Loading...
HomeMy WebLinkAboutContract 56775-FP2 City Secretary56775 -FP2 Contract No. FORT WORTH. Date Received Oct. 26, 2022 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: Rocketship Berry City Project No.: 102791 Improvement Type(s): 9 Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $355,061.00 Amount of Approved Change Order(s): -$17,743.00 Revised Contract Amount: Total Cost of Work Complete: $337,318.00 sco n 67M Oct 24, 2022 SC9SLLang am(Oct 24 202211:39 CDTI Contractor Date Project Manager Title Tri Dal Utilities Company Name /A-- Oct 24, 2022 Curti orth(Oct 24,202212:47CDT) Project Inspector Date �, 6'�) z Oct 24, 2022 Project Manager Date aj4�eg 6`1&Vf AV Oct 25 2022 Dwayne ollars for(Oct 25,2022 08:15 CDT) 7 CFA Manager Date ID Oct 25, 2022 IatiTPWDirector Date Oct 25 2022 William Johnson(Oct 5,202209:34 CDT) � Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Rocketship Berry City Project No.: 102791 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 90 WD Days Charged: 81 Work Start Date: 2/1/2022 Work Complete Date 06/23/2022 Completed number of Soil Lab Test: 90 Completed number of Water Test: 4 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ROCKETSHIP BERRY Contract Limits Project Type PAVING IMPROVEMENTS City Project Numbers 102791 DOE Number 2791 Estimate Number 1 Payment Number 1 For Period Ending 7/28/2022 WD City Secretary Contract Number Contract Time 9WD Contract Date 11/23/2021 Days Charged to Date 81 Project Manager NA Contract is 100.00 Complete Contractor TRI DAL EXCAVATION&UTILITIES INC 540 COMMERCE ST SOUTHLAKE, TX 76092 Inspectors WATSON,D / HOLLINGSWORT Tuesday,October 18,2022 Page 1 of 4 City Project Numbers 102791 DOE Number 2791 Contract Name ROCKETSHIP BERRY Estimate Number 1 Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 7/28/2022 Project Funding UNIT IV:PAVING IMPROVEMETNS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I REMOVE ASPHALT PVMT 130 SY $10.00 $1,300.00 130 $1,300.00 2 REMOVE SIDEWALK 3778 SF $3.00 $11,334.00 3778 $11,334.00 3 REMOVE CONCRETE PAVEMENT 225 SY $10.00 $2,250.00 225 $2,250.00 4 REMOVE CONC CURB&GUTTER 121 LF $10.00 $1,210.00 121 $1,210.00 6 4'WIDE ASPHALT PAVEMENT REPAIR, 489 LF $35.00 $17,115.00 489 $17,115.00 ARTERIAL 7 2"SURFACE MILLING 1913 SY $10.00 $19,130.00 1913 $19,130.00 8 ASPHALT PVMT REPAIR,WATER SERVE 30 LF $100.00 $3,000.00 30 $3,000.00 9 CONC PVMT REPAIR,ARTERIAL/INDUSTRIAL 375 SY $135.00 $50,625.00 375 $50,625.00 10 2"ASPHALT PAVEMENT TYPE D 1913 SY $60.00 $114,780.00 1913 $114,780.00 11 7"CONCRETE DRIVEWAY 2406 SF $21.50 $51,729.00 2406 $51,729.00 12 4"CONC SIDEWALK 2539 SF $12.00 $30,468.00 2539 $30,468.00 13 BARRIER FREE RAMP,TYPE P-1 4 EA $1,000.00 $4,000.00 4 $4,000.00 14 REMOVE 4"PVMT MARKING 2346 LF $3.00 $7,038.00 2346 $7,038.00 15 8"SLD PVMT MARKING HAS(W) 100 LF $3.00 $300.00 100 $300.00 16 4"BRK PVMT MARKING HAS(W) 1173 LF $1.50 $1,759.50 1173 $1,759.50 17 4"SLD PVMT MARKING HAS(Y) 1296 LF $1.50 $1,944.00 1296 $1,944.00 18 8"SLD