortworthtexas.gov Signature: Email: zz_fin_capitalasset@fortworthtexas.gov AFFIDAVIT STATE OF TEXAS COUNTY OF COLLIN Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared DONALD LOTZ, PRESIDENT Of ROCKPORT CONSTRUCTION GROUP, LLC, 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; GENERAL CONTRACTOR BY j DONALD LOTZ, PRESIDENT Subscribed and sworn before me on this date 5TH of SEPTEMBER, 2025. �'L-rh . "'I't n-/ Pub. lic Notary _ COLLIN COUNTY TEXAS ?NON P�4,:, KATFlERINE LYNN THURMONO •: ;* My Notary ID # 125376813 Expires August 31, 2029 T11 AIA Document G707 _ 1994 Consent of Surety to Final Payment PROJECT: (game and address) ARCHITECT'S PROJECT NUMBER: OWNER CPN 105019 - Envision Imaging Group - CONTRACT FOR: ARCHITECT Paving CONTRACTOR. 1101 Pennsylvania Avenue, Fort North, TX CONTRACT DATED: 76014 09-25-2023 SURETYJ TO OWNER: ovame and addressOTHERJ I The Lee E. Anderson Family I. Limited Partnership 1101 Pennsylvania Avenue, Fort Worth, TX 76014 In accordance with the provisions of the Contract between the Cnvner and the Contractor as indicated above. the (Insert name and address of Surei}) Colonial American Casualty and Surety Company 15303 Dallas Pkwy, Suite 800 Addison, TX 75001 ,SURETY, on bond of (Insert name and address of Contractor,; Reynolds Asphalt & Construction Company P.O. Box 370 Euless, TX 76039 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) The Lee E. Anderson Family 1. Limited Partnership 1101 Pennsylvania Avenue, Fort Worth, TX 76014 ONVINER, as set forth in said Surety's bond. IN WITINESS'WHERECIF, the Surety has hereunto set its hand on this date: November 25, 2025 (7jisert in writing the monthfollowed by the nunteric date and year.) ^(Siggnature) Attest: Kyle W. Sweeney, Attorney -in -Fact (Seal)* (Printed name and title) AIA Document G707 1994. Copyright 01982 and 1994. All rights reserved. 'The American Institute of Arrhitects "American Institute of kchitects,' 'AJA,l the AIA Logo. and -AIA Contract Documents" are trademarks of The American Institute of Architects, T Ns document was produced at 09.34:44 CST on 11/25/2025 under Subscription No.20250158484 which expires on 0910512026, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract DocurrientsO Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts. cam. User Notes; (6926cb73a04154e1 4d857t92) ZURICH AMERICAN INSURANCE CONIPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT CONIPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation ofthe State of Illinois (herein collectively called the "Companies"), by Christopher Nolan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certi tied to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Charles D. SWEENEY, Elizabeth GRAY, Kyle W. SWEENEY, Michael A. SWEENEY, David W. SWEENEY of Fort Worth, Texas, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 06th day of May, A.D. 2025. '� `p3EiLyam "SEA/Jz'� o3EAL._ •.. "° .. ATTEST. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND n By: Christopher Nolan Vice President r 1 X'X By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 06th day of May, A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seats affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ' �j� �\'•� y���'yl�BlllG.Qy� qpF ,ionevieve M. Maison Notary Public My Commission Expire January 27, 2029 EXTRACT FROM BY-LAWS OF THE COMPANIES Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 25th day of November , 2025 . Oay un�n u�un,'�•"�M'l'� �aJ• Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 renortsfclaimsa,zurichna. com 800-626-4577 Authenticity of this bond can be confirmed at bon dvalidator.zurich na.com or 410-559-8790