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.