HomeMy WebLinkAboutContract 59327-FP1-FPl
City Secretary 59327 Contract No. _____ _
FORT WORTH® Date Received 09/23/2024
NOTICE OF PROJECT COMPLETION
(Developer Projects)
EW
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: Alliance Town Center North Whisky Cake
City Project No.: 104074
Improvement Type(s): Water� Sewer�
Original Contract Price: $230,523.00
Amount of ,Approved Change Order(s) $0.00
Revised ContractAmount:
Total Cost of Work Complete:
, 7oshua K J£c vtirt Joshua K Devlin (Sep 20 2024 08:08 CDT)
Contractor
Project Manager
Title
HCI Southwest
Company Name
Project Inspector
Project Manager
t),b\ BebeccqOwen (Seo 23 202414•11 CDT)
CFA Manager
X-,Z. Lauren Prieur (Sep 23, 2024 15:53 CDT)
TPW Director
Asst. City Manager
$230,523.00
$230,523.00
Sep 20, 2024
Date
Sep 23, 2024
Date
Sep 23, 2024
Date
Sep 23, 2024
Date
Sep 23, 2024
Date
Sep 26, 2024
Date
Page 1 of 2
Notice of Project Completion
Project Name: Alliance Town Center North Whisky Cake
City Project No.: 104074
City's Attachments
Final Pay Estimate 0
Change Order(s): ❑ Yes 0 N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety�
Statement of Contract Time
Contract Time: 60 WD Days Charged: 141
Work Start Date: 9/5/2023 Work Complete Date: 4/12/2024
Completed number of Soil Lab Test: 49
Completed number of Water Test: 4
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name ALLIANCE TOWN CENTER NORTH - WHISKEY CAKE - EXPRESS CFA
Contract Limits
Project Type WATER
City Project Numbers 104074
DOE Number 4074
Estimate Number 1 Payment Number 1 For Period Ending 4/12/2024
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor HCI COMMERCIAL
2727 LBJ FREEWAY STE., 815
DALLAS , TX 75234
Inspectors C. HORTON / E. LOZA
Contract Time 6AJD
Days Charged to Date 141
Contract is 100.00 Complete
Thursday, September 19, 2024 Page 1 of 5
City Project Numbers 104074 DOE Number 4074
Contract Name �LIANCE TOWN G?N'I'1?R NOR'I'H - WHISKI:Y CAKI: - EXPRI:SS G' Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER For Period Ending 4/12/2024
Project Funding
UNIT I: WATER IMPROVEMENTS
Item Description of Items �stimated Unit
No. Quanity
1 4"-12" PRESSURE PLUG 2 EA
2 SWPPP -1 ACRE 1 LS
3 UTILITY SERVICE SURFACE RESTORATION 248 SY
SODDING
4 TRENCH SAFETY 210 LF
5 DUCTICLE IRON WATER FITTINGS W/ 0.86 TN
RESTRAINT
6 8" WATER PIPE 210 LF
7 CONNECTION TO EXISTING 4" - 12" WATER 1 EA
MAIN
8 2" WATER SERVICE 6 EA
9 8" GATE VALVE 1 EA
10 TRAFFIC CONTROL 1 MO
11 10" X 8° CUT- IN TEE 1 EA
12 REMOVE AND REPLACE CONC PVMT 12 SY
13 REMOVE AND REPLACE BRICK PAVERS 26 SY
Sub-Total of Previous Unit
LTNTI' I: SANTI'ARY IMPROVEMENTS
Unit Cost Estimated
Total
$3,200.00 $6,400.00
$4,161.00 $4,161.00
$18.00 $4,464.00
$10.00 $2,100.00
$9,250.00 $7,955.00
$82.00 $17,220.00
$1,625.00 $1,625.00
$5,450.00 $32,700.00
$2,680.00 $2,680.00
$9,850.00 $9,850.00
$14,300.00 $14,300.00
$225.00 $2,700.00
$270.00 $7,020.00
$113,175.00
Completed Completed
Quaniry Total
2 $6,400.00
1 $4,161.00
248 $4,464.00
210 $2,100.00
0.86 $7,955.00
210 $17,220.00
1 $1,625.00
6 $32,700.00
1 $2,680.00
1 $9,850.00
1 $14,300.00
12 $2,700.00
26 $7,020.00
$113,175.00
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
'�'o. Quanity Total Quanity Total
1 POST - CCTV INSPECTION 299 LF $2.00 $598.00 299 $598.00
2 MANHOLE VACUUM TESTING 5 EA $450.00 $2,250.00 5 $2,250.00
3 TRENCH SAFETY 299 EA $10.00 $2,990.00 299 $2,990.00
3 UTILITY SERVICE SURFACE RESTORATION 400 SY $18.00 $7,200.00 400 $7,200.00
SODDING
3 TRENCH WATER STOPS 1 EA $775.00 $77�.00 1 $775.00
4 6" SEWER PIPE 116 LF $75.00 $8,700.00 116 $8,700.00
4 8" SEWERPIPE 183 LF $95.00 $17,385.00 183 $17,385.00
5 EPDXY MANHOLE LINER 14 VF $645.00 $9,030.00 14 $9,030.00
6 4' MANHOLE 4 EA $9,100.00 $36,400.00 4 $36,400.00
7 4' EXTRA DEPTH MANHOLE 13 VF $700.00 $9,100.00 13 $9,100.00
8 CONNECT TO SEWER MANHOLE 1 EA $22,920.00 $22,920.00 1 $22,920.00
Thursday, September 19, 2024 Page 2 of 5
City Project Numbers 104074 DOE Number 4074
Contract Name �LIANCE TOWN G?N'I'1?R NOR'I'H - WHISKI:Y CAKI: - EXPRI:SS G' Estimate Number 1
Contract Limits Payment Number 1
Project Type SANITARY For Period Ending 4/12/2024
Project Funding
Sub-Total of Previous Unit $117,348.00 $117,348.00
Thursday, September 19, 2024 Page 3 of 5
City Project Numbers 104074 DOE Number 4074
Contract Name �LIANCE TOWN G?N'I'1?R NOR'I'H - WHISKI:Y CAKI: - EXPRI:SS G' Estimate Number 1
Contract Limits Payment Number 1
Project Type SANITARY For Period Ending 4/12/2024
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Cost of Work Completed $230,523.00
Less % Retained $0.00
Net Earned $230,523.00
Earned This Period $230,523.00
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
Total Contract Price
$230,523.00
$230,523.00
$0.00
$0.00
$0.00
$0.00
$0.00
$230,523.00
Thursday, September 19, 2024 Page 4 of 5
City Project Numbers 104074 DOE Number 4074
Contract Name �LIANCE TOWN G?N'I'1?R NOR'I'H - WHISKI:Y CAKI: - EXPRI:SS G' Estimate Number 1
Contract Limits Payment Number 1
Project Type SANITARY For Period Ending 4/12/2024
Project Funding
Project Manager NA
Inspectors C. HORTON / E. LOZA
Contractor HCI COMMERCIAL
2727 LBJ FREEWAY STE., 815
DALLAS , TX 75234
City Secretary Contract Number
Contract Date
Contract Time 60 WD
Days Charged to Date 141 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
Less % Retained
Net Earned
Earned This Period $230,523.00
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$230,523.00
$0.00
$230,523.00
$0.00
$0.00
$0.00
$0.00
$0.00
$230,523.00
Thursday, September 19, 2024 Page 5 of 5
F4RTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Alliance Town Center Whiskey Cake Express CFA
CITY PROJECT NUMBER: 104074
WATER
PIPE LAID SIZE TYPE OF PIPE LF
Open Cut 8" PVC 210
FIRE HYDRANTS: N/A
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
SIZE
2"
VALVES (16" OR LARGER)
TYPE OF PIPE
YES All PASS
Copper
LF
N/A
6ea
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
Open Cut 6" PVC 116LF
Open Cut 8" PVC 183LF
PIPE ABANDONED
N/A
SIZE
TYPE OF PIPE
LF
DENSITIES:
NEW SERVICES:
N/A
YES ALL PASS
TR,-�NSPORTr1TION �ND PUBLIC WORKS
The City- of Fort ��'orth • 1000 Thxockmoxton Stxeet • Fort ��'orth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
��������x�
TRANSPORTATION AND PUBLIC WORKS
May 8, 2024
HCI Southwest
2727 LBJ Freeway, Suite 815
Dallas, Texas 75234
RE: Acceptance Letter
Project Name: Alliance Town Center Whiskey Cake Express CFA
Project Type: Water/Sewer
City Project No.: 104074
To Whom It May Concern:
On April 22, 2024 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 May 8, 2024. 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 May 8, 2024, 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-
392-8424.
