Loading...
HomeMy WebLinkAbout060409-FP2 - Construction-Related - Contract - Rumsey Construction-FP2 FORTWORTH. City Secretary Contract No. 60409 Date Received 12/1/2025 NOTICE OF PROJECT COMPLETION (Developer Projects) 12/08/2025 The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Public Market City Project No.: 104792 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $237,204.00 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $237,204.00 David Ri)tchinson David Hutchinson : Nov 21,=G 1111:17 CST Contractor Vice President Title Rumsey Construction Company Name Project Inspector -01�� Project Manager 'V-� CFA Manager X .Fll: Lauren Prleur (Dec 1, 2025 10:14:54 CST) TPW Director C�4 Asst. City Manager 11/24/2025 Date 11/24/2025 Date 11/25/2025 Date 12/01/2025 Date 12/01/2025 Date 12/05/2025 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Public Market City Project No.: 104792 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x 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 Days Charged: 244 Work Start Date: 2/9/2024 Work Complete Date: 6/19/2025 Completed number of Soil Lab Test: 235 Completed number of Water Test: 6 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PUBLIC MARKET Contract Limits Project Type WATER & SEWER City Project Numbers 104792 DOE Number 4792 Estimate Number 1 Payment Number 1 For Period Ending 6/19/2025 WD City Secretary Contract Number Contract Date Project Manager NA Contractor RUMSEY CONSTRUCTION, LLC 6617 VILLAGE SPRINGS DRIVE PLANO, TX 75024 Inspectors M. GLOVER / J. MANRY Contract Time 15WD Days Charged to Date 244 Contract is 100.00 Complete Wednesday, August 6, 2025 Page 1 of 4 City Project Numbers 104792 DOE Number 4792 Contract Name PUBLIC MARKET Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 6/19/2025 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 SALVAGE 1" WATER METER 1 EA $1,968.00 $1,968.00 1 $1,968.00 2 DUCTILE IRON WATER FITTINGS W/ 0.5 TN $498.00 $249.00 0.5 $249.00 RESTRAINT 3 6" WATER PIPE 52 LF $176.00 $9,152.00 52 $9,152.00 4 8" WATER PIPE 18 LF $195.00 $3,510.00 18 $3,510.00 5 CONNECTION TO EXISTING 4"-12" WATER 5 EA $9,235.00 $46,175.00 5 $46,175.00 MAIN 6 1" WATER SERVICE, METER RECONNECTION 1 EA $1,612.00 $1,612.00 1 $1,612.00 7 2" WATER SERVICE 2 EA $2,543.00 $5,086.00 2 $5,086.00 8 3" WATER METER AND VAULT 1 EA $48,767.00 $48,767.00 1 $48,767.00 9 6" GATE VALVE 3 EA $2,116.00 $6,348.00 3 $6,348.00 10 8" GATE VALVE 2 EA $2,989.00 $5,978.00 2 $5,978.00 11 TRENCH SAFETY 136 LF $1.00 $136.00 136 $136.00 12 3" WATER PIPE 20 LF $85.00 $1,700.00 20 $1,700.00 13 REMOVE EXISTING 3/4 METER AND SERVICE 1 EA $1,968.00 $1,968.00 1 $1,968.00 Sub -Total of Previous Unit $132,649.00 $132,649.00 UNIT II: SANITARY IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 POST -CCTV INSPECTION 10 LF $180.00 $1,800.00 10 $1,800.00 2 MANHOLE VACUUM TESTING 3 EA $180.00 $540.00 3 $540.00 3 MANHOLE ADJUSTMENT. MINOR 2 EA $6,260.00 $12,520.00 2 $12,520.00 4 TRENCH SAFETY 10 LF $1,000.00 $10,000.00 10 $10,000.00 5 6" SEWER PIPE 10 LF $744.00 $7,440.00 10 $7,440.00 6 EPDXY MANHOLE LINER 21 VF $1,185.00 $24,885.00 21 $24,885.00 7 4'DROPMANHOLE 1 EA $14,678.00 $14,678.00 1 $14,678.00 8 CONNECT PRIVATE SS TO PROPOSED SSMH 2 EA $16,346.00 $32,692.00 2 $32,692.00 Sub -Total of Previous Unit $104,555.00 $104,555.00 Wednesday, August 6, 2025 Page 2 of 4 City Project Numbers 104792 Contract Name Contract Limits Project Type Project Funding PUBLIC MARKET WATER & SEWER Contract Information Summary Original Contract Amount Change Orders Total Contract Price DOE Number 4792 Estimate Number 1 Payment Number 1 For Period Ending 6/19/2025 $237,204.00 $237,204.00 Total Cost of Work Completed $237,204.00 Less % Retained $0.00 Net Earned $237,204.00 Earned This Period $237,204.00 Retainage This Period $0.00 Less Liquidated Damages Days @ / 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 $237,204.00 Wednesday, August 6, 2025 Page 3 of 4 City Project Numbers 104792 Contract Name PUBLIC MARKET Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors M. GLOVER / J. MANRY Contractor RUMSEY CONSTRUCTION, LLC 6617 VILLAGE SPRINGS DRIVE PLANO, TX 75024 DOE Number 4792 Estimate Number 1 Payment Number 1 For Period Ending 6/19/2025 City Secretary Contract Number Contract Date Contract Time 150 WD Days Charged to Date 244 WD 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 $237,204.00 Less % Retained $0.00 Net Earned $237,204.00 Earned This Period $237,204.00 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 $237,204.00 Wednesday, August 6, 2025 Page 4 of 4 FORTWORTH ' w" TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: WATER & SS REPLCEMENT CONTRACTY 2019 WSM-O PART 2 