Loading...
HomeMy WebLinkAboutContract 59196-FP1-FPlCity Secretary Contract No. 59196------ FORT WORTH® Date Received 2/13/2025 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): Water IZI Original Contract Price: Sewer IZI $60,664.00 Amount of Approved Change Order(s): -$790.00 Revised Contract Amount: Total Cost of Work Complete: Sc.1>¢:LA� Scott Langham (Febl,202510:56 CST) Contractor Feb 13, 2025 Title Tri-Dal Construction LLC Company Name Steve ,Johttsot1 Steve Johnson (Feb 13, 202510:57 CST) Project Manager Kandice Merrick (Feb 13, 2025 14:23 CST) CFA Manc!9..er df--� Lauren Prieur (Feb 13, 202514:29 CST) Asst. City Manager $59,874.00 $59,874.00 Feb 13, 2025 Date Feb 13, 2025 Date Date Feb 13, 2025 Date Feb 13, 2025 Date Feb 15, 2025 Date Page 1 of 2 Notice of Project Completion Project Name: Majestic Silver Creek Addition Phase II City Project No.: 104383 City's Attachments Final Pay Estimate 0 Change Order(s): 0 Yes ❑ 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: 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 CITY OF FORT WORTH Contract Name KELLER HASLET RETAIL Contract Limits Project Type WATER & SEWER DOE Number 4383 Estimate Number 1 Payment Number 1 For Period Ending 1/16/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 86Contract Date TRI DAL UTILITIES LLC NA 540 COMMERCE STREET SOUTHLAKE TX 76020 D. WATSON S. JOHNSON Contract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 104383 Monday, February 10, 2025 Page 1 of 4 Contract Name KELLER HASLET RETAIL Contract Limits Project Type WATER & SEWER DOE Number 4383 Estimate Number 1 Payment Number 1 For Period Ending 1/16/2025 Project Funding City Project Numbers 104383 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 FIRE HYDRANT 1 EA $5,400.00 $5,400.00 1 $5,400.00 2 1" WATER SERVICE 1 EA $4,200.00 $4,200.00 1 $4,200.00 3 2" WATER SERVICE 1 EA $4,200.00 $4,200.00 1 $4,200.00 4 6" WATER PIPE 101 LF $50.00 $5,050.00 101 $5,050.00 5 6" GATE VALVE 3 EA $2,300.00 $6,900.00 3 $6,900.00 6 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 0.1 TN $3,000.00 $300.00 0.1 $300.00 7 8" x 6" TAPPING SLEEVE & VALVE 2 EA $2,500.00 $5,000.00 2 $5,000.00 8 TRENCH SAFETY 133 $3.00 $399.00 133 $399.00 9 CONC OVMT REPAIR, ARTERIAL/ INDUSTRIAL 150 SY $75.00 $11,250.00 150 $11,250.00 $42,699.00 $42,699.00Sub-Total of Previous Unit UNIT I: SANITARY IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 4" SEWER SERVICE (GREEN PRESSURE PIPE)1 EA $7,500.00 $7,500.00 1 $7,500.00 2 4" 2- WAY CLEANOUT 1 EA $2,100.00 $2,100.00 1 $2,100.00 3 TRENCH SAFETY (CO#1)45 LF $25.00 $1,125.00 45 $1,125.00 4 CONC PVMT REPAIR, ARTEDRIAL/INDUSTRIAL (CO#1) 0 SY $75.00 $0.00 0 $0.00 5 12" CASING BY OPEN CUT (CO#1)45 LF $120.00 $5,400.00 45 $5,400.00 6 4' WIDE ASPHALT PVMT REPAIR, ARTERIAL (CO#1) 35 LF $30.00 $1,050.00 35 $1,050.00 $17,175.00 $17,175.00Sub-Total of Previous Unit Monday, February 10, 2025 Page 2 of 4 Contract Name KELLER HASLET RETAIL Contract Limits Project Type WATER & SEWER DOE Number 4383 Estimate Number 1 Payment Number 1 For Period Ending 1/16/2025 Project Funding City Project Numbers 104383 Contract Information Summary Change Orders $60,664.00Original Contract Amount $59,874.00Total Contract Price $59,874.00 Less Total Cost of Work Completed % Retained $0.00 Net Earned $59,874.00 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $59,874.00 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $59,874.00 $0.00 1 ($790.00)Change Order Number Monday, February 10, 2025 Page 3 of 4 Contract Name KELLER HASLET RETAIL Contract Limits Project Type WATER & SEWER DOE Number 4383 Estimate Number 1 Payment Number 1 For Period Ending 1/16/2025 Project Funding City Project Numbers 104383 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $59,874.00 Less Total Cost of Work Completed % Retained $0.00 Net Earned $59,874.00 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $59,874.