PVMT MARKING HAS(Y) 260 LF $3.00 $780.00 260 $780.00 19 REFL RAISED MARKER TY II-A-A 16 EA $7.50 $120.00 16 $120.00 20 REFL RAISED MARKER TY 1-C 33 EA $7.50 $247.50 33 $247.50 21 LANE LEGEND ARROW 1 EA $125.00 $125.00 1 $125.00 22 LANE LEGEND ONLY 1 EA $150.00 $150.00 1 $150.00 23 INSTALL ALUM SIGN GROUND MOUNT 2 EA $334.00 $668.00 2 $668.00 25 TRAFFIC CONTROL 5 MO $3,000.00 $15,000.00 5 $15,000.00 26 TOP SOIL 6.7 CY $150.00 $1,005.00 6.7 $1,005.00 27 BLOCK SOD PLACEMENT 40 SY $25.00 $1,000.00 40 $1,000.00 28 CONCERET CURB AND GUTTER 24 LF $10.00 $240.00 24 $240.00 -------------------------------------- Sub-Total of Previous Unit $337,318.00 $337,318.00 -------------------------------------- Tuesday,October 18,2022 Page 2 of 4 City Project Numbers 102791 DOE Number 2791 Contract Name ROCKETSHIP BERRY Estimate Number I Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENTS For Period Ending 7/28/2022 Project Funding Contract Information Summary Original Contract Amount $355,061.00 Change Orders Change Order Number 1 $14,257.00 Change Order Number 2 ($32,000.00) Total Contract Price $337,318.00 Total Cost of Work Completed $337,318.00 Less %Retained $0.00 Net Earned $337,318.00 Earned This Period $337,318.00 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 $337,318.00 Tuesday,October 18,2022 Page 3 of City Project Numbers 102791 DOE Number 2791 Contract Name ROCKETSHIP BERRY Estimate Number 1 Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 7/28/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors WATSON,D / HOLLINGSWORT Contract Date 11/23/2021 Contractor TRI DAL EXCAVATION&UTILITIES INC Contract Time 90 WD 540 COMMERCE ST Days Charged to Date 81 WD SOUTHLAKE, TX 76092 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 $337,318.00 Less %Retained $0.00 Net Earned $337,318.00 Earned This Period $337,318.00 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 $337,318.00 Tuesday,October 18,2022 Page 4 of 4 e \ (13 CL \ } \ G S @ o \ § � A ° ( a 0 ( » \ \ ° � \ § \ LAA LA4 ] k ) w0CD z � & ® zj / \ \ \ e 2 E � g < — R \ j Lo / / / K G ) / / / \ g / to G / s c % \ / s � ° CN \ / % ± z / < / _CL _ g c / J / / < zz ƒ ® y@ 3 \ / \ c) / / ( \ \ \ E ° ^ % 2 2 = � � 2 / / \ E a / ƒ cr, ) *; \ S 0)= U, / \ \ \ \ ± Ia a 0 —1 / = u LO kCD OL \ 2 I \ $ \ \ a » » ^ m \ ) w \ \ ƒ ) � \ \ < / / ) ° R xLo g » k \ A < e \ \ \ u o § § a ) g # » \ e z §in < > e _ eo CD LO I: Z U\ k § j} ( g \w P / \ \® j > § z < e mg rnc z Q \ _ ° m % S\ \ / K §< \ [ ) e <a- J \ � W\ \ < o / / /o® ) z o z _ c # ± z m 3 » ( / § § j G ƒ 5 = o 0 o E x ± E J s o u o o < e ° 2 \ / - N C) 0 0 0 0 C) 0 0 0 0 C) 0 0 0 0 0 o (L) O O O O O O O O O O O O O O O O o J CD (D Cl C) CD CDJ 0 0 0 0 0 0 (- CD CD r ^ (n N Q O M O (D Ln Q . . V O (O (O M O r LP o (1) d F L rn M M Ln F- co co N r- M of C N N - ON co(L M N (O M cr N m Qj [A EA EA Efl Efl bq Efl Efl(fl(A Hj(A Efl Qa(A(ry U C LLJ 0 0 0 0 0 LU 0 0 0 0 0 0 0 0 0 V 0 0 0 0 0 V 0 0 0 0 0 0 LC) O O @ O M 0 0 0 O O O M 0 0 O O O O O (D (O .