HomeMy WebLinkAboutContract 59196-FP2-FP2
City Secretary 59196Contract No. ______ _
fORTWORTH® Date Received 2/19/2025
02/25/2025
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: Keller-Haslet Retail
City Project No.: 104383
Improvement Type(s): � Paving � Drainage � Street Lights
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
Scott Langham (Fehl joi5 04:51 CST)
Contractor Project Manager
Title
Tri-Dal Construction LLC
Company Name
0=A�,,,
Project Inspector
tWrfflt:&tt«mM< etk 6efa!:(f efAndrew Goodman on behalf of (Feb 18, 2025 13:17 CST)
Project Manager
KanaFeb 19, 2025 08:55 CST)
C2_!:e_er
Lauren Prieur (Feb 19, 2025 08:59 CST)
Asst. City Manager
$116,307.00
$47,740.00
$164,047.00
$164,047.00
Feb 12, 2025
Date
Feb 18, 2025
Date
Feb 18, 2025
Date
Feb 19, 2025
Date Feb 19, 2025
Date
Feb 19, 2025
Date
□Traffic Signals
Page 1 of 2
Notice of Project Completion
Project Name: Keller-Haslet Retail
City Project No.: 104383
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety ��
Statement of Contract Time
Contract Time 60 WD
Days Charged: 86 WD
Work Start Date: 5/15/2024 Work Complete Date: 1/16/2025
Completed number of Soil Lab Test: 23
Completed number of Water Test: 12
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name KELLER HASLET RETAIL
Contract Limits
Project Type DRAINAGE
City Project Numbers 104383
DOE Number 4383
Estimate Number 1 Payment Number 1 For Period Ending 1/16/202�
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor TRI DAL UTILITIES LLC
540 COMMERCE STREET
SOUTHLAKE , TX 76020
Inspectors D. WATSON / S. JOHNSON
Contract Time
Days Charged to Date
Contract is 100.00
86
Complete
Thursday, February 20, 2025 Page 1 of 5
City Project Numbers 104383
Contract Name KELLER HASLET RETAIL
Contract Limits
Project Type DRAINAGE
Project F+unding
UNIT III: DRAINAGE IMPROVEMENTS
Item
No.
1
2
3
4
5
6
7
Description of Items Estimated Uni
Quanity
REMOVE HEADWAL/SET 1 EA
36" RCP CLASS iii 208 LF
4' STROM JUNCTION BOX 2 EA
36" STRAIGHT HEADWALL 1 EA
TRENCH SAFETY 37 LF
TOP SOIL 230 CY
SEEDING, HYDROMULCH 230 SY
Sub-Total of Previous Unit
iJNTI' I�': PAVING IMPROVEAiENTS
DOE Number 4383
Estimate Number 1
Payment Number 1
For Period Ending 1/16/202�
t Unit Cost Estimated Completed Completed
Total Quaniry Total
$2,900.00 $2,900.00 1 $2,900.00
$180.00 $37,440.00 208 $37,440.00
$7,800.00 $15,600.00 2 $15,600.00
$5,200.00 $5,200.00 1 $5,200.00
$3.00 $111.00 37 $111.00
$25.00 $5,750.00 230 $5,750.00
$7.00 $1,610.00 230 $1,610.00
$68,611.00 $68,611.00
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quaniry Total
1 REMOVE SIDEWALK 178 SF $2.00 $356.00 178 $356.00
2 REMOVE CONC CURB& GUTTER 69 LF $7.00 $483.00 69 $483.00
3 SWPPP > 1 ACRE 1 LS $5,000.00 $5,000.00 1 $5,000.00
4 4" CONC. SIDEWALK 479 SF $7.00 $3,353.00 479 $3,353.00
5 6" CONCRETE DRIVEWAY 1938 SF $8.00 $15,504.00 1938 $15,504.00
6 BARRIER FREE RAMP, TYPE P-1 2 EA $2,000.00 $4,000.00 2 $4,000.00
7 TRAFFIC CONTROL 1 MO $3,000.00 $3,000.00 1 $3,000.00
8 2" SURFACE MILLING (CO#1) 835 SY $13.00 $10,855.00 835 $10,855.00
9 2" ASPHALT PVMT TYPE D(CO#1) 835 SY $27.00 $22,545.00 835 $22,545.00
10 6" SLD PVMT MARKING HAS (W) (CO#1) �32 LF $5.00 $2,660.00 532 $2,660.00
11 6" SLD PVMT MARKING HAS (I� (CO#1) 476 LF $5.00 $2,380.00 476 $2,380.00
12 LANE LEGEN ARROW (CO#1) 1 EA $800.00 $800.00 1 $800.00
13 LANE LEGEN ONLY (CO#1) 1 EA $800.00 $800.00 1 $800.00
14 REFL RAISED MARKER TY II-A-A (CO#1) 19 EA $300.00 $5,700.00 19 $5,700.00