CITY PROJECT NUMBER: 103381-2 WATER PIPE LAID SIZE TYPE OF PIPE LF WATER PIPE 8" PVC 18 LF WATER PIPE 6 PVC 52 LF WATER PIPE 3 PVC 20 LF FIRE HYDRANTS: 0 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: NEW SERVICES: 2 COPPER 2 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF SEWER PIPE 6 PVC SDR-26 10 LF SEWER PIPE SEWER PIPE SEWER PIPE SEWER PIPE SEWER PIPE PIPE ABANDONED SIZE TYPE OF PIPE LF 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 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS June 19, 2025 RUMSEY CONSTRUCTION 4336 MARSH RIDGE CARROLLTON, TX 75010 RE: Acceptance Letter Project Name: Public Market Project Type: water, sewer,paving,lighting and drainage City Project No.: 104792 To Whom It May Concern: On July 10, 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 August 5, 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 August 5, 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- 392-7800. Sincerely, _400161- Sandip Adhikari , Project Manager Cc: Stephen Barnard, Inspector Mike Glover , Inspection Supervisor Daniel,Roy, Senior Inspector Andrew Goodman, Program Manager KIMLEY HORN, Consultant RUMSY CONSTRUCTION, Contractor The Harden LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas County of Denton B/EnFnOR'Ei E. the undersigned authority, on this day personally appeared �Jc ) known to me to be a credible person and officer of RumseyConGtntrainn Inrt ) and who, being duly sworn, upon his oath declares and acknowledges as follows: I am a duly authorized agent of (Rumsey Construction Inc 1, which has authorized me to make this affidavit, and all of the recitations herein are true and correct. 2. Pursuant to Private Development Contract No. 104792 between (NE Construction ) and (Rumse)r Gonstr irtinn In )for (Public Market )� ( Rumsey Construction, Inc) has supplied materials and performed labor in connection with the construction of improvements on real property owned by (Harden, LLC by Wilks Development LLC) in the City of Fort Worth ("the improvements") 3. ( Rumsey Construction, Inc ) has actual knowledge that all bills owed by (NE Construction ) to (Rumsey Construction, Inc ) for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. ( Rumsey Construction, Inc ) has actual knowledge that all bills owed by ( Rumsey Construction, Inc ) to others for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 5. (Rumsey Construction, Inc ) has actual knowledge that there are no claims or liens for materials supplied or labor performed in connection with the Private Development Contract. (Rumsey Construstion, Inc ) further warrants that should any claim or lien be filed for material supplied or labor performed in connection with the Private Development Contract, (Rumsey Construction. Inc ) will immediately furnish a bond pursuant to Texas Property Code Sections 53.236 through 53.238 for release of each the claim or lien, obtain settlement of any claim or lien, and furnish the City of Fort Worth. written full release. ( Rumsey Construction, Inc ) agrees to fully indemnify and hold harmless the City of Fort Worth from any and all costs that may occur by reason of such claims or liens. EXECUTED this oZ 1 2f day of I oye m 6e r 20 2 T By NAME: TITLE: YP d dAL— STATE OF TEXAS COUNTY OF DENTON This instrument was acknowledged before me on a �' a� a S by Ackk Bosct. / a of RumcPu CnnGtnrctinn a Inr corpo`��t ti11 �Vb�lf of said corporation. Ac.<<: saw [NOTARY PUBLIC STAMP] z � �''•,Z '%OTARY PUBLIC !pFOFt o: i�i4 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ AIA DOCUMENT G707 0Tt1I R Bond No. SBP150410 001.____ PROJECT: Water, Sewer, Paving, Lighting and Drainage Improvements to serve Public Market CPN (name, address) 104792 TO (Owner) [ Harden, LLC & City of Fort Worth 1321 Markum Gate Way, Suite 100 Fort Worth, TX 76126 CONTRACTOR: Rumsey Construction, Inc. 4336 Marsh Ridge Carrollton, TX 75010 ARCHITECT'S PROJECT NO: CONTRACTFOR: Water, Sewer, Paving, CONTRACT DATE: November 28, 2023 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert narne and address or Surety Company) Pennsylvania Insurance Company 11.0. Box 3646 Omaha, NE 68103 on bond of (here insert name and address of Contractor) , SURETY COMPANY, Rumsey Construction, Inc. 4336 Marsh Ridge ,CONTRACTOR, Carrollton, TX 75010 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 or Owner) Harden, LLC & City of Fort Worth 1321 Markum Gate Way, Suite 100 Fort Worth, TX 76126 as set lorth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 24th Attest (Seal) day of November Pennsylvania Insurance Company Surety Company �-- SlgnatUre of ALlth ized Representative 2025 .OWNER, Allyson W. De Attorney -In -Fact Title NOTIii This fnrm is io he used as a companion document to AIA DOCUMENT G706, CONTRAC" rOR's ArFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Ugion — AIA DOCUYE-NT .1 0-1. A CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA® ONE PAGE © 1970 • -riir .v4rRjCAN INSTITIA l' OF ARC] IrrECTS. 