Loading...
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)