Loading...
HomeMy WebLinkAboutContract 50201-FP1-FP1 City Secretary Contract No. 50202 FORTWORTHo Date Received 3/24/2025 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: Carroll Street Townhomes City Project No.: 101025 Improvement Type(s): x❑ Paving ❑x Drainage x❑ Street Lights ❑ Traffic Signals Original Contract Price: $115,635.62 Amount of Approved Change Order(s):-$3,264.00 Revised Contract Amount: $112,371.62 Total Cost of Work Complete: $112,371.62 �— Mar 20, 2025 Contractor Date VP Title San Saba Construction Company Name k/- Mar 21, 2025 Donald Watson (Mar 21, 202513:37 CDT) Project Inspector Date -� Rn, rrza„y,� M a r 24, 2025 Project Manager Date dice Mar 24, 2025 Kan (Mar 24, 2025 15:25 CDT) CFA Ma ager Date A'—'^~ Mar 24 2025 I auren Prieur �[ ar 24,?02515:27 CIT TPW Director Date C>S�_� M a r 25, 2025 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Carroll Street Townhomes City Project No.: 101025 City's Attachments Final Pay Estimate IX Change Order(s): ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 125 CD Days Charged: 2392 CD Work Start Date: 7/2/2018 Work Complete Date: 1/17/2025 Completed number of Soil Lab Test: 0 Completed number of Water Test: 0 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CARROLL STREET TOWNHOMES Contract Limits Project Type STORM DRAIN & PAVING City Project Numbers 101025 DOE Number 1025 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 1/17/2025 CD Project Manager NA Contractor SAN SABA CONSTRUCTION SERVICES, INC. 3100 INDEPENDENCE PKWY #311-314 PLANO, TX 75075 Inspectors DICKINSON / WATSON Contract Time 126D Days Charged to Date 125 Contract is 100.00 Complete Tuesday, January 28, 2025 Page 1 of 4 City Project Numbers 101025 DOE Number 1025 Contract Name CARROLL STREET TOWNHOMES Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN & PAVING For Period Ending 1/17/2025 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 -------------------------------------- 5' STORM JUNCTION BOX 1 EA $14,008.62 $14,008.62 1 $14,008.62 - - Sub-Total of Previous Unit - - - - - - - - - - - - - - - - - $14,008.62 $14,008.62 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I REMOVE CONCRETE DRIVE 551 SF $3.00 $1,653.00 551 $1,653.00 2 REMOVE CONC PVMT 242 SY $35.00 $8,470.00 242 $8,470.00 3 REMOVE CONC CURB & GUTTER 69 LF $12.00 $828.00 69 $828.00 4 SWPPP 1 LS $6,500.00 $6,500.00 1 $6,500.00 5 HYDRATED LIME 5 TN $500.00 $2,500.00 5 $2,500.00 6 6" LIME TREATMENT 294 SY $50.00 $14,700.00 294 $14,700.00 7 7" CONC PVMT 245 SY $112.00 $27,440.00 245 $27,440.00 8 4" CONC SIDEWALK (CO#2), (CO#4) 2590 SF $6.00 $15,540.00 2752 $16,512.00 9 6" CONCRETE DRIVEWAY (CO#4) 0 SF $10.00 $0.00 440 $4,400.00 10 BARRIER FREE RAMP 2 EA $1,700.00 $3,400.00 2 $3,400.00 11 6" CONC CURB & GUTTER 122 LF $30.00 $3,660.00 122 $3,660.00 12 PLANT 4" TREE (CO#2) 0 EA $650.00 $0.00 0 $0.00 13 TRAFFIC CONTROL 1 MO $6,500.00 $6,500.00 1 $6,500.00 14 INSTALL ALUM SIGN GROUND MOUNT 2 EA $2,686.00 $5,372.00 Sub -Total of Previous Unit $96,563.00 $96,563.00 ST LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 LED LIGHTING FIXTURE 3 EA $600.00 $1,800.00 3 $1,800.00 Sub -Total of Previous Unit $1,800.00 $1,800.00 Tuesday, January 28, 2025 Page 2 of 4 City Project Numbers 101025 Contract Name CARROLL STREET TOWNHOMES Contract Limits Project Type STORM DRAIN & PAVING Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 3 Change Order Number 4 Total Contract Price DOE Number 1025 Estimate Number 1 Payment