- M CID N O h z d LO C M O F 1� M F M > ❑ Z Z c Z m OU) O Q U K a) C p p Q al Q7 O] c (D N C Z w = u O m 2 Q ' 0 � U � m ai o p, w ILO E u M Q f� m Z 1- C 0 X LL o a Z U1 U1 Z E N -O N T (a C al o O .� .X O 0 > (a 10 F 3 CD @ CDF- y al W F M (U = c o a � C7O a C0 Om o O0) � uC, QUp p > w w LLI w a C a n m (p m ° ILL, � n 6 :E 0 U o a O m o@ ° c m ti a F- W F O O O S N Q CJ F C z w T O (0 u1 E > va Q � o o Oo p N Q H o F o o U n. 0 w a w is w � E m U) � o m ww a = � > mcu E a > w > m N 0 o °m CD IX °3 x w �c ° 4 w 2 c m n o 0 a C7 Z ro j m J °o u W JQ Z Q •� � > F Q �--� N > J j ) Q Q O a OF ° ❑ (7 > m no (oi F F 73 U) F (n U U) n O E 6 Z ai F m Q ¢ m (D 1- Z op h Z J D (� J 0 J w z (n w J J U) w c 0 LL a � Zw E � � ❑ � ° o > � z . O M CDz M M d' CD (D M M 'IT .m C o ° Q M (DQ Cl) M N N M Cl) M N p, ° w z ❑ w LLJ a) ❑ A, > a) � m � m o Z w Z o c p w m Cl) w M N N ❑ F_ 000 (oo I_ r � o 0000 a w 1� C o O N r (n M 'V' O @ c �" � 2 G ❑ O o 0 0 o 0 0 0 o Y (j w OJ UJ m (O m V V O N M .-- (O O Q F- m O C U Ol r N M M M M F}- N N N N N M M m m a 1) U C1co � a) @ r Cl) M Cl) Cl) �O p O W w (0 O U U U Q p Z w 0.' E C7 d Q LO o T (D ai m ° m E 1- q. O � Z N p7 a C N L (0 N Xk # U 0 Y O @ O m E F' M (O I- O W L co V co Ih 0 •-- (n W UI M O N (D N Z } Z o} (D Q Q ° N LO o a a ccaacq U 0 p w o al a a � o m w a > W C 7 U O a ~ G ~ \ F- < 0) ~ m § j � » \ M \ W w ® a ! / (D § ® ^ { I 04 � 2 3 LLJ q x � \ / ) © ) _ [ § g o e / /z 2 % L / m y .. / / \ E » ® / \ \ / g / co Cla _ m a m / > � � § ) / It° ® _ O \ / _ @ E E j / ® 0 \ / ƒ a z e = \ 5 / u \ \ C) / z $ # / / \ \ © CL C \ \ N CD a LU E ƒ / y E ) to $ 0) 7 0 7 s� t � > & \ / / \ R oe » u = a I o E » G m -016 j 5 p / $ / ® ` / \ & \ (I 3 \CL � ® i G / / % . ) / 0 2 \ x E » k ) ® ® & & / z [ _ 0 < > } ZG ± e 2 $ / < z / j \ $ § % S 4 e i ® e / / K » G S f E m \ G � 2 / ( ( ( ) ( E + w ECD g g r e e / z 2 ) ® � # / ® \ z < \ \ \ \ \ / § § m / / K 2 G o } / > z o 0 o E x ± E g m 0 b § S \ « ® ± CD \ �/} / Cl) \ / / § J / \ z e £ _ /& I % Iz E a ) \ - o ine \ ) § ) r ) o _ ° � \ o ƒ \ / s o \ / $ 6 m ) \ / § § / } [ m ) § \ - § § m ] > E & m » » § zw \ r w 2 2 § a- I / � ¥ 22 : j > � � n ) ) E ƒ k / § �f § ® § [ co) Q \ > a & ) u ) e to u = \pz \ © a 0 ) / o \ \ w \ /m ±m a a m « r 2 } % >\ Su / Q q / § « w m » u -0 � § \ w � � w \ \ \\ ( � 0 / \ z •ƒ \ p e { \ ? § , z co o, { \ y ( 2 ■ > 2 E ƒ \ ( \ \ § § ) § / / \ $ / 2 § a G p tm } / S ; / » ) \ � ^ \ e � � y ) k 11 ORTWORTE, TRANSPORTATION AND PUBLIC WORKS July 28, 2022 Tri-Dal Utilities 540 Commerce St. Southlake,TX 76092 RE: Acceptance Letter Project Name: Rocketship Project Type: Water, Sewer, and Paving City Project No.: 102791 To Whom It May Concern: On July 14, 2022 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 October 11, 2022. 