IS REFL RAISED MARKER TY II-C-R (CO#1) 5 EA $400.00 $2,000.00 5 $2,000.00
Sub-Total of Previous Unit $79,436.00 $79,436.00
Thursday, February 20, 2025 Page 2 of 5
City Project Numbers 104383
Contract Name KELLER HASLET RETAIL
Contract Limits
Project Type STREET LIGHTING
Project F+unding
L?NTI' V: STREET LIGIiTING IMPROVEMENTS
DOE Number 4383
Estimate Number 1
Payment Number 1
For Period Ending 1/16/202�
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 NO 6 TRIPLEX OH INSULATED ELEC CONDR I50 LF $20.00 $3,000.00 150 $3,000.00
2 FURNISH/INSTALL LED LIGHTING FIXTURE 2 EA $5,000.00 $10,000.00 2 $10,000.00
(137 WATT ATB2 COBRA HEAD)
3 FURNISH/INSTALL 8" WOOD LIGHT POLE ARM 2 EA $1,500.00 $3,000.00 2 $3,000.00
Sub-Total ofPrevious Unit �16,000.00 �16,000.00
Thursday, February 20, 2025 Page 3 of 5
City Project Numbers 104383
Contract Name KELLER HASLET RETAIL
Contract Limits
Project Type STREET LIGHTING
Project F+unding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Total Contract Price
DOE Number 4383
Estimate Number 1
Payment Number 1
For Period Ending 1/16/202�
$116,307.00
$47,740.00
$164,047.00
Total Cost of Work Completed $164,047.00
Less % Retained $0.00
Net Earned $164,047.00
Earned This Period $164,047.00
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
$0.00
$0.00
$0.00
$0.00
$0.00
$164,047.00
Thursday, February 20, 2025 Page 4 of 5
City Project Numbers 104383
Contract Name KELLER HASLET RETAIL
Contract Limits
Project Type STREET LIGHTING
Project F+unding
Project Manager NA
Inspectors D. WATSON / S. JOHNSON
Contractor TRI DAL UTILITIES LLC
540 COMMERCE STREET
SOUTHLAKE , TX 76020
DOE Number 4383
Estimate Number 1
Payment Number 1
For Period Ending 1/16/202�
City Secretary Contract Number
Contract Date
Contract Time
Days Charged to Date 86
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 $164,047.00
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
$164, 047.00
$0.00
$164, 047.00
$0.00
$0.00
$0.00
$0.00
$0.00
$164, 047.00
Thursday, February 20, 2025 Page 5 of 5
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
INSPECTOR: Srikar Peddibhotla Phone No: 682-71&6979 REVIEWED
PROJECT MANAGER: Debbie Willhelm Phone No: 817-392-2481 gy Debbie J. Willhelm at 11:03 am, Jul 26, 2024
CONTRACT UNIT
WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT
Developer Developer Developer Developer DAYS
Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost
ORIGINAL CONTRACT $42,699.00 $0.00 $17,965.00 $0.00 $31,696.00 $0.00 $68,611.00 $0.00 $16,000.00 $0.00 60
EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
CONTRACTTODATE $42,699.00 $0.00 $17,965.00 $0.00 $31,696.00 $0.00 568,611.00 $0.00 $16,000.00 $0.00 60
AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 ($790.00) $0.00 $47,740.00 $0.00 $0.00 $0.00 $0.00 $0.00 5
REVISED CONTRACT AMOUNT $42,699.00 $0.00 $17,175.00 $0.00 $79,436.00 $0.00 $68,611.00 $0.00 $16,000.00 $0.00 65
TOTAL REVISED CONTRACT AMOUNT
PER UNIT $42,699.00 $17,175.00 $79,436.00 $68,611.00 $16,000.00
REVISED COST SHARE Dev. Cost: $223,921.00 City Cost: $0.00
TOTAL REVISED CONTRACT $223,921.00
Revised: 10-12-2011 Page 1
REASONS FOR CHANGE ORDER Changes correspond to Revision 1 as shown on Sheets 6, 7, 20 & 22 of the construction plans. Asphalt pavement on Keller-Halset was less than two
years old. Per Utility Cut Policy, new pavement required removal/replacement in kind. Five additional days are requested with this change order.
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
ey: �'r.c� �c�i�:i�:��.
Name: Jonathan Schindler- Kirkman Enpineerinq LLC
Title: Civil Enpineer
APPROVED:
Chateau Homebuilders - Developer
By r'
Max annon - Chateau Homebuilders
Name:
Title: Owner
eY: ���`'''�v
Name: ason Biermeier
Title�. � .P. of Ooerations
Revised: 10-12-2011 Page 2
TOTAL CHANGE ORDER COST $46,950.00
�"��� ��r��r��a�
TRANSPORTATION AND PUBLIC WORKS
January 16, 2025
Tri Dal Utilities
540 Commerce
Southlake, Texas 76092
RE: Acceptance Letter
Project Name: Keller Haslet Retail
Project Type: Developer
City Project No.: 104383
To Whom It May Concern:
On January 16, 2025 a final inspection was made on the subject project. There were no punch list items
identified at that time. The final inspection indicates that the work meets the City of Fort Worth
specifications and is therefore accepted by the City. The warranty period will start on January 16, 2025,
which is the date of the final inspection 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,
r4ru7�e�- ��r7�vcarti a� 6e;Gur,C�� a�
Andrew 600dman o�behalf of (Feb 18, 202513:17 CST)
Debbie Willhelm P.E, Project Manager
Cc: Steve Johnson, Inspector
Don Watson, Inspection Supervisor
Aaron Ybarra, Senior Inspector
Andrew Goodman P.E, Program Manager
Kirkman Engineering, Consultant
Tri Dal LLC, Contractor
Hanbe LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Signature: �St�VG� �,�D�1�,fOb1
SteveJohnson (Feb 18, 20�513:06 CST)
Email: Steve.Johnson@fortworthtexas.gov
Rev. 08/20/19
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 LTD , 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/ar
property damages;
On Contract described as;
Keller Haslet Retail
City Project Number: 104383 �
BY �'� %
�`c.,v�� �,�,,,s� �-��>+^�- Name or Title
���,� ��:.�r- r�,��°�� � �
Subscribed and sworn before me on this date 11 of February, 2025.
Notary Public
Tarrant County, Texas
�,uw, CAROLINE HEVENER
��`�P�v P�o'.
��. • a_ Notary Public. State ofi Texas
�N,�.,�,:�; Comm. Expires 05-06-2028
''%''FOF�`:� Notary ID 134885622
'�n�u���`
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
AIA DOCUMENT G707
OWNER X
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER ❑ Bond # 107991387
PROJECT: Keller Haslet Retail - City Project No. 104383
TO (Owner):
City of Fort Worth
] 00 Fort Worth Trail
Fort Worth, TX 76102
CONTRACTOR:
Tri Dal Utilities, Ltd.
CONTRACT FOR: Public Water, Sanitary Sewer, &
Storm Improvements
CONTRACT DATC: 02/19/2024
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 Ob183 , SURETY COMPANY,
on bond of
Tri Dal Utilities, Ltd.
540 Commerce St.
Southiake, TX 76092
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that ima] payment to the Contractor shall not relieve
the Surety Company of any of its obligations to
City of Fort Worth
1�0 Fort Worth Trail
Fort Worth, TX 76102 , OWNER,
As set forth in the said Surety Company's bond
�N WITNESS WHEREOF,
::i�e St.rety Company has hereunto set its hand this 11 th day of Februarv, 2025.
�^��
Attest: � �'^�'
(Seal) Eric Lee Wasson, Witness
Travelers Casualty and Surety Company of America
Surety
.�`
Signature of authorize presentative
_ Felix Navejar, Attorney-In-Fact �' �;' -
Name & Title
r:
" ;, .; .. , , ;, �,.
A[.4 DQCGMENT G707 CONSENT OF SURETY COMPANY TO FINr�1. P.4YMENT APRiL 1970 EDITION AIAGR
� 1970 THE A.MERICAN INSTITUTE OF ARCE:ITECTS, ]735 NEW YCKK AVE., N W, b1'ASEIiNUTON_ D.C. 20006
Project: Keller Haslet Retail - Citv Proiect No. 104383 - Public Water Sanitary Sewer & Storm Improvements
Obligee: Citv of Fort Worth
Principal: Tri Dal Utilities. Ltd.
Bond #: 107991387
��,f�M ������
Travelers Casualty and Surety Company of America
Travelers Casualty anc! 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 1NITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of
April, 2021. -
Y�a�`i`y � � �r�tv q,r�
� �",� �G�+� dP
� � < �.
State of Connecticut � �'� '� �'
City of Hartford ss. • � ��< � -kY°'� � �
By: r
Robert L:'Raney, Senior ce President
On fhis 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 WITNE55 WHEREOF, I hereunto set my hand and official seal. �'�' �����
My Commission expires the 30th day of June, 2026 �"'��d� '�� ��.-
Anna P. Nowik
This Power of Attorney is granted under and by the authority of the following resovutions adopted by the Boards of Directors of each of the
Com�anies, which resolutions are now in full force and effect, reading as follows:
RE�OLVED, that the Chairman, #he President, any Vice Chairman, any Executive Vice President, any �eninr Vice President, any Vic�
President, any Secand Vice President, the Treasurer, any Assistant Treasurer, the Crrporate Secretary or any Assistant Secretary may appoint
AtYornsys-in-Fact and Agents ta act for and on behalf qf the Company and may give such appointee such authority as his or her certificate of auth�rity
may prescribe to sign wifh the Company's name and seaE with the Company's seai bonds, recognizances, contracts of indemnity, and other writings
ob9igatory in 4he naaure of a tsond, recognizance, or condi#iana! undertaking, and any nf said o�cers or the Board of Directocs at any iime may
r�move any such appointee and revake the power given him ar her; and it is
FURTHER RESOLVED, ihat fhe Chairrnan, the Presfdent, any Vice Chairman, any Exe�u#ive Vice President, any S�nior Vice Presideni or
any Vice President may delegate ali or any part t�f the foregoing authoroty to one or mare o�c�rs nr em�lnyees of this Company, provi�ed
that each such delegaiion is in writing and a co�y #hereflf is fiied in the offic� oi the Secre{ary; and ii is
FEJRTHEEi RESC�LVED, that any bond, recagn+zance, cantract of indemnity, ar writing obligatory in the nature of a band, recognizance,
or conditianal underkaking shall be vafid and binding upon the Gompany whe» (a) s6gned by ihe President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Viee President, any Second Vice Prasident, the Treasurer, any Assistant 7reasurer, the
Gorporate Secretary ar any Assistent 5ecretary and duly attested and seated with the Corrtpany's sea! by a Secretary or Assistant Secretary;
qr (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 mare Company officers pursuant to a written defegafion of authorify; and it is
FU�tTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Seninr Vice President,
any Vir.e Presiden#, any Assistant Vice President, any Secretary, any Assistant Secrefary, a�d the seal of the Gompany may be affixed by facsimile fts
any Power of Attorney or to any certificate refating thereto appointing Resident Vice Presiden#s, 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 nf
Attnrney or certificate bearing such facsimile signature nr facsimile seal shalt be valid and binding upor� the Company and eny such power so exe�uted
and cerfiified by such facsimile signature and facsimile seal shall be valid and binding on fhe Carn�any in the fuiure with respect to any bond ar
undarsfanding 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 11th day of February, 2025.
�����ary� ,�*�+r ��� r : , . ,
: ;' ,
�� ��+ � �
m .
� � ��, �
� � � �. � �} � . �� — . �
�+' �' ` �` �` �Kevin E. Hughes,Assista tSecretary
`;'—, ' r"
���. ��� �"a,...w�"� � � _, .
To verify the authenticity of this Power of Attorney, please call us 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 Attorneylis,aftaclied.. ,
;� �
Bond(s) produced by:
PCL Contract Bonding Agency PO Box 1306, Colleyville, TX 76034 972-459-4749 www.pclbonds.com bondrequest@pclbonds.com