Number 1 For Period Ending 1/17/2025 $115,635.62 $2,586.00 ($5,850.00) $0.00 $112,371.62 Total Cost of Work Completed $112,371.62 Less % Retained $0.00 Net Earned $112,371.62 Earned This Period $112,371.62 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 $112,371.62 Tuesday, January 28, 2025 Page 3 of 4 City Project Numbers 101025 Contract Name CARROLL STREET TOWNHOMES Contract Limits Project Type STORM DRAIN & PAVING Project Funding DOE Number 1025 Estimate Number I Payment Number I For Period Ending 1/17/2025 Project Manager NA City Secretary Contract Number Inspectors DICKINSON / WATSON Contract Date Contractor SAN SABA CONSTRUCTION SERVICES, INC. Contract Time 125 CD 3100 INDEPENDENCE PKWY #311-314 Days Charged to Date 125 CD PLANO, TX 75075 Contract is .000000 Complete Line Fund Account Center CITY OF FORT WORTH SUMMARY OF CHARGES Amount Gross Retainage Net Funded _ _ _ — — Total Cost of Work Completed $112,371.62 Less % Retained $0.00 Net Earned $112,371.62 Earned This Period $112,371.62 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 $112,371.62 Tuesday, January 28, 2025 Page 4 of 4 i CITY SECRETARY ' CONTRACb•No. 15W -Co DEVELOPER -AWARDED -PROJECT CHANGE ORDER 50aoa, CeC 'l�fo:' ' (PROJECT NAME: l Carroll StreetTownhomes CHANGE •o CONTRACT: - Water, Sewer, PavinO.-Storm Drain, Street Lights I ORDER No: , • ICFA#" I CITY PARTICIPATION:( YES .-�.`^�'•. ' I2017-175 CCITY PROJECT# 101025 . - (DOE#' NIA .- I 16 Q; ... i.. ]WATER PROJECT# - 56U08-0600430-101025-001580 1 (SEWER PROJECT# ISBOOB4700430-101025-001380 IFILE # W-2502. X-24437 INSPECTOR: Donald L. Watson Jr. Phone No: 817-205-8911 PROJECT. MANAGER: Vic Tornero Phone No: 817-392-7830 CONTRACT UNIT ,.. WATER SEWER PAVING DRAINAGE STREETLIGHTS - I CONTRACT Developer Developer eveloper Developer _' DAYS I - Co., Cost Clty Cost Cast City Cost Cost City cost Cost City Cost Cast City: Cost IORIGINALCONTRACT $20,730,00 $54,036.50 $31,007.00 $99,827.00 $14,008.62 $1,800.00 .- 125 IEXTRASTODATE I I ICREDITS TO DATE - I ICONTRAJTTODATE • $20,730.00 11.11 '554,036.50 $31,007.00 S99,827.00 $0.00 $14,008.62 50.00 $1.800.00 $0.00 125 I - IAMOUNT OF PROP. CHANGE ORDER ' $2,485.00 I $628.00 REVISED CONTRACT AMOUNT $23,215.00 I $0.00 $54.694.60 $31.007.00 S99,827.00 SOAO S14,008.62 SO.00 $1,800.00 $0.00 I 125 I TOTALREVISED CONTRACTAMOUNT ". 4 ' PER UNIT $23.215.00 $85.671.S0 S99,827.00 I 31&00&62 S1,800.00 REVISE COST SHARE Dev: Cost $193,515.12 City Cost: T $31,007.00 I - 1 I TOTAL REVISED CONTRACT $224,522.12 Revised:1Q-12-2011 You are directed to make the following changes in th ntmct docu ts: CITY 810 ITE PAY ITEM14 $ OUANTrry UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 I Unit l: Water 2 33122003 1 EA 1"WATERSERVICE $2,485.00 $2AS5.010 I ew Unit II: Sor I TOTAL $2,485.00 I 2 3301.0002 4 LF POST -CCTV INSPECTION $4.00 $16.00 5 3305.0109 4 I LF TRENCH SAFETY _ I SS,00 $12.00 8 3331.4119 4 I LF W DIP SEWER PIPE S15D.D0 $600.00 TOTAL: $fi28.00 I GRAND TOTAL $3.113.00 f RPASONS FOR CHANCE ORDER Extension of Sanitary Sewer to center ofpmpased easemam. Eaaamont updated from approved plans to allow room for franchise ue%ily service, Thischange order does not effect the City Cost Participation since me developerls paying a 100% for this change order. Hence, there Is no need to obtain City Signatures for this change order. RECO'Mr4E`OE0- c.pr•RO'JEO: APPROVED. i e. 3.; APPROVAL RECOMMENDED, RECOMMENDED: APPROVED:', APPROVED AS TO FORM AND LEGALITY: (CFW- Sponsoring Depanmeno (CFW• Assistant�anager)---, (CFW- Assistem AMomey) BY: N/A By: W�,/ Name., _ Name: "`�'1J 4i/fL`Y�� Name: - Rw.` -4 Title: Title: rJi�.� [.�✓�l / Tits: . `sluk {� RECOMMENDED: (CFW.-Contract Campii ce Mana I " Contract Compliance Manager (Project Manager): q // By signing 1 acknowledge that I am the person responsible �r •�/' for the monitoring and administration ofthis contract, include Name: Ore�ff-7 • ,cve /rGB,& 5W - ensuring all performance and repotting requirements. Title: %�f t • AP446f— ❑There are NO City Funds associated with this Contract There are City Funds associated with this Contract �y M&C Number. N/A . fo,. � : • f . ��� 4 M&C Date Approved: NIA nRevised: 10-12-2011 i DEVELOPER -AWARDED -PROJECT CHANGE ORDER I PROJECT NAME: Carroll Street Townhomes (CONTRACT: Water. Sewer. Pavina. Storm Drain. Street Lights ICFA# 2011-175 CITY PARTICIPATION( YES ICITY PROJECT# 101025 DOE # N/A WATER PROJECT# 56008&0600430-101025-001580 ISEWER PROJECT# 560OM700430-101025-001360 FILE # W-2502. X-24437 INSPECTOR: Donald L. Watson Jr. Phone No: 817-205-8911 PROJECT MANAGER: Vic Tornero Phone No: 817-392-7830 I WA Developer Cast ORIGINAL CONTRACT S20,T30.00 EXTRAS TO DATE 32.685.00 CREDITS TO DATE COMPACT TO DATE 323,215.00 AMOU/FN/nT OF PP%R%OPE. C/AHr/AM.N}G�JE7ltORDER 323,216.00 TOTIAL EVISED�C�NTR9T itMOUNT PER UNIT $23,i REVISED COST SHARE Dev. COet: TOTAL REVISED CONTRACT Revised'10-12-2011 r.nNTRAr:T 11NIT CSC No. 5oaoae CHANGE ORDER No: 2 I ER SEWER aveloper Cit Coat Cost C' Cost PAVING DRAINAGE STREETLIGHTS CONTRACT DAYS Developer Cost C Cost Developer Cost C' Co. Developer Cost C' Co6t 664036.50 $31007.00 $99.827.00 $14.006.62 $1,800.00 125 3628600 �30.00 354,664.60 $31007.00 $99,827.00 $0.00 814,008A2 $0.00 $1,800.00 .00 125 I5.00 $2.475.15 $2,606.84 857,139.66 833613.84 390,763.90 $2,686.00 $102,413.00 $0.00 $102.413.00 314,008.82 $0.00 316,006.62 31,800.00 0.00 3'1,600.00 125 $198,676.28 City Cost: $33,613.84 $232,190.12 RECEIVED N Nov 2 6 2019 kold, GC Cz SoajpNvi CITY OF FORT WORTH C1ITY SECRETARY CITY SECRETARY CONTRACT NO..50 0 a OFFICIAL. RECORD CITY SECRETARY FT WORTH, TX age 1 You are directed to make the followina chances in the rontract docu ants: CITY BID ITEM j PAY ITEM# # I QUANTITY UNIT STEM DESCRIPTION UNITPRME TOTAL lMa lt: Sanitary Sewer (Developer) �_— 2 3.1.0.- I 1 LF POST -CCTV INSPECTION $240 $2.40 3 3301:0101 1 EA MANHOLE VACCUM TESTING $717,84 $717. B4 1 5 3305 0109 1 1 LF TRENCH SAFETY - - I 9 3331.4119 1 LF 8"DIP SEWER PIPE $68.58 $68,58 1 11 3339.1001 1 EA 4' MANHOLE $1.686.34 $1 86.34 t DEVELOPER TOTAL: S217616 I Unit II: Sanitary Sewer (City) I 2 33.1.0.. 1 LF POST -CCTV INSPECTION $1.60 $160 I 3 3301.01 1 I EA _ MANHOLE VACCUM TESTING $10716 $10716 5 3305.0109 1 LF T11 IITHSAFETV $3.00 $300 JI 9 3331.4119 1 LF 1 8" DI 5 WER PIIPE I $81.42 $$1. 842 1 11 3339.1001 1 1 EA 4' MANHOLE 1 CIN TOTAL: gf2.60f.84 I 1 66 Unil IV: Paving (Developer) 1 1 3213.0901 431 SF 4-CONC SIDEWALK $6.00 $2,566.00 1 DEVELO PERTOTAL: $2.686.00 I 1 G— TOTAL $5,192.94 1 REASONS FOR CHANGE ORDER Realignment of Sanitary Sewer due to conflict with existing power pole. Additionally, the sidewalk along Carroll street is to be widened to connect to the back of the curb (-1.5' wdth).Stnce this project was not publicly bid, the City could only reimburse the developer based on the current CFA Unit prices. The cost breakdown presented above shows the City's maximum contribution for the change orderard the developer wN be required to pay the remaining portion. The two unit costs combine match the overall unit cost in the contract documents bid proposal section. RECOMMENDED. Al R ,Eq / - APPROVED: Kl��mp InC Te s In L $ T San Saba Bye/AJB . By: Sr:' t h•Jl� ; L?CAA Or1 III I�+1o✓1 T%O/�iti..L% � 1� �iJ "'� . V• i Y Name: dllama: Name: ��r�� Title: ��:�� Title: Title: � • ' •' "-y 'r r31 � APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: 4" ¢ Attested b r lCFW-Spon 'rw mend !CF�S-1111C'N.,,'Mln, (CFW-Assistant City Attom'ey) Ely Name: ae•Ga'• ""'" �l Nam Q 1'itJ Name: rue: G�^,S e: 11 ` 16 I 5 ' S� it L� «' * - G 14 �k• Mary er, City Secretary RECOMMENDED: Y (CFW-' ontracl Complyyyyyy���ce Man r) ' Contract Compliance Manager (Proleet Manager): By signing I acknowledge that I am the person responsible By C� for the monitoring and administration of this contract, include C Name: ensuring all perlomunce and reporting requirements. 1' Qd (��i. ' `-t 44w2� ❑ There are NO City Funds associated with this Contract Title; (�RIIJG� Ea There ere City Funds associated with this Contract M&C Number. ./://� M&C Date Approved: /v 14 OFFICIAL REOt- �n'i SECRETARYCITY './TI F, Revised: 10-12-2011 • WORTH, T J J DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Carroll Street Townhomes CHANGE CONTRACT: CS-50202 ORDER No: ICFA# 2017-175 CITY PARTICIPATION:( YES CSC No.50202-0O3 I CITY PROJECT# 101025 IDOE # N/A IWATERPROJECT# 56008-0600430.101025-001580 3 ISEWERPROJECT# 56008-0700430-101025-001380 IFILE # W-2502, X-24437 INSPECTOR: Donald L. Watson Jr. Phone No: 817-205-8911 PROJECT MANAGER: Debbie J. Willhelm Phone No: 817-392-2481 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer City Cost Developer City Cost City Cost Developer City Cost Developer City Cost DAYS Cost Cost Cost Cost Cost (ORIGINAL CONTRACT $20,730.00 I $54,036.50 $31,007.00 I $99,827.00 I I $14,00&62 I $1,800.00 I I 125 EXTRAS TO DATE $2,485.00 I $3,103.16 $2,606.84 I $2,586.00 I I I I I ICREDITS TO DATE I I I I I I I ICONTRACT TO DATE $23,215.00 $0.00 I $57,139.66 $33,613.84 I $102,413.00 I $0.00 I $14,00&62 $0.00 I $1,800.00 I $0.00 I 125 (AMOUNT OF PROP. CHANGE ORDER $0.00 I I $ (5,85MO)F $0.00 I $0.00 I I $0.00 I 0 I REMISED CONTRACT AMOUNT $23,21&00 $0.00 I $57,139.66 $33,613.84 I $96,563.00 I $0.00 I $14,008.62 $0.00 I $1,800.00 I $0.00 I 125 TOTAL REVISED ACT AMOUNT PER UNIT $23,215.00 I $90,753.50 I $96,56&00 I $14,008.62 I $1,800.00 REVISED COST SHARE Dev. Cost: $192,726.28 City Cost: $33,613.84 TOTAL REVISED CONTRACT $226,340.12 Revised 10-12-2011 Page 1 You are directed to make the following changes in the contract documents: PAY ITEM # CITY BID ITEM QUANTITYLO,11- ITEM DESCRIPTION ' U ConNIT tractor ICE I CFA UNIT I TOTAL Developer Cost CE Unit IV' Paving Improvements (Developer) I 12 3293.0,04 -9 Plant 4"Tree [ $ 650.001 $ - $ 15,850.00)$(585000) $PAVING TOTAL: $5 850.001 $ lk/.850.00) $ 1 $ �850.00 $ 5,850.00) $ - REASONS FOR CHANGE ORDER Removing street trees from CFA. Trees to be planted through a tree planting permit from PARD. THERE ARE CITY FUNDS INVOLVED IN THIS CONTRACT. HOWEVER, DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Revised 10-12-2011 Page 2 KIm�O Horn, nc. APPROVED: own Homes, LLC. SanAPPROVED: Construction >arai% &=4g D maid Foot ��,I(I/ Jared—,(Ap,1B, M3130'7 CDT) an oor (Apr 11 �3o.11 E E E p ]H, 1 Col) By: By: By: Name: Jared Earney Name: David Foor Name: Robert Beserra Title: Associate Title: Vice President Title: President APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW- Water Department CFW -Assistant City Manager CFW - Assistant City Attorney _ p ,�al9a Kmi-andog /1 W _ By �2 0 By: Dana Durghd0ff(Ma 11,2011A0 CDT) By Richard T. MC—k-DdM 10,202309:09 CDT) Name: Tavlor Gunderman, PE Name Dana Burghdoff Name: Richard McCracken Title: Engineering Manager Title: Assistant Citv Manager Title: Senior Assistant City Attorney [tE I9 MEyD!P: ATTEST: ++��on((rac Compliance Manager ` Contract Compliance Manager(Project Manager): W,f9WJw � °*�^' Am-4i' By signing I acknowledge that I am the person responsible By: 0 By: �' for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Name: Debbie J. Willhelm Name Jannette S. Goodall ❑ There are NO City Funds associated with this Contract Title: Senior Professional Engineer Title City Secretary PI There are City Funds associated with this Contract M&C Number N/A M&C Date Approved: N/A Revised 10-12-2011 Page 3 I PROJECT NAME: (CONTRACT: ICFA # ICITY PROJECT # (CITY SECRETARY CONTRACT # I FID # IX# I FILE # INSPECTOR: PROJECT MANAGER (ORIGINAL CONTRACT (EXTRAS TO DATE (CREDITS TO DATE CONTRACT TO DATE (AMOUNT OF PROP. CHANGE ORDER I REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Carroll Street Townhomes Water, Sewer, Paving, and Street Lighting 2017-175 I 101025 CS-50202 56008.0600430.101025.001580 56008.0700430.101025.001380 W-2502, X-24437 Donald L. Watson Jr. Debbie J. Wilhelm CHANGE ORDER No: CITY PARTICIPATION:( YES 4 Phone No: 817-205-8911 Phone No: 817-392-2481 CSC No. 50202-CO4 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREETLIGHTS Developer Developer Developer or Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost $20,730.00 $0.00 $54,036.50 $31,007.00 $14,00&62 $0.00 $99,827.00 $0.00 $1,800.00 $0.00 $2,485.00 $0.00 $3,103.16 $2,606.84 $0.00 $0.00 $2,586.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 IIIIIIII�LL $5,850.00 $0.00 $0.00 $0.00 $23,215.00 $0.00 $11,131,66 $33,613.84 $14,101,12 IIIIIIIIIIIIIIIIIIIIII■ $96,563.00 $0.00 $1,800.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 IIIIIIIIIIIIIIII■ $0.00 $0.00 $0.00 $0.00 $23,215.00 $0.00 $57,139.66 $33,613.84 $14,00&62 IIIIIIIIIIIIIIIIIIIIII1 $96.563.00 `` II■ $0.00 $1,800.00 $23,215.00 $90"..so $14,008.62 $96,563.00 $1,800.00 Dev. Cost: $192,726.28 613.84 $226,340.12 I CONTRACT DAYS 125 I 0 I 0 I 125 I 0 I 125 I Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: UNIT IV: Pavina Improvements PAY ITEM # CITY BID ITEM QUANTITY UNIT ITEM DESCRIPTION CFW Unit Developer UNIT PRICE City Cost TOTAL # Price Cost 8 3213.0301 (162.00) SF 4" Conic Sidewalk $0.00 $6.00 $ (972.00) $0.00 $ (972.00) I 1 9 321 3.030 1 (440.00) SF 6" Concrete Driveway $0.00 $10.00 $ (4,400.00) � $0.00 $ (4,400.00)1 I NEW' 3441.4006 2 EA Install Alum Si0n Ground Mount $0.00 $2,686.00 $ 5,372 00 M $0.00 $ 5,372.001 I I I I TOTAL UNIT IV: PAVING IMPROVEMENTS I $�QQ 50.00 $OAO I Asterisk (*) indicates New Pay Item [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Portions of the sidewalk and driveways were removed from contract and installed by Parkway Permit instead. Added two No Parking Signs. There is no net change in this change order. Changes correspond to Plan Revision 3 as shown on Sheet 0-12 of the construction Plans. RECOMMENDED: APPROVED: APPROVED: Kimley-Horn, Inc. Texas InTown Homes, LLC. San Saba Construction (Z aDaV1G( -Foa- By By o�� �,wo.s,.oz a o. «n By Name: Jared Earnev Name: David Foor Name. Robert Beserra Title: Associate Title: Vice President Title: President APPROVAL RECOMMENDED: CFW - Water Department .5.6,.. ✓a,.�.G.. PC By: O Name: Subv Varuahese, PE Title Enqineerinq Manaqer RECOMMENDED: CFW- *Contract Compliance Manager B Y Name: Debbie J. Wilhelm. PE Title: Senior Professional Enqineer M&C Number: N/A M&C Date Approved: N/A APPROVED: CFW - Assistant City Manager Name: Dana Burqhdoff Title: Assistant Citv Manager APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By Name: Richard McCracken Title: Senior Assistant Citv Attomev ATTEST: * Contract Compliance Manager (Project Manager): w-%�— By signing I acknowledge that) am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall (There are NO City Funds associated with this Contract Citv Secretary X (There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS January 21, 2025 San Saba Construction 2475 Glenda Ln, Dallas,Tx 75229 RE: Acceptance Letter Project Name: Carroll Street Townhomes Project Type: Water,Sewer,Paving,Drainage,Street Lights City Project No.: 101025 To Whom It May Concern: On January 17, 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 21, 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, Debbie Willhelm, Project Manager Cc: Donald Watson, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Brandon D Middelton, Consultant San Saba, Contractor Kimley Horn, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas § County of Fort Worth § BEFORE ME, the undersigned authority, on this day personally appeared Rvan Beserra, known to me to be a credible person and officer of San Saba Construction Services, Inc. and who, being duly sworn, upon his oath declares and acknowledges as follows: 1. I am a duly authorized agent of San Saba Construction Services, Inc., which has authorized me to make this affidavit, and all of the recitations herein are true and correct. 2. Pursuant to Private Development Contract No. CPM-101025 between Texas InTown Homes, LLC and San Saba Construction Services, Inc. for Carroll Street Townhomes, San Saba Construction Services, Inc. has supplied materials and performed labor in connection with the construction of improvements on real property owned by Texas InTown Homes, LLC in the City of Fort Worth ("the improvements"). 3. San Saba Construction Services, Inc. has actual knowledge that all bills owed by Texas InTown Homes, LLC to San Saba Construction Services, Inc. for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. San Saba Construction Services. Inc. has actual knowledge that all bills owed by San Saba Construction Services. Inc. to others for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 5. San Saba Construction Services, Inc. has actual knowledge that there are no claims or liens for materials supplied or labor performed in connection with the Private Development Contract. 6. San Saba Construction Services, Inc. further warrants that should any claim or lien be filed for material supplied or labor performed in connection with the Private Development Contract, San Saba Construction Services, Inc. will immediately furnish a bond pursuant to Texas Property Code Sections 53.236 through 53.238 for release of each the claim or lien, obtain settlement of any claim or lien, and furnish the City of Fort Worth written full release. San Saba Construction Services, Inc. agrees to fully indemnify and hold harmless the City of Fort Worth from any and all costs that may occur by reason of such claims or liens. EXECUTED this 18 day of March 2025. San Saba Cons - ion Servic c. B — ME: yan Beserra TITLE: Vice President STATE OF TEXAS COUNTY OF DALLAS This instrument was acknowledged before me on March 18, 2025 by Rvan Beserra, Vice President of San Saba Construction a S corporation, on behalf of said corporation. FOCSTEVENLDS#132e4680 res NOTARY PUBLIC CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 4417036 PROJECT: (name, addresS)Carroll St Townhomws - Water, Sanitary Sewer, Lighting and Paving Improvements Fort Worth TX TO (Owner) (TEXAS ire T OWN HOMES, LL . AND CITY OF FORT 7 ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 1520 Oliver Street Carroll St Townhomws - Water, Sanitary Sewer, Lighting and Paving Improvements Houston Tx 77007 -J CONTRACT DATE: CONTRACTOR: SAN SABA CONSTRUCTION SERVICES, INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) SURETEC INSURANCE COMPANY 1330 Post Oak Blvd. Houston TX 77056 , SURETY COMPANY on bond of (here insert name and address of Contractor) SAN SABA CONSTRUCTION SERVICES, INC 2475 Glenda Lane Dallas TX 75229 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) TEXAS INTOWN HOMES, LLC AND CITY OF FORT WORTH 1520 Oliver Street Houston TX 77007 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest. (Seal): �1'1u%���— 18th day of March, 2025 SURETEC INSURANCE COMPANY Surety Company Signa a of Authorized Representative Snphinie Hunfmr Title Attornev-in-Fact NOTE: Thi,; form ;s to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE POA# 4221097 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents ma— constitute and appoint: Don E. Cornell, Ricardo J. Reyna, Sophinie Hunter, Robbi Morales, Kelly A. Westbrook, Tina McEwan, Joshua Saunders, Tonie Petranek, Mikaela Peppers Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity If more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety orjointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: In Unlimited Amounts This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or ;;t. r• , of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 21st day of August , 2024 . �Xnwrr, i SureTec Insurance Company e�V�NCF �NOs F ANCg�, Markel s rance Co an �... ,.. as F any •. �U f x .9 t0� oT t ;4 c .0: a lW 5 j SEAL '>-u= Michael C. Ke g, President * ''�.,� * �ss��� �Lir>✓deyJennin ice President State of Texas County of Harris: On this 21st day of August , 2024 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and mcl that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. t�.rI•�t-ttrri��i IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my OffiE,Alm2 RU)arris, the day and year first above written. PUe lid ,, z �p�•�' By: —b W ,tyQ ® Chelsea Turner, Notary Public 9TF OF t eR,%� * My commission expires 7/6/2028 ZIP 132564 We, the undersigned Officers of SureTec Insurance Company and Markel InSTe E certify that the origina' POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has ndtpAw. I0++� IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 1 Hth day of March 2025 ureTec Insurance Company Markel Insurance Company � n By: By: M. Brent eaty, Assistant Secretary /.. ew Marquis, Assistan cretary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 4221097 For verification of the authority of this Power you may call (713)812-0800 an any business day between 8:30 AM and 5:00 PM CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714- 9104 Fax#:512-490-1007 Web: httD://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1