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $59,874.00 $0.00 City Secretary Contract Number 86 Contract Date TRI DAL UTILITIES LLC NA 540 COMMERCE STREET SOUTHLAKE TX 76020 D. WATSON S. JOHNSON Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Monday, February 10, 2025 Page 4 of 4 W � � Z Z � r aw =o U � O O Z � Z � O i Q � � U � � w � L Q J � a� � � U � � N (6 C .� � � - a0 C � > O � W d M � 3 v •� � � � N � � � � M � �C � O N v� � N X (0 � _ � M � I� N � N M � � N @ � � � > Y � U o 0 L1J � � � U Z � w U � Q � � � O � �' p w � U U U � � W � W � W CC N O N � N 3 7 � �E M O � �.n � � � _ = � � G1 :a .a G1 � m � � ti � � � 00 N rn I� M N I� c�4 a�D O O Z Z � � c � � � aa f6 � L � Q � '� �a a� a .� L � Y � � � � W � Q Z O� � ~ U U ww � � �O Z � a � U y � Q c�o c�o � c�o Z p O U w 0 0 0 0 0 0 0 � V o 0 0 0 0 0 � �, o 0 0 0 0 0 _ « u4 .n .n u� u� u� o � U o J � F O W O O O � W O O O � O O O � � a o 0 0 0 0 0 � o 0 0 0 0 0 0 d « co .» .» � ui � N O � � � p ❑ U o 0 V► N � O O O O O O U W � � � � � � � o � U o ¢ � Z � � o 0 0 � 0 0 0 0 �, � o 0 0 a o 0 0 o � o o � o � d« eo u3 f» � w � > a co m m m o ds e� fs, 0 U 0 0 0 0 0 0 0 "' V o 0 0 0 0 o N 0 F � � u�s u�s � � � V Z � U o �' � z ,,CO.� U o F > v_ � a o 0 0 0 � � � � G 0�1 O O 0�1 � M N Z o � o o �? n a � frs frs U i� M a � a�7 O Vs fA fA fA 0 U N � O O O O O O U � � � � � � � U o p � � W � N � � yj� o 0 0 � N O � � o o � N V uj o o �cj o �tj fy fD Q Q fD p � y � O O � T o, � w w � r� � o � � � d O 0 0 0 0 0 0 0 V o 0 0 0 0 0 T O O O O O O � � � � � � U � � o w � H � � o 0 0 � 0 0 0 •• d p�j O O p�j O p�j � y Q O � M �N � nj � M U N OU � � � O � � Z w � � � U O F a K aa' � U Z �� F u=i O Q � F _ F U U W U F Q� O W Q Q U K U tq H~ Q��� W a W W z o 0 o a Z u� �n � O �� U p� W W Q a � Q � o � � p z � H � Z W J H a o � � �n a � � w z o > 0 � O W U �U Q � ~ � � � a You are directed to make the following changes in the contract documents:Unit II: Sanitary Sewer Improvements33305.0109 8 LF$25.00 $200.0043201.0616-40SY$75.00-$3,000.0063305.1001 8 LF$120.00 $960.00New Item3201.0121 35 LF$30.00 $1,050.00-$790.00You are directed to make the following changes in the contract documents:Unit IV: Paving ImprovementsNew Item241.1506 835 SY$13.00 $10,855.00New Item3212.0302 835 SY$27.00 $22,545.00New Item3217.0101 532 LF$5.00 $2,660.00New Item3217.0102 476 LF$5.00 $2,380.00New Item3217.1002 1 EA$800.00 $800.00New Item3217.1004 1 EA$800.00 $800.00New Item3217.2103 19 EA$300.00 $5,700.00New Item3217.2104 5 EA$400.00 $2,000.00$47,740.00$46,950.00REASONS FOR 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: APPROVED: APPROVED:Kirkman Engineering LLC Chateau Homebuilders - Developer Tri Dal, LLC - ContractorBy: By: By: Name: Jonathan Schindler - Kirkman Engineering LLC Name: Max Cannon Name: Jason BiermeierTitle: Civil Engineer Title: Owner Title: V.P. of OperationsChanges 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.12" Casing by Open CutTOTAL UNIT II: SANITARY SEWER IMPROVEMENTSQUANTITY UNIT TOTALITEM DESCRIPTIONPAY ITEM # UNIT PRICECITY BID ITEM #Trench SafetyConc Pvmt Repair, Arterial/IndustrialREFL Raised Marker TY II-C-RUNIT PRICE TOTALPAY ITEM #CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTIONTOTAL CHANGE ORDER COST4' Wide Asphalt Pvmt Repair, Arterial2" Surface Milling2" Asphalt Pvmt Type D6" SLD Pvmt Marking HAS (W)TOTAL UNIT IV: PAVING IMPROVEMENTS6" SLD Pvmt Marking HAS (Y)Lane Legend ArrowLane Legend OnlyREFL Raised Marker TY II-A-ARevised: 10-12-2011 Page 2Kirkman Engineering LLCJonathanSchindlerKirkman Engineering LLOFTHE CHANGE ORDER COST ANDNO APPROVED:DDDDDD:DDDDDDDDDDDDDDDDDDDDDDDDDDDDDDD:DDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDTri Dal, LLCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC----ConCCCCCCCCCCCtractotototototototototootoottototooootoottootooottoottttototoottoottoottootttooottoottttootttttoottoottttotttttttttottttttttttrBy: Name:JasJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJon BiermeierTitle:V.PVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV. of Operationsal days are requested with this change order.5 CITY PROJECT NUMBER: PROJECT NAME:Keller Haslet Retail 104383 TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: SIZE TYPE OF PIPE Open cut 6" C-900 PIPE LAID FIRE HYDRANTS:1 EA VALVES (16" OR LARGER) LF PIPE ABANDONED SIZE TYPE OF PIPE N/A DENSITIES:Taken passed 1" Irr NEW SERVICES:2" Dom SIZE TYPE OF PIPE N/A SIZE TYPE OF PIPE Open cut 12" Steel casing PIPE LAID DENSITIES: WATER Taken passed LF 101 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 4"NEW SERVICES:PVC LF LF SEWER 45 PIPE ABANDONED Rev. 08/20/19 TRANSPORTATION AND PUBLIC WORKS February 12, 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- 392-6251. Sincerely, Andrew Goodman 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 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/or property damages; On Contract described as; Keller Haslet Retail City Project Number: 104383 � BY �'� % �c ��i�" �',�,v� �-%�>+^- Name or Title ��'ts���.°7� l'7�ls�lv"o��� b` Subscribed and sworn before me on this date 11 of February, 2025. Notary Public Tarrant County, Texas o+""�n CAROLINE MEVENER , ```�P�Y pU@�'� ` d.�•,(� a_Notary Public, State ofi Texas �N,�.,�V,'Q� Comm.Expires05-06-2028 '�.','�FOF'�`.` Notary ID 134885622 ��nm�• 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 100 Fort Worth Trail Fort Worth, TX 76102 CONTRACTOR: Tri Dal Utilities, Ltd. CONTRACT FOR: Public Water, Sanitary Sewer, & Storm Improvements CONTRACT DAT�: 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 Ob 183 , SURETY COMPANY, on bond of Tri Dal Utilities, Ltd. 540 Commerce St. Southlake, TX 76092 ,CONTRACTOR, hereby approves of the iinal 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 100 Fort Worth Trail Fort Worth, TX 76102 , OWNER, As set forth in the said Surety Company's bond �N WITNESS WHEREOF, ::i;.e �t.rety Company has hereunto set its hand this 11 th day of Februarv, 2025. y✓'^✓ 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 t , ... � ; }� � ,_, � A[A DOCliMENT G707 CONSENT OF SURETY COMI'ANY TO F,Nr�L T',4Y'MENT APRIL 1970 EDITION AIA� �O 1970 THE AMER[CAIv INSTITUTE OF ARCY.ITECTS, ]735 NEW YCRK _4VE., NW, �V.t,SFIiNGTO[�L D.C. 20006 Project: Keller Haslet Retail - Citv Proiect No. 104383 - Public Water Sanitary Sewer & Storm Imqrovements Obligee: Citv of Fort Worth Principal: Tri Dal Utilities. Ltd. Bond #: 107991387 ��,����;��J� � Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and 1'Narine 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 iNITNESS WHEREO�, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day ofi April, 2021. �ma,,,� i�"+Yt� �, �q,kTYRstg�� , 1�� p9'� ., �'9 �. �.. '�' a K State of Connecticut � � '� " �' City of Hartford ss. � • � ��� , �.Y''�. �� � By: Robert L:'Raney, Senior ce 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 WITNE55 WHEREOF, I hereunto set my hand and official seal. �.�„�� ' ���� My Commission expires the 30th day of June, 2026 �"���° Anna P. Nowik This Povver of Attorney is granted under and by the authority of the following reso�utions adopted by the Boards of Directors of each of the Com�anies, 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 Seninr Vice President, any Vice President, any Secand Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoinf Attornsys-in-Fact and Agents to act for and on behalf qf the Company and may give such appointee such authority as his or her certificate of autharity may prescribe to sign wiih the Company's nams and seaE with the Compa�y's seai bonds, recognizances, contracts of inderrrnity, and other writings pbligatory in th� naaure of a band, recognizance, or conditiona! unde�taking, and any nf said o�cers or the Board of Directors at any iime may r�mave any such appaintee snd revake the power given him ar her; and it is FURTiiER RESOLVED, ihat the Chairrnan, the President, any Vice Chairman; any Executive Vice PresiQent, any S�niar Vice Pre�ident or any Vice President may delagate alt or any part ot the fvregoing authordty to nne or mare o�oers ar em{�ioyees of this Company, provided khat each such delegaiion is in writing and a co�y #heret�f is fiied in the office oi the Secretary; and it is FEJRTHER RESC9LVED, that any bond, recognizance, contract of indemnity, or writing obfigatory fn the nature of a bond, recognizance, or conditional undartaking shall be valid and binding upon the Gompany whsn (a) sogned by ihe Presideni, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Viee President, any Second Uice Prasident, the Treasurer, any Assistant Treasurer, the Gorpnrate Secrefary ar any Assistant 5ecretary and duly atfested and seated with ihe Company's sea! by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Aitorneys-in-Fact and Agents pursuant to the power prescribed in his or her certifica4e or their certificates of authority or by one or more Company officers pursuant to a written defegaiian of autharify; and it is �URTHER RESOLVED, that the signature oE each of the following o�cers: President, any Executive Vice President, any Senior Vice President, any Vice Presiden#, any Assistant Vice President, any Secretary, any Assistant Seerefary, and the seal of the Compeny may be affixed by facsimile fo any Power of Afitorney or fo any certificate refating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries ar A#torneys-in- Faci for purposes only of executing and attesting bonds and undertakings and othar writings obligatory in the nature thereof, and any such Power of Attnrney ar certificafe bearing such facsimile signature nr facsimile seal shalt be valid and binding upnn the Company and eny such pnwer so sxecuted and certified by such facsimile signa#ure and facsimile seal shall be valid and binding on fhe Campany in the fu#ure 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. k: cf ,A��v ' s�'"� �% ' v �P �°� � � � � �� � � � g �' � — { ' � ��,� . � ��� ' �� '� Kevin E. Hughes,Assista tSecretary '� ' 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 Attorney is attached.. . ;� � Bond(s) produced by: PCL Contract Bonding Agency PO Box 1306, Colleyville, TX 76034 972-459-4749 www.pclbonds.com bondrequest@pclbonds.com