Loading...
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