HomeMy WebLinkAboutContract 61485-FP3FORTWORTH.
-FP3
City Secretary 61485
Contract No.
Date Received 5/23/2025
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: Greenway Hwy 114
City Project No.: 104628
Improvement Type(s): Water ❑x Sewer ❑x
Original Co ntract Price: $ 782,588.00
Amount of Approved Change Order(s): -$1.07
Revised Contract Amount: $782,586.93
Total Cost of Work Complete: $782,586.93
Miller Pa� "Iola �:59 �oT, 05/22/2025
Contractor Date
Project Manager
Title
Spring Valley Construction Company
Company Name
05/22/2025
Project Inspector
Date
/<&-/' &642LLp.C-.
05/23/2025
Khal Jaafari P.E. (MaT 14:08 CDT)
Project Manager
Date
05/23/2025
CFA Manager
Date
05/23/2025
TPW Director
Date
C�v
05/27/2025
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Asst. City Manager Date
Notice of Project Completion
Project Name: Greenway Hwy 114
City Project No.: 104628
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 55 WD Days Charged:74 WD
Work Start Date: 9/3/2024 Work Complete Date: 1/6/2025
Completed number of Soil Lab Test: 154
Completed number of Water Test: 4
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name GREENWAY HIGHWAY 114
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104628
DOE Number 4628
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor SPRING VALLEY CONSTRUCTION COMPANY
10950 ALDER CIRCLE
DALLAS , TX 75238-1353
Inspectors D. WATSON / S. GARCIA
Contract Time
Days Charged to Date
Contract is 100.00
1/6/2025
WD
5WD
74
Complete
Wednesday, March 5, 2025 Page 1 of 5
City Project Numbers 104628
Contract Name GREENWAY HIGHWAY 114
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
DOE Number 4628
Estimate Number I
Payment Number I
For Period Ending 1/6/2025
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
16" DIP WATER
70 LF
$151.00
$10,570.00
70
$10,570.00
2
16" WATER PIPE
700 LF
$266.00
$186,200.00
700
$186,200.00
3
6" WATER PIPE
80 LF
$73.00
$5,840.00
80
$5,840.00
4
FIRE HYDRATED
4 EA
$7,820.00
$31,280.00
4
$31,280.00
5
16" GATE VALVE W/ VAULT
2 EA
$31,417.00
$62,834.00
2
$62,834.00
6
6" GATE VALVE
7 EA
$2,247.00
$15,729.00
7
$15,729.00
7
2" WATER SERVICE
3 EA
$6,134.00
$18,402.00
3
$18,402.00
8
1" WATER SERVICE (IRRAIGATION)
3 EA
$3,836.00
$11,508.00
3
$11,508.00
9
CONNECTION TO EXISTING 16" WATER MAIN
1 EA
$5,333.00
$5,333.00
1
$5,333.00
10
30" CASING BY OPEN CUT
70 LF
$280.00
$19,600.00
70
$19,600.00
11
16" DUCTILE IRON WATER FITTING W/
2.35 TN
$8,236.60
$19,356.01
2.35
$19,356.01
RESTRAINT
12
TRENCH SAFETY
850 LF
$1.00
$850.00
850
$850.00
13
6" BLOW OFF VALVE
1 EA
$17,829.00
$17,829.00
1
$17,829.00
14
2" COMBINATION AIR VALVE ASSSEMBLY
1 EA
$13,823.00
$13,823.00
1
$13,823.00
--------------------------------------
FOR WATER
Sub-Total of Previous Unit
$419,154.01
$419,154.01
UNIT
Ik SANITARY SEWER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
1
8" DIP SEWER PIPE
228 LF
$382.00
$87,096.00
228
$87,096.00
2
8" SEWER PIPE
434 LF
$245.00
$106,330.00
434
$106,330.00
3
8" SEWER PIPE, CSS BACKFILL
110 LF
$275.00
$30,250.00
110
$30,250.00
4
6" SEWER PIPE
40 LF
$211.00
$8,440.00
40
$8,440.00
5
5'EXTRA DEPTH MANHOLE
3 EA
$24,034.00
$72,102.00
3
$72,102.00
6
TEXTRA DEPTH MANHOLE
2 EA
$12,055.50
$24,111.00
2
$24,111.00
7
EPDXY MANHOLE LINER
67 VF
$175.00
$11,725.00
67
$11,725.00
8
20" CASING BY OPEN CUT
50 LF
$238.00
$11,900.00
50
$11,900.00
9
REMOVE CONCRETE DRIVE
324 SF
$27.33
$8,854.92
324
$8,854.92
10
MANHOLE VACUUM TESTING
5 EA
$200.00
$1,000.00
5
$1,000.00
11
POST - CCTV INSPECTION
812 LF
$1.00
$812.00
812
$812.00
Wednesday, March 5, 2025 Page 2 of 5
City Project Numbers 104628
Contract Name GREENWAY HIGHWAY 114
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 4628
Estimate Number I
Payment Number I
For Period Ending 1/6/2025
12 TRENCH SAFETY 812 LF $1.00 $812.00 812 $812.00
--------------------------------------
Sub-Total of Previous Unit $363,432.92 $363,432.92
--------------------------------------
Wednesday, March 5, 2025 Page 3 of 5
City Project Numbers 104628
Contract Name GREENWAY HIGHWAY 114
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
Total Contract Price
DOE Number 4628
Estimate Number I
Payment Number I
For Period Ending 1/6/2025
$782,588.00
$0.01
($1.08)
$782,586.93
Total Cost of Work Completed $782,586.93
Less % Retained $0.00
Net Earned $782,586.93
Earned This Period $782,586.93
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
$782,586.93
Wednesday, March 5, 2025 Page 4 of 5
City Project Numbers 104628
Contract Name GREENWAY HIGHWAY 114
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 4628
Estimate Number 1
Payment Number 1
For Period Ending 1/6/2025
Project Manager NA City Secretary Contract Number
Inspectors D. WATSON / S. GARCIA Contract Date
Contractor SPRING VALLEY CONSTRUCTION COMPANY Contract Time 55 WD
10950 ALDER CIRCLE Days Charged to Date 74 WD
DALLAS, TX 75238-1353 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 $782,586.93
Less % Retained $0.00
Net Earned $782,586.93
Earned This Period $782,596.93
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
$782,586.93
Wednesday, March 5, 2025 Page 5 of 5
PROJECT NAME:
CONTRACT:
I CFA #
(CITY PROJECT #
CONTRACT#
IFID #
Ix#
(FILE #
INSPECTOR:
PROJECT MANAGER:
I ORIGINAL CONTRACT
PTRAS TO DATE
CREDITS TO DATE
,.PnjMCl TO�ATE v-
ORDER
REVISED �Qf{J�2Fj�i I�MOUNT
TOTAL S TRACT
AMOUNT PER UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Greenwav Hiahwav 114
I CHANGE
W ater, , Sewer & Drainaae ImDID ements
ORDER No:
CFA23-0150 7
CITY PARTICIPATION: I
No
104628
I
NIA
1
30114-0200431-104628-EO7685
I
27642
I
K-3059
I
Sergio Garcia
Phone No:
817 392 8306
RECEIVED
Khal Jaafari P.E.
Phone No:
817 392 7872
By Khal Jaafari at 5:25 pm, Feb 14, 2025
WATER
Developer Cost
$419.154.00
$0.00
$0.00
$419.154.00
$0AII
$419.154.01
$419,154.01
Dev. Cost:
SEWER
"oporCost cm
$363.434.00
$0.00 I $0.00
$0.00 $0.00
$363.434.00 i jP P
($1.08) i $0.00
$363.432.02 - $0.00
S363.432.92
$1,031,680.07
CONTRACT UNIT 1
DRAINAGE PAVING STREET LIGHTS I CONTRACT
leveloper Developer �eveloper DAYS
:ost Olty cost Cost Coy Cost Cost Cltyr90
$249094.00 $0.00 $0.00 $0.00 $0.00 $0.00 55
$0.00
$D.00
$0.00
$0.00
$0.00
$0.00
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
$249A94.00 KPP
$0.00
$0.00
$0.00
+
$0.00
IS0.861 $0.00
$0.00 {0.00
$0.00
$0.00 '
$249093.14 S0.00
I som
$0.00
$0,00 1
$249 093.14
ti0.00
$0.00
City Cost:
$1,031,680.07
55 I
0 I
55 I
Revised: 12-17-2018 Page 1
RECEIVED
By Khal Jaafari at 5:25 pm, Feb 14, 2025
You are directed to make the following changes in the contract documents:
UNIT 1: WATER IMPROVEMENTS
CFW Unit Developer
PAY ITEM #
CITY BID ITEM #
QUANTITY UNIT
ITEM DESCRIPTION
Price UNIT PRICE Cost
City Cost TOTAL
11
3311.0001
2.35 TON
18" Duttlla Iron Water Fitting wl Restraint
$8.236.60 $19,356.01
$19,356.01 I
11
3311.0001
r2.3 I TON
16" Ductlle Iron Water Fitting wl Restraint
$8,230.60 ($1s,356.001
I
($19,356.00) 1
$9.00
$0.00 1
I
I
I I 1
TOTAL UNIT I: WATER
IMPROVEMENTS $0.01
I I I
$0.00 $0.01
I I
UI IT
11: SANITARY SEWER IMPROVEMENTS
Developer
PAY ITEM #
CITY BID ITEM #
QUANTITY UNIT
ITEM DESCRIPTION
UNIT PRICE Cost
City Cost TOTAL
9
241.040,
324 SF
Remove Concrete Drive
$27.33 $8,854.92
$8,854.92
I 9
241,040,
(324) SF
Remove Concrete Drive
$27.33 i$6,856.001
($8,856.001 1
I
$0.00
$0.00 1
TOTAL UNIT II: SANITARY SEWER
IMPROVEM€NTS (S1.08)
0 ($1.08)
Drainage ImgrovemeMs
Developer
PAY ITEM # CITY BID ITEM # QUANTITY UNIT Item Description Unit Price Cost Citv Cut
1 3341 1303 P58 LF 6 X 4 Box Culvert S Ji3 $99.673.14
3341INN .958 LF 6X4BoxCulvert $ 386.33 ($99.674.00)
Total Drainage
I
Asterisk (") Indicates New Pay
Item
Total Contract
$99.673.14
($99.674.001
($0.86�
I
($1.93)
Revised: 12-17-2018 Page 2
WAGONS FOR CHANGE ORDI Minor matlrematical dismpencies betng mcttged via a change Order
RECEIVED
By Khal Jaafari at 5:25 pm, Feb 14, 2025
RECOMMENDED: APPROVED:
(Consulting Engineer) (Developer)
W. , BY_... _
cKalvey GP l.lt
Name: Clay Crlsty Name: its KGenera Partner Bv-. Todd PBIl�Si
Tj101 President Title: %Am President
APPROVAL RECOMMENDED:
CFW- Waters apartment
By:
Name: NIA
Tide:
RECOMMENDED:
CFW -'Contract Compliance Manager
By:
Name: NIA
Title:
M&C Number:
M&C Date Approved:
APPROVED:
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Manager
CFW - Assistant City Attorney
By.,
By:
Name: N/A
,Name: NIA
Title:
. Title:
ATTEST " Contract Compliance Manager (Project Manager):
By signing I acknowledge that 1 am the person responsible
for the monitoring and administration of this contract, include
I.I / A ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary Q There are NO City Funds associated With this Contract
There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Greenway Highway 114
CITY PROJECT NUMBER: 104628
WATER
PIPE LAID SIZE TYPE OF PIPE LF
Open Trench 16" DIP 70'
Open Trench 16" PVC C-900 DR-14 700'
Open Trench 6" PVC C-900 DR-14 80'
FIRE HYDRANTS: 4 VALVES (16" OR LARGER) 2
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
TAKEN PASSED
NEW SERVICES:
2"
DOM Copper
45'
1.5"
DOM Copper
45'
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
Open Trench
8"
PVC SDR-26
544
Open Trench
8"
DIP
288'
Open Trench
6"
PVC SDR-26
40'
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: TAKEN PASSED
NEW SERVICES:
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
February 13, 2025
Spring Valley Construction Company
10950 Alder Circle
Dallas, TX 75238
RE: Acceptance Letter
Project Name: Greenway Hwy 114
Project Type: Water, Sewer
City Project No.: 104628
To Whom It May Concern:
On February 13, 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 February 13,
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-
392-7872.
Sincerely,
K/ia� 9a4{atY2511 8C
Kha I Jaafa ri P.C. (Nay 23. 2025 1<.Od CDT)
Khal Jaafari, P.E., Project Manager
Cc: Sergio Garcia, Inspector
Don Watson, Inspection Supervisor
Oscar Aguillon, Senior Inspector
Andrew Goodman, P.E., Program Manager
Clay Moore Engineering Inc., Consultant
Spring Valley Construction Company, Contractor
McKelvey -Cole, LP, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF DALLAS
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Stephen Bruszer,
President Of Spring Valley Construction Company, 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;
Greenway Highway 114 Site Infrastructure
BY
_- ----Atephen Bruszer, ident
Subscribed and sworn before me on this date 25th of April, 2025.
Sin j�2,�
Notary Publ c
Dallas, Texas
ALEXIS N. ALLEN
x`YP�B� Notary Public, State of Texaa
P? Comm. Expires 05-10-2025
Notary ID 131561870
Bond No: 108044603
OWNER
El
CONSENT OF SURETY
ARCHITECT
TO FINAL PAYMENT
CONTRACTOR
❑
Conforms with the American Institute of
SURETY
nx
Architects, AIA Document G707
OTHER
TO OWNER:
ARCHITECT'S PROJECT NO.:
(Name and address)
City of Fort Worth
311 W. 10th Street,
CONTRACT FOR: OCP: $1,031,680.07
Fort Worth, TX 76102
FCP: $1,091,652.00
PROJECT:
(Name and address)
Greenway Highway 114
CONTRACT DATED:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surety)
Travelers Casualty and Surety Company of America
One Tower Square,
Hartford, CT 06183
,SURETY,
on bond of
(Insert name and address of Contractor)
Wildstone Construction, LLC
12850 US-287,
Fort Worth, TX 76052
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any
of its obligations to
(Insert name and address of Owner)
City of Fort Worth
311 W. 10th Street,
Fort Worth, TX 76102
OWNER,
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: March 14, 2025
(Insert in writing the month followed by the numeric date and year.)
Travelers Casualty and Surety Company of America
(Surety)
Attest: (Signatureofauthtri�ed-represent We'
Crosby Guercio
Sean J McCauley Jr. Attorney -in -Fact
(Printed name and title)
S-2134/GE 10/01
XDP
Travelers Casualty and Surety Company of America
uE� Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint SEAN J MCCAULEY JR of
DALLAS . Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
riMuk,%4
c tiAR�6FