HomeMy WebLinkAboutContract 61011-FP1-FP1
City Secretary 61011
Contract No.
FORT WORTH.
Date Received 1/22/2025
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: 7- Eleven Harmon
City Project No.: 104347
Improvement Type(s): ❑x Paving ❑x Drainage ❑x Street Lights ❑ Traffic Signals
Original Contract Price: $497,410.60
Amount of Approved Change Order(s): $0.00
Revised Contract Amount: $0.00
Total Cost of Work Complete: $497,410.60
Holden Turner (Jan 14, 202516:32 CST) Jan 14, 2025
Contractor Date
Project Manager
Title
Schaffer Construction Construction LLC
Company Name
1`mLL Tristan
Henry Tristan Jan 15. 202509:37 CST)
Jan 15 2025
Project Inspector
Date
-00�
Jan 16, 2025
Project Manager
Date
Kandi(Jan 22, 202509:47 CST)
Jan 22, 2025
CFQ M�ger
Date
Lauren Prieur�(Jan 22, 202510:49 CST)
Jan 22, 2025
TPW Director Date
C>S�1- � Jan 22, 2025
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX Page 1 of 2
Notice of Project Completion
Project Name: 7- Eleven Harmon
City Project No.: 104347
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety 0
Statement of Contract Time
Contract Time 90 WD
Days Charged: 106
Work Start Date 5/20/2024 Work Complete Date: 10/29/2024
Completed number of Soil Lab Test: 162
Completed number of Water Test: 2
Page 2of2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name 7 ELEVEN HARMON
Contract Limits
Project Type DRAINAGE
City Project Numbers 104347
DOE Number 4347
Estimate Number 1 Payment Number I
City Secretary Contract Number
Contract Date
For Period Ending 10/29/2024
WD
Project Manager NA
Contractor SCHAFFER CONTRUCTION, LLC
2601 NETWORK BLVD., SUITE 413
FRISCOE , TX 75034
Inspectors D. WATSON / T. HENRY
Contract Time 9WD
Days Charged to Date 106
Contract is 100.00 Complete
Wednesday, November 20, 2024 Page 1 of 5
City Project Numbers 104347 DOE Number 4347
Contract Name 7 ELEVEN HARMON Estimate Number I
Contract Limits Payment Number I
Project Type DRAINAGE For Period Ending 10/29/2024
Project Funding
UNIT M. DRAINAGE IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
CONCRETE COLLAR
1 EA
$1,870.00
$1,870.00
1
$1,870.00
2
24" RCP, CLASS III
104 LF
$72.00
$7,488.00
104
$7,488.00
3
REMOVE 10' CURB INLET
2 EA
$6,200.00
$12,400.00
2
$12,400.00
4
10' CURB INLET
2 EA
$2,100.00
$4,200.00
2
$4,200.00
5
TRENCH SAFETY
I LS
$1,440.00
$1,440.00
1
$1,440.00
6
SWPPP • I
I LS
$1,250.00
$1,250.00
1
$1,250.00
7
--------------------------------------
CONNECTION TO EXISTING DRAINAGE PIPE
2 EA
$2,100.00
$4,200.00
2
$4,200.00
Sub-Total of Previous
Unit
$32,848.00
$32,848.00
UNIT
IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
1
REMOVE CONC CURB & GUTTER
522 LF
$25.00
$13,050.00
522
$13,050.00
2
HYDRATED LIME
180 TN
$183.05
$32,949.00
180
$32,949.00
3
8" LIME TREATMENT
9378 SF
$6.40
$60,019.20
9378
$60,019.20
4
10" CONC PVMT
12775 SF
$15.90
$203,122.50
12775
$203,122.50
5
6" CONC CURB & GUTTER
652 LF
$19.00
$12,388.00
652
$12,388.00
6
TRAFFIC CONTROL
1 LS
$2,946.40
$2,946.40
1
$2,946.40
7
4" CONC SIDEWALK
9378 SF
$8.00
$75,024.00
9378
$75,024.00
8
BARRIER FRR RAMP, TYPE P-2
7 EA
$650.00
$4,550.00
7
$4,550.00
9
BARRIER FRR RAMP, TYPE M-1
1 EA
$650.00
$650.00
1
$650.00
10
UTILITY SERVICE SURFACE RESTORATION
1 LS
$5,000.00
$5,000.00
1
$5,000.00
SODDING
11
SIGNS & STRIPING
I LS
$5,954.00
$5,954.00
1
$5,954.00
Sub -Total of Previous
Unit
$415,653.10
$415,653.10
LINUSIA319 M N 8 N Cell, 0 N 101M 10 1'
Item Description of Items Estimated Unit
Unit Cost Estimated
Completed
Completed
No. Quanity
Total
Quanity
Total
---------------------------------------
1 FURNISH/INSTALL TYPE 25AARM 7 EA
$1,510.00 $10,570.00
7
$10,570.00
2 FURNISHANSTALL LED LIGHTING FIXTURE 7 EA
$2,530.00 $17,710.00
7
$17,710.00
(187 WATT AT
Wednesday, November 20, 2024 Page 2 of 5
City Project Numbers 104347
DOE Number
4347
Contract Name 7 ELEVEN HARMON
Estimate Number
I
Contract Limits
Payment Number
I
Project Type STREET LIGHTING
For Period Ending
10/29/2024
Project Funding
3 CONDUIT BOX 7 EA
$149.93 $1,049.51 7
$1,049.51
4 2" CONDT PVC SCH 80, OPEN CUT 890 LF
$10.00 $8,900.00 890
$8,900.00
5 NO 4 TRIPLEX OH ISULATED ELEC CONDR 890 LF
--------------------------------------
$12.00 $10,680.00 890
$10,680.00
Sub-Total of Previous Unit
--------------------------------------
$48,909.51
$48,909.51
Wednesday, November 20, 2024 Page 3 of 5
City Project Numbers 104347
Contract Name 7 ELEVEN HARMON
Contract Limits
Project Type STREET LIGHTING
Project Funding
Project Manager NA
Inspectors D. WATSON / T. HENRY
Contractor SCHAFFER CONTRUCTION, LLC
2601 NETWORK BLVD., SUITE 413
FRISCOE, TX 75034
DOE Number 4347
Estimate Number I
Payment Number I
For Period Ending 10/29/2024
City Secretary Contract Number
Contract Date
Contract Time 90 WD
Days Charged to Date 106 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 $497,410.61
Less % Retained
$0.00
Net Earned
$497,410.61
Earned This Period $497,410.61
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
$497,410.61
Wednesday, November 20, 2024 Page 5 of 5
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
7-Eleven Hannon
Water, Sewer, Drainage, & Paving Improvements
22-0127 CITY PARTICIPATION:
104347
61011
30114-0200431-104347-EO7685
X-27507
K-3029
NO
CHANGE
ORDER No:
2
INSPECTOR:
Henry Tristan
Phone No:
682-263-2418
PROJECT MANAGER:
Sandlp Adhikari, PE Phone No:
817.392.8424
CONTRACT UNIT
WATER
SEWER
DRAINAGE
PAVING
STREET LIGHTS
CONTRACT
Devetoper
Developer
DAYS
DevelooerCosl
City Cost Developer
Cost
City Cost
Cost
City Cost
Cost
City Cost
Develooer Cost
City Cost
ORIGINAL CONTRACT
$33,975.00
$0.00
$50,846.00
$0.00
$32 948.00
$0.00
$415 653.10
$0.00
$48.909.61
$0.00
I 90
EXTRAS TO DATE
$0.00
$0.00 I
$32.145.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
I 0
CREDITS TO DATE
$0.00
0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.00
I 0
CONTRACT TO DATE
S33.975.00
$0.00 I
$82.991.00
$0.00
$32,948.00
$0.00
$415,653.10
$0.00
548.909.511
$0.00
I 90
AMOUNT OF PROP. CHANGE ORDER
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
I 0
REVISED CONTRACT AMOUNT
S33.975.00
$0.00
$82.991.00
$0.00
$32 848.00
$0.00
$415 653.10
$48,909.51
$0.00
I 90
TOTAL REVISED CONTRACT AMOUNT PER
I
UNIT
S33.975.00
S82.991.00
S32.848.00
5415.853.10
S48.909.51
REVISED COST SHARE
Dev. Cost:
$614,376.61
City Cost:
$0.00
TOTAL REVISED CONTRACT
$614,376.61
REVIEWED
By Sandlp Adhikari at 9:28 am, Dec 31, 2024
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents.
I INIT V: 1TREET LIGHTING, IMPROVEMENTS
PAY ITEM #
CITY BID ITEM
QUANTITY
UNIT
ITEM DESCRIPTION
CFW Unit
UNIT PRICE
Developer Cost
City Cost
TOTAL
#
Price
1
3441.1644 7
EA
Furnishflnstall Type 25A Arm
$ -
$1,510.00
$10,570.00
$ -
$10,570.00
2
3441.3052 7
EA
FurnishAnstall LED Lighting Fixture ( 187 Watt
P $ -
$2,530.00
$17,710.00
$ -
$17,710.00
3
2605.2101 7
EA
Conduit Box
$ -
$149.93
$1,049.51
$ -
$1,049.51
4
2605.3018 890
LF
2" CONDT PVC SCH 80, Open Cut
$ -
$10.00
$8,900.00
$ -
$8,900.00
5
3441.1401 890
LF
NO 4 Triplex OH insulated Elec Condr
$ -
$12.00
$10,660.00
$ -
$10,680.00
TOTAL
$48,909.51
Asterisk (*) indicates New Pay Item.
Please read green sheet guidance on reasons for change order.
REVIEWED
By Sandip Adhikari at 9:28 am, Dec 31, 2024
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER
REVIEWED
By Sandip Adhikari at 9:28 am, Dec 31, 2024
On contractor signed bid proposal form, there is a deduction math error of 1 cent in total in Unit V Street Light Improvement This error amount got carried to total
construction bid which was then utilized for CFA amendment, thus reducing the CFA total cost by 1 cent. This change order is prepared to correct math error and
reconcile with the CFA at no additional scope addition. The bid description, bid quantity, unit price and bid value shown in contractor signed bid proposal form are
correct and no correction is needed in these items.
RECOMMENDED:
Claymoore Engineering Inc.
By: �t—
Name: Drew Donoskv. P.E.
Title: Civil Enaineer
APPROVAL RECOMMENDED:
CFW- Funding Department
By: NA
Name:
Title:
RECOMMENDED:
CFW- Contract Compliance Manager
By: NA
Name: Sandip Adhikari, PE
Title: Project Manager
M&C Number: NA
M&C Date Approved: NA
APPROVED:
Hannon Squar EI,
By:
Name: Thomas Schaffer
Title: Manager
APPROVED:
CFW- Assistant City Manager
By: NA
Name:
Title:
APPROVED:
SchafferL
By
Name: Thomas Schaffer
Title: manaaina Member
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By: NA
Name:
Title:
ATTEST ' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
NA for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary Ei There are NO City Funds associated with this Contract
❑ There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
November 19, 2024
Schaffer Construction LLc
5700 Granite Pkwy,Suite 940
Plano, TX 75024
RE: Acceptance Letter
Project Name: 7 Eleven Harmon
Project Type: Drainage,Paving,Streetlights
City Project No.:104347 Click here to enter text.
