Loading...
HomeMy WebLinkAboutContract 60043-FP3FORTWORTH. City Secretary - F P 3 Contract No. 60043 Date Received 1/8/2025 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: Lake of River Trails East Phase 17C City Project No.: 103400 Improvement Type(s): ❑ Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $53,757.89 Amount of Approved Change Order(s): $0.00 Revised Contract Amount: $0.00 Total Cost of Work Complete: $53,757.89 Larry Hussey (Dec 30, 2024 08:40 CST) Contractor VP Operations Title STF Design and Build Company Name Project Inspector ,4rir7�eur C,�7�vuuv a� 6,� � Andrew Goodman on behalf of (Jan 8, 202515:16 CST) Project Manager Kandlce Merrick (Jan 8, 202515:41 CST) CF!� Mager Lauren Pneur (Jan 8, 202515:50 CST) TPW Director 00� Asst. City Manager Dec 30, 2024 Date Dec 30, 2024 Date Jan 8, 2025 Date Jan 8, 2025 Date Jan 8, 2025 Date Jan 10, 2025 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Lake of River Trails East Phase 17C City Project No.: 103400 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 120 WD Days Charged: 140 Work Start Date: 4/8/2024 Work Complete Date: 11/11/2024 Completed number of Soil Lab Test: 256 Completed number of Water Test: 14 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LAKES OF RIVER TRAILS PHASE 17C Contract Limits Project Type STREET LIGHTING City Project Numbers 103400 DOE Number 3400 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2024 WD City Secretary Contract Number Contract Time 12WD Contract Date Days Charged to Date 140 Project Manager NA Contract is 100.00 Complete Contractor STF DESIGN AND BUILD COMPANY 2820 E BELKNAP ST FORT WORTH, TX 76111 Inspectors T GARDNER / E. LOZA Monday, December 30, 2024 Page 1 of 4 City Project Numbers 103400 DOE Number 3400 Contract Name LAKES OF RIVER TRAILS PHASE 17C Estimate Number 1 Contract Limits Payment Number 1 Project Type STREET LIGHTING For Period Ending 11/11/2024 Project Funding UNIT IV: STREET LIGHTING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 RDWY ]HUM FOUNDATION TY 1,2, AND 4 7 EA $1,032.00 $7,224.00 7 $7,224.00 2 RDWY IIIUM ASSMBLY TY 8,11,D-25, AND D- 7 EA $2,375.00 $16,625.00 7 $16,625.00 3 150W MH PC LIGHTING FIXTURE 7 EA $673.26 $4,712.82 7 $4,712.82 4 2" CONDT PVC SCH 80 (T) 965 LF $18.02 $17,389.30 965 $17,389.30 5 NO 8 INSULATED ELEC CONDR 2895 LF $1.65 $4,776.75 2895 $4,776.75 6 GROUND BOXES 7 EA $432.86 $3,030.02 7 $3,030.02 -------------------------------------- Sub -Total of Previous Unit $53,757.89 $53,757.89 Monday, December 30, 2024 Page 2 of 4 City Project Numbers 103400 Contract Name LAKES OF RIVER TRAILS PHASE 17C Contract Limits Project Type STREET LIGHTING Project Funding Contract Information Summary Original Contract Amount Change Orders Total Contract Price DOE Number 3400 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2024 $53,757.89 $53,757.89 Total Cost of Work Completed $53,757.89 Less % Retained $0.00 Net Earned $53,757.89 Earned This Period $53,757.89 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 $53,757.89 Monday, December 30, 2024 Page 3 of 4 City Project Numbers 103400 Contract Name LAKES OF RIVER TRAILS PHASE 17C Contract Limits Project Type STREET LIGHTING Project Funding Project Manager NA Inspectors T GARDNER / E. LOZA Contractor STF DESIGN AND BUILD COMPANY 2820 E BELKNAP ST FORT WORTH, TX 76111 DOE Number 3400 Estimate Number 1 Payment Number 1 For Period Ending 11/11/2024 City Secretary Contract Number Contract Date Contract Time 120 WD Days Charged to Date 140 WD 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 $53,757.89 Less % Retained $0.00 Net Earned $53,757.89 Earned This Period $53,757.89 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 $53,757.89 Monday, December 30, 2024 Page 4 of 4 FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS November 18, 2024 STF Design & Build 2820 Belknap Fort Worth, TX 76111 RE: Acceptance Letter Project Name: Lake of River Trails East Phase 17C Project Type: Water/Sewer/Storm Drainage/Paving/Lighting/ City Project No.: 103400 To Whom It May Concern: On November 14, 2024 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 November 14, 2024, 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- 392-8424. Sincerely, ,4y dr& r - 4&&r7MA"z 0"t, 6e� aYC Andrew Goodman on behalf of (Jan 8, 2025 15:16 CST) George Marquez, Project Manager Cc: Erik Loza, Inspector Troy Gardner, Inspection Supervisor Cody Horton, Senior Inspector Andrew Goodman, Program Manager DCG Engineering Inc, Consultant STF Design & Build, Contractor Riverbend Investments Inc, Developer File E-Mail: TPW_Acceptance@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 Larry Hussey VP Operations, Of STF Design and Build, 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; City of Fort Worth CPN - -1 0 3 4 0 0 By �s _ Subscribed and sworn before me on this date 5ch of November, 2024. �.•�'RY r ., STARLYN THOMAS BAR -OW - �;• p r •�� :� Notary PubtiC, State of Texas !' .4 z Comm. Expires 07 31-2025 NotaryID 122041963 Notary Public +rIH , Tarrant Texas, FORTWORTH@ Final Inspection Request Checklist Instructions: The contractor must complete this checklist. It shall serve as the contractor's written request for a final inspection and to certify that the entire work is complete in accordance with the contract documents. Within 10 days, the Citywili review the checklist responses to determine if a final inspection iswarranted. Project Name: `r12_i,,J VL�2� L,7 G {'�/&q �!sS CPN: (o 2Ly GV Submitted by: �t General items Yes �No [DNA OYes FIN o [:4NA RYes RNo EINA F] Yes []NoL�,NA Yes D No []]/N A L s5 f y Date: 1 1/.5-/Z 02, Y �] €: 516 '0 All pay items completed Traffic control devices have been removed if not needed. Removed portable toilets. All erosion control measures have been removed. (If not, provide TCEQ Notice of Intent with party responsible for operational maintenance/control of measures until 70% re- establishment is achieved.) All change orders, cut sheets and redline drawings have been submitted. Water Improvements in Contract: F]Yes FNo �NA Water valve box and/or vault covers have been cleaned. Yes F1No ®NA Meier Boxes levelled to grade, curb stop located at front of meter box and 6-12" below grade, and should clear front opening. Yes F]No [INA Metallic chrome aluminum paint on all hydrants after removal of any concrete splatter. Contractor Final inspection Checklist Sanitary Sewer Improvements in Contract: Yes FNo [aNA Sewer CCTV files have been submitted and no remaining punch - list items. Yes 1-1No - . NA Cleaned manhole covers and checked to ensure no debris/sediment, wiped around pipe penetrations and between ring & top grade ring. (Do not wipe anywhere else.) Yes FINo 12NA Checked that manhole ring and cover gaskets are present and are clean to allow seating. F1Yes F-1No [JNA All testing certifications for air, mandrel, vacuum and epoxy liner have been furnished to the inspector. Paving/Sidewalks improvements in Contract: Yes F-1No RNA Yes 1-1 No F� NA F-1 Yes ❑ No [DNA Yes [—]No FJNA Yes ❑ No []"NA TDLR Inspection is completed. Cleaned ramps and removed plastic from truncated domes. Concrete cylinder lab results passed or addressed. Concrete paving joints sandblasted and sealed properly_ Pavement cleaned and swept to allow thorough visual inspection. Storm Drainage Improvements in Contract: Yes171 No EJ'NA Yes F-1 No �NA i Yes 1-1 No 1A NA Yes ❑ No EfNA Cleaned all storm drainage outfalls to be free of any construction debris and wiped structures smooth. Cleaned storm drainage covers and visually inspected to ensure no debris or sediment inside. Wiped around inlet neck, walls and pipe connection. Wiped around manhole neck, walls and pipe connection. Page 2 of 3 Rev 10/2/20 Contractor Final Inspection Checklist F1Yes F] No EJNA Inlets 5' or deeper have steps located on upstream side. Street Lights Improvements in Contract: Fv—lyes 7 No D NA All lighting completely installed and lights on to allow verification. Traffic Signals Improvements in Contract: 1-1 Yes F-1No gNA All signals completely installed and lights on to allow verification. Cleaning/Preparations of ROW, Medians & Adjacent Areas: 12yes P No NA Adjacent property used for storage/staging area has been restored to satisfaction of property owner. F/]Yes F-1No FNA Parkways are sloped 2% or 4:1 max, clean, backfilled and free of concrete spoils and rocks. 12Yes []Nor—] NA Ali construction debris, trash and materials removed. v Yes F1 No 7 NA Compacted backfill and topsoil as required in parkway. MYes No [:] NA Disturbed areas have erosion control blankets installed or have been hydro seeded or sodded with established 70%coverage growth. Page3of3 Rev 10/2/20 CONSENT OF SURETY COMPANY TO FINAL PAYMENT OWNER ❑ ARCHITECT ❑ CONTRACTOR X SURETY ❑ OTHER ❑ AIA DOCUMENT G707 PROJECT: Lakes of River Trails East Phase 17C TO (Contractor) Bond #4456189 F STF Design & Build PROJECT NO: CFA22-0153 2820 East Belknap Street Fort Worth, TX 76111 CONTRACT FOR: Development Bond CONTRACT DATE: 10-21-2022 OBLIGEE: CKK Residential Group II, LLC In accordance with the provisions of the Contract between the Contractor and the Obligee as indicated above (here insert name and address of Surety Company) SureTec Insurance Company 2103 CityWest Blvd. Suite 1300 Houston, TX 77042 SURETY COMPANY, on bond of (here insert name and address of Obligee) CKK Residential Group II, LLC 6000 Lantana Lane Fort Worth, TX 76112 OBLIGEE, hereby approves of the final payment to the Obligee 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 Contractor) STF Design & Build 2820 East Belknap Street Fort Worth, TX 76111 CONTRACTOR, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 7th day of November, 2024. SureTec Insurance Comoanv S ety Company Sign e of Autl rized Representative Attest: (Seal): ` ` Pavton Blanchard.Attornev-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA® ONE PAGE 0 1970 • THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORKAVE., NW, WASHINGTON, D.C. 20006 POa 4: 4221178 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint William Mitchell Jennings, Lindsay Senior, Jessica Turner, Payton Blanchard, William Blanchard, James R. Reid, Markham Paukune, Caitlin Kelley its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 8th day of August , A.D. 2024 . M. SURETEC INSURANCE COMPANY ,a5�}RANC fi,- vr: X 9 04 By: Michael C. K mig, President Cr State of Texas ss: ............ ` County of Harris On this 8th day of August , A.D. 2024 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that h;; ;gt� !T ��N �;eo by like order. 010 N'PUel�c�,9 (P Chelsea Turner, Notary Public 7T �� My commission expires July 6, 2028 %. �� E OF AZT 5 I, M. Brent Beaty, Assistant Secretary of SURETEC INSUIirj J�p�iereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is'm 017l/t0r@ effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. "' t o o l l Given under my hand and the seal of said Company at Houston, Texas this 7th day of November 2024 , A.D. M. Brent Beaty, Assistant cretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. 4221178 For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST.