HomeMy WebLinkAboutContract 59455-FP1FORT WORTHa
-FP1
City Secretary
Contract No. 59455
Date Received 5/5/2025
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: Alliance Town Center Lot 7 & 8, Block 1
City Project No.: 104351
Improvement Type(s)
William Schnoor
William Schnoor (Apr21, 2025 15:27 CDT)
Contractor
Director
Water x❑ Sewer x❑
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
Title
Ready Construction Services
Company Name
Project Inspector
-40016-1-
Project Manager
Kand ice Merrick (Mav 5.2025 08:42 CDT)
CFA Manager
Lauren Prieur (May 5, 2025 08:47 CDT)
TPW Director
Asst. City Manager
$211,455.00
$211,455.00
Apr 21, 2025
Date
Apr 21, 2025
Date
May 4, 2025
Date
May 5, 2025
Date
May 5, 2025
Date
May 6, 2025
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Alliance Town Center Lot 7 & 8, Block 1
City Project No.: 104351
City's Attachments
Final Pay Estimate x❑
Change Order(s): ❑ Yes ❑x N/A
Pipe Report: x❑ Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 90 WD
Work Start Date: 10/16/2023
Completed number of Soil Lab Test: 28
Completed number of Water Test: 2
Days Charged: 55
Work Complete Date: 2/1/2024
Page 2of2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name ALLIANCE TOWN CENTER LOT 7 & 8, BLOCK 1
Contract Limits
Project Type WATER SEWER
City Project Numbers 104351
DOE Number 4351
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor DAGGER CONTRACING, INC.
P.O.BOX 1040
Inspectors
For Period Ending
ROANOKE , TX 76262
M. GLOVER / D. WILSKE
Contract Time
Days Charged to Date
Contract is 100.00
2/l/2024
WD
9WD
55
Complete
Thursday, April 10, 2025 Page 1 of 5
City Project Numbers 104351 DOE Number 4351
Contract Name ALLIANCE TOWN CENTER LOT 7 & 8, BLOCK 1 Estimate Number I
Contract Limits Payment Number I
Project Type WATER SEWER For Period Ending 2/l/2024
Project Funding
UNIT I: WATER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
WATER LINE GROUTING
0.4 CY
$250.00
$100.00
0.4
$100.00
2
4"-12" PRESSURE PLUG
1 EA
$750.00
$750.00
1
$750.00
3
SWPPP - 1 ACRE
I LS
$10,000.00
$10,000.00
1
$10,000.00
4
UTILITY SERVICE SURFACE RESTORATION
300 SY
$10.00
$3,000.00
300
$3,000.00
SODDING
5
TRENCH SAFETY
244 LF
$2.00
$488.00
244
$488.00
6
DUCTILE IRON WATER FITTINGS W/
0.4 TN
$7,500.00
$3,000.00
0.4
$3,000.00
RESTRAINT
7
6" WATER PIPE
18 LF
$100.00
$1,800.00
18
$1,800.00
8
8" WATER PIPE
226 LF
$115.00
$25,990.00
226
$25,990.00
9
FIRE HYDRANT
2 EA
$9,540.00
$19,080.00
2
$19,080.00
10
CONNECTION TO EXISTING 4"-12" WATER
1 EA
$4,000.00
$4,000.00
1
$4,000.00
MAIN
11
2" WATER SERVICE
2 EA
$4,500.00
$9,000.00
2
$9,000.00
12
6" GATE VALVE
1 EA
$2,500.00
$2,500.00
1
$2,500.00
13
8" GATE VALVE
1 EA
$3,500.00
$3,500.00
1
$3,500.00
- -
Sub -Total of Previous Unit
- - - - - - - - - - - - - - - - -
$83,208.00
$83,208.00
UNIT
II: SANITARY IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
REMOVE CONC PVMT
108 SY
$60.00
$6,480.00
108
$6,480.00
2
REMOVE ASPHALT PVMT
132 SY
$50.00
$6,600.00
132
$6,600.00
3
REMOVE CONC CURB & GUTTER
45 LF
$20.00
$900.00
45
$900.00
4
SANITARY LINE GROUTING
0.2 CY
$250.00
$50.00
0.2
$50.00
5
REMOVE 4' SEWER MANHOLE
I EA
$1,000.00
$1,000.00
1
$1,000.00
6
8" SEWER ABANDONMENT PLUG
2 EA
$250.00
$500.00
2
$500.00
7
ASPHALT PVMT REPAIR BEYOND DEFINED
132 SY
$100.00
$13,200.00
132
$13,200.00
WIDTH ARTERIAL,
8
CONC PVMT REPAIR, ARTERIALANDUSTRIAL
108 SY
$180.00
$19,440.00
108
$19,440.00
9
6" CONC CURB AND
45 LF
$150.00
$6,750.00
45
$6,750.00
10
POST - CCTV INSPECTION
309 LF
$6.00
$1,854.00
309
$1,854.00
11
MANHOLE VACCUM TESTING
2 EA
$300.00
$600.00
2
$600.00
Thursday, April 10, 2025 Page 2 of 5
City Project Numbers 104351 DOE Number 4351
Contract Name ALLIANCE TOWN CENTER LOT 7 & 8, BLOCK 1 Estimate Number I
Contract Limits Payment Number I
Project Type SANITARY For Period Ending 2/l/2024
Project Funding
12
TRENCH SAFETY
309 EA
$2.00
$618.00
309
$618.00
13
TRENCH WATER STOPS
1 EA
$2,000.00
$2,000.00
1
$2,000.00
14
4" SEWER SEVICE
1 EA
$1,500.00
$1,500.00
1
$1,500.00
15
8" SEWER PIPE
309 LF
$100.00
$30,900.00
309
$30,900.00
16
EPDXY MANHOLE LINER
15 VF
$575.00
$8,625.00
15
$8,625.00
17
4' MANHOLE
1 EA
$8,030.00
$8,030.00
1
$8,030.00
18
4' DROP MANHOLE
1 EA
$11,000.00
$11,000.00
1
$11,000.00
19
4' EXTRA DEPTH MANHOLE
11 VF
$200.00
$2,200.00
11
$2,200.00
20
--------------------------------------
TRAFFIC CONTROL
3 MO
$2,000.00
$6,000.00
3
$6,000.00
--------------------------------------
Sub-Total of Previous Unit
$128,247.00
$128,247.00
Thursday, April 10, 2025 Page 3 of 5
City Project Numbers 104351
Contract Name ALLIANCE TOWN CENTER LOT 7 & 8, BLOCK 1
Contract Limits
Project Type SANITARY
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Contract Price
DOE Number 4351
Estimate Number I
Payment Number I
For Period Ending 2/l/2024
$211,455.00
$211,455.00
Total Cost of Work Completed $211,455.00
Less % Retained $0.00
Net Earned $211,455.00
Earned This Period $211,455.00
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
$211,455.00
Thursday, April 10, 2025 Page 4 of 5
City Project Numbers 104351 DOE Number 4351
Contract Name ALLIANCE TOWN CENTER LOT 7 & 8, BLOCK 1 Estimate Number I
Contract Limits Payment Number I
Project Type SANITARY For Period Ending 2/l/2024
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors M. GLOVER / D. WILSKE Contract Date
Contractor DAGGER CONTRACING, INC. Contract Time 90 WD
P.O.BOX 1040 Days Charged to Date 55 WD
ROANOKE , TX 76262 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 $211,455.00
Less % Retained $0.00
Net Earned $211,455.00
Earned This Period $211,455.00
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
$211,455.00
Thursday, April 10, 2025 Page 5 of 5
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Alliance Town Center Lot 7 & 8, Block 1
CITY PROJECT NUMBER: 104351
WATER
PIPE LAID SIZE TYPE OF PIPE LF
C900 8" PVC 226'
C900 6" PVC 18'
FIRE HYDRANTS: 2 VALVES (16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: YES ALL PASSED
NEW SERVICES: 2" COPPER 2 Each
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
SDR 26 8" PVC 309'
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: YES ALL PASSED
NEW SERVICES: 4" SDR 26 1 EACH
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
February 1, 2024
Ready Construction Services
8350 N. Central Expressway, Ste 1313
Dallas, Texas 75206
RE: Acceptance Letter
Project Name: Alliance Town Center Lot 7 & 8, Block 1
Project Type: Water, Sanitary Sewer
City Project No.: 104351
To Whom It May Concern:
On January 25, 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 February 1, 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 February 1, 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,
_01��
Sandip Adhikari, Project Manager
Cc: Dean Wilske, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Peleton Land Solutions, Consultant
Ready Construction Services, Contractor
Hideaway-2, Inc., Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
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 Clark Knippers,
Managing Partner Of READY Construction Services 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 104351 Alliance Town Center Lot 7 & 8 c /
BY /
Clark Kn' s, Managing Partner
Subscribed and sworn before me on this date of April, 2025.
r
Notary Public
Dallas Texas
APRIL DAUTAJ
Notary ID #132468435
My Commission Expires
a May 7, 2028
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
AIA DOCUMENT G707
OWNER
C]
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
❑ Bond # 100096832
PROJECT: Alliance Town Center Lot 7 & 8, Block I - Public Water & Sanitary Sewer Improvements
TO (Owner):
City of Fort Worth
1000 Throckrnorton Street
Fort Worth, TX 76102
CONTRACTOR:
Ready Construction Services, LLC
CONTRACT FOR: Construction
CONTRACT DATE: 07/19/2023
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
Merchants Bonding Company (Mutual)
6700 Westown Parkway
Des Moines, IA 50266-1158 , SURETY COMPANY,
on bond of
Ready Construction Services, LLC
8350 N. Central Expy., Suite 1313
Dallas, TX 75206 , 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
City of Fort Worth
1000 Throckmorton Street
Fort Worth, TX 76IO2 , OWNER,
As set forth in the said Surety Company's bond
IN WITNESS WHEREOF,
the Surety Company has hereunto set its hand this 21 st day of AA ril, 2025.
Attest:
(Seal) elissa Lesch Witness
Merchants Bonding Company (Mutual)
Surety
Signature of authorized representative ,.
Eric Lesch, Attomey-In-Fact
Name & Title
ALA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION - AIAO
01970 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW, WASHINGTON, D.C. 20006
Principal: Readv Construction Services. LLC
Obligee: Citv of Fort Worth MERCHANT S
Project: Alliance Town Center Lot 7 & 8. Block 1 - Public Water & Sanitary Sewer
Improvements BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both
being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the 'Companies')
do hereby make, constitute and appoint, individually,
Clem F Lesch; Eric Lesch; Felix Navejar; Melissa Lesch
their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments 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.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,
and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of
Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its
obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the
Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department
of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29M day of July 2024
ry?bhp R9je� �:
-o- p•:� L
2003
STATE OF IOWA
�O`NG-CQ!i% .� MERCHANTS BONDING COMPANY (MUTUAL)
oAQO/1,p 92 MERCHANTS NATIONAL BONDING, INC.
• y : V . < d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
Z.
:3•
1933 •
• �7' awl, • By
•'.�'d�y • • • '`1 .' President
COUNTY OF DALLAS ss.
On this 2911 day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals
affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the
Companies by authority of their respective Boards of Directors.
A-YCLiAC �g*
Penni Miller
zCommission Number 787952
• My Commission Expires
rOWP January 20, 2027 Nota
ryPublic
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 21st day of April, 2025.
.• utG, C04••
;moo?��iPOy.••o9•
C,: _ -e- C
' a 1933 : c •
•y
POA 0018 (6/24)
aApb
Secretary
Bond(s) produced by:
PCL Contract Bonding Agency PO Box 1306, Colleyville, TX 76034 972-4594749 www.Dclbonds.com bondrequest@pcibonds.com