Sincerely,
�
Sandip Adhikari, Project Manager
Cc: Erik Loza, Inspector
Troy Gardner, Inspection Supervisor
Cody Horton, Senior Inspector
Andrew Goodman, Program Manager
Peloton Land Solutions, Consultant
Wildstone, Contractor
TC/FBS ALLIANCE, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
ST�`I'E OF Texas
COLTN"1'Y OF Tarrant
Before me, the unde�•signed authority, a notaiy public in ik�e state
aild couilty aforesaid, on this day per�onaIly appeared �oshua Devlin,
1'roject Manager Of HCI Conunercial, LLC., lcnow� to rne to be a crcdible
person, who bei��g by rne cluly sworn, u�on l�is aath depos�d and said;
T11at all persons, fii7ns, assaciatio��s, corporations, or other
o�•ganizations furnishing labor andlor materials have been paid in fiz�l,
That fhe wage scale established by tl�e City Council in the City of
Fo��t Worth has been paid in fuIl;
Ti�at there a�-e no clainas pending for personal injuiy and/or
pz•Qperty dainages;
On Coiliract desci-ibed as;
�ite Developznent New Const�uction
�
BY
roshua K. Devlin
Subsc��ibed az�d sworn before me on this date 20�h of May, 2024.
ti�`Y ��� Eianca �icoie h4artinez
z � Hhy Comm�ss�on Exp�res
, �,�.'e D811a12024
�r . ..�4- IC No 1�2611814
C �f
�._,����"!�
B ond No: 107858976
CONSENT OF SURETY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
❑
❑
❑
�
❑
TO O WNER: ARCHITECT'S PROJECT NO.:
(Name and address)
TCIFBS Alliance, LLC.
7500 San Jacinto Place CONTRACT FOR: OCP: $230,523.00
Plano, TX 75024 FCP: $230,523.00
PROJECT: CONTRACT DATED: June 9, 2023
(Name and acldress)
Public Water & Sewer Improvements to serve Alliance Town Center North - Whiskey Cake
CFA 22-0080 - City Project No. 104074
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Lzsert name and address of Surery)
Travelers Casualty and Surety Company of America
One Tower Squaze
Hartford, CT 06183
SURETY,
on bond of
Qnserl name and address ojContractorJ
Wildstone Construction, LLC
12850 Hwy 287
Fort Worth, TX 76052
,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
(In.sert name and address of Owner)
TC/FBS Alliance, LLC.
7500 San Jacinto Place
Plano, TX 75024
, OWNER,
as set forth in said Surety's bond.
IN WIT'NESS WHEREOF, the Surety has hereunto set its hand on this date: May 14, 2024
(Insert in writing the month jollowed by the numeric date and year.)
Attest: .
Liam Ha kett, Witness
S-2134/GE 10/01
Travelers Casualty and Surety Company of America
(Sure )
�� -
(Sign ure of auth i d rep ntadve)
Ashlyn Simchik, ��orney-in-Fact
(Printed name and title) `
-'_ XilP
Travelers Casualty and Surety Company of America
� Travelers Casualty and Surety Company
TRAVELERS J 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 Ashlyn Simchick of
DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
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,
�m�
w
��� ��� Tn
��� �
�f .� .�
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Senior Vice President
On this the 21st day of April, 2021, before me personatly 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 said Companies 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, 2026
�� �p F Y01G.;� 4 �J//� �y/'
� 4iOYAidY � p�+��':KL-H t✓ I�/��
r ,�, *:
��PU»:i.IC � 4
` Anna P. Nowik, Nota Public
�� ry
This Power of Attorney is granted under and by the authority of the following resolutions 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 14th day of May , 2024
w NO �
����yP�Cg JQ'[Y A L ,...
��'^'''�\ 4 yP � � �
�ji�14RfF�3Ap,t�' � a HAR7FOR6, � I � � �* ��
��GONM. j� `" t CONN. N o .� ,�p,,�
�� �66, JD `�''
� � �
y,A iY 4p0
@G �
ti � � �
c HARfFORD, �
� CONN. oo � �.
�'y'1 N�as �,�. �
.*
�f~J � `f a
Kevin E. Hughes, Assistant Secretary
To verifythe authentic%�y e;t fhis Power �'r ��tciney, p/ease call us at 1-800-421-3880.
Please refer to the above-named Attorney(sa-ir-�act �n� ii+c c�;et;�ils of the bond to which this Power of Aftorney is attached.