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 October 11, 2022,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- 392-2481. Sincerely, Debbie Willhelm P.E., Project Manager Cc: Curtis Hollingsworth, Inspector Donald Watson, Inspection Supervisor Joe Rodgers, Senior Inspector Victor Tornero P.E., Program Manager MMA inc, Consultant Tri-Dal Utilities, Contractor Whiting-Turner, 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 Scott Langham, Project Manager Of Tri Dal Utilities, 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; Rocketship Berry City Project#: 102791 BY jfae? `T Scott Langham Subscribed and sworn before me on this date 24th of October, 2022. q`Ry PGA J JUDY SAWSERGER i n1 Notary ID#2885266 Notary Public r My Commission Expires Tarrant County, Texas ''�oF�+ August za, zoz6 CONSENT OF OWNER X SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ AIA DOCUMENT G707 SURETY ❑ OTHER ❑ Bond# 107494466 PROJECT:Rockership Berry—Public Utilities TO(Owner): CONTRACT FOR: Construction City of Fort Worth 200 Texas St. Fort Worth,TX 76102 CONTRACT DATE: 11/23/2021 CONTRACTOR: Tri Dal Utilities,Ltd. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the Travelers Casualty and Surety Company of America One Tower Square Hartford,CT 06183 ,SURETY COMPANY, on bond of Tri Dal Utilities,Ltd. 540 Commerce St. Southlake,TX 76092 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 City of Fort Worth 200 Texas St. Fort Worth,TX 76102 ,OWNER, As set forth in the said Surety Company's bond IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 30th day of September,2022. Travelers Casualty and Surety Company of America Surety 01 Signature o autho ' presentative Attest: (Seal) Eric Lesch,Witness Felix Nav 'ar Name Attorney-In-Fact AIA DOCUMENT G707•CONSENT OF SURETY COMPANY TO FINAL PAYMENT•APRIL 1970 EDITION•AIAG C 1970•THE ANIERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,NW,WASHINGTON,D.C. 20006 Project: Rockership Berry—Public Utilities Obligee: City of Fort Worth Principal: Tri Dal Utilities,Ltd. Bond#: 107494466 AMRIM Travelers Casualty and Surety Company of America TRAWEI��E Travelers Casualty and Surety Company St.Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Felix Navejar of Grapevine,Texas their true and lawful Attorney- in-Fact(s)to sign, execute,seal an acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April,2021. ' 9U ,, State of Connecticut + By: City of Hartford ss. Robert L:`Raney,Senior �e President On this 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal ` My Commission expires the 30th day of June,2026ua� "Anna P.Nawik This Power of Attorney is granted under and by the authority of the following`resoiutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice; President, any Senior Vice President, any Vice President,any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 30th day of September,2022. �,wtv ,44� Kevin E.Hughes,Assista t Secretary ­ .� To verify the authenticity of this Power of Attorney,please callus at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. Bond(s)produced by: PCL Contract Bonding Agency PO Box 1306,Colleyville,TX 76034 972-459-4749 www.pcibonds.com bondrequest@pclbonds.com