To Whom It May Concern:
On November 12, 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 November 19, 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 November 19,
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: Henry Tristan, Inspector
Don Watson, Inspection Supervisor
Oscar Aguillon, Senior Inspector
Andrew Goodman, Program Manager
Clay Moore Engineering, INC, Consultant
Schaffer Construction , Contractor
Harmon Squared SEI,LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Signature:
Email: zz_fin_capitalasset@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF
COUNTY OF
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Thomas J.
Schaffer, Manager Of Harmon Squared SEI, 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;
CPN #104347
7-Eleven Harmon BY
lion as Schaffer, Manager
Subscribed and sworn before rue on this date Day of Month, Year.
ANGELA EARLY TURNER
Notary Public, State of Texas
otary c �'.• �: Comm. Expitea 06-22.2026
County, State Notary ID 129915421
CONSENT OF SURETY
TO FINAL PAYMENT
AIA Document G 70 7
(Instructions on reverse side)
TO OWNER:
(Name and address)
Harmon Squared SEI LLC
PO Box 2431
Frisco, TX 75034
PROJECT:
('V,ane rdo III' ,
l-Eleven Harmon
1000 E. Harmon
Fort Worth, Texas
4912521
BOND #:
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
❑
ARCHITECT'S PROJECT NO
CONTRACT FOR: City of Fort Worth
CFA # CFAA22-0127 at 1000 E. Harmon, Fort Worth, Texas
CONTRACT DATED: February 23, 2024
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert nanie and address of Surety)
Great American Insurance Company
PO Box 2119
Cincinnati, OH 45202
,, SURETY,
on bond of
(Insert name and address of Contractor)
Schaffer Construction LLC
5700 Granite Parkway, Suite 940
Plano, TX 75024
,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
(Inserr name and address of owner)
Harmon Squared SEI LLC
PO Box 2431
Frisco, TX 75034
OWNER,
as set forth in said Surety's bond,
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this dale:
(Insert In wtiHng the monrhfollowed by die numeric date and year)
Great American Insurance Company
r•
--------------------
t
�(.Stgnnhrn• jrnulmrtzrdry rnsrnanis•nl -
Attest: Rhonda Hoopingarner, Attorney -In -Fact
(Seal):
(Printed mmne and title)
21 CAUTION: You should sign an original AIA document that has this caution printed in red. An
original assures that changes will not be obscured as may occur when documents are reproduced.
See Instruction Sheet for Limited License for Reproduction of this document.
AIA DOCUMENT G707 - CONSENT OF SURETY TO FINAL PAYMENT- 1994 EDITION - AIA
1994 -THE AMERICAN INSTITUTE OF ARCHrmci-s, 1735 NEW YORK AVENUE, NW, WASH-
INGTON, D.0 20006-5292 - WARNING: Unlicensed photocopying violates U.S. copy-
right laws and will subject the violator to legal prosecution.
Page I of2
G707-1994
GREAT AMERICAN INSURANCE COMPANY®
Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than Six
No. 0 21864
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under
and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than
one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond,
undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name
Jim Beam
Colleen C. Coleman
Alyson Dominguez
Barbara Eden
Rhonda Hoopingamer
Chris Monroe
Address
All of
Arlington, Texas
Limit of Power
All
$100,000,000
This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 14th day of July 2021
Attest GREAT AMERICAN INSU NCE COMPA
Assistant Secretary Divisional Senior Vice President
STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK viCARio (877-377-2405)
On this 14th day of July , 2021 , before me personally appeared MARK VICARIO, tome known,
being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American
Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the
said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto
by like authority.
1111AN A KQ41101ST
Notary Public
Q State of Ohio
My Comm, Expires
May 18, 2025
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company
by unanimous written consent dated June 9, 2008.
RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice
Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company,
as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and
the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the
Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship,
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such
officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed.
CERTIFICATION
I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and
the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect.
Signed and sealed this 14th day of January 2025
0 Assistant Secretary
S1029AH (03/20)