1735 New York Ave., NW, WASHINGTON, D.C. 20006 California Insurance Company • Continental Indemnity Company - Illinois Insurance Company • Pennsylvania insurance Company 10805 Old AIM Road • Omaha. Nebraska 68154 POWER OF ATTORNEY NO. ACRADD01 0523 KNOW ALL MEN BY THESE PRESENTS: That the California Insurance Company, duly organized and existing under the lawsofthc Stateof California and having its principal office in the County of San Mateo, California, and Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, corporations duly organized and existing under the laws ofthe State of New Mexico and having their principal office in the County of Santa Fe, New Mexico does hereby nominate, constitute and appoint: Allyson W. Dean. Andrea Rose Crawford, Colin E. Conly, Debra Lee Moon, Sandra Lee Roney, Troy Russell Key, Am Owens, Andrew Gareth Addison, Thomas Douglas Moore. Elizabeth Ortiz, Emily Allison Mikeska, Howard Cowan, Faith Ann Hilly, Alyssa J. Lopez, Kimberly R. Gonzalez. Cory Kiper, Crystal Langhorn, Steven W. Lewis, Teresa Ayala Its true and lawful agent and attorney -in -fact, to make. execute, seal and deliver fior and on its behalf as surety, and its act and deed any and all bonds, contracts. agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: "Unlimited" 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 California Insurance Company, Continental indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company. "RESOLVED, That the President. Senior Vice President, Vice President, Assisted Vice President, Secretary, Treasurer and each of them hereby isauthorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may he attested or acknowledged by any officer or attorney of the Company, qualifying the attorney or attorneys named in given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, all bond undertakings and contracts ofsuretyship, and to affix the corporate seal thereto." iN WITNESS WHEREOF, California insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, has caused its official seal to he hereunto allixed and these presents to be signed by its duly authorized officer the 16th day of August 2023. California Insurance Company. Continental Indemnity Company, Illinois Insurance C.%,,,pan,,Pcnnsylvania Insurance Company Jeffrey A. Silver. Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this Ifthday ofAugust .A.D. 202.3. before mca Notary Public of the Swe of Nebraska, inand for the County of Douglas, duly commissioned and qualified, came THE ABOVE OFFICER OF THE COMPANY, tome personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the some, and being by me duly sworn, 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 sigmiure as officer were duly affixed and subscribed to the said instntmetu by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, refi rred 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 Do a3, the day and ye'u Iikt above written. GENERAL NOTARY -State o1 Nebraska LiNDA S. DAVIS �(Notary Public) My Comm. Evil. September 1, 202 I, the undersigned Officer of the California Insurance Company, a California Corporation of Foster City, California, Continental indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, New Mexico Corporations of Santa Fe, New Mexico, do herby certify that the original POWER OF AI TORNEY of which the foregoing is full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, l have hereunto set my hand, and affixed the Seal of said Company, on tine 24th day of November 20 25 -- — Jeffrey A. Silver, Sccrctury IMPORTANT NOTICE -TEXAS This bond has been issued by one of the North American Casualty Group and/or SiriusPoint America Insurance Company insurance carriers listed below: Continental Indemnity Company Illinois Insurance Company Pennsylvania Insurance Company California Insurance Company SiriusPoint America Insurance Company To obtain information or make a complaint: You may call the insurance carrier's toll -free telephone number for information or to make a complaint at: (877) 234-4420 Please send all notices of claim on this bond to: Applied Surety Underwriters - Surety Claims 10805 Old Mill Road Omaha, NE 68154 Phone: (877) 234-4420 Fax: (877) 234-4425 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: 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 Applied Surety Underwriters 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. AS-10010-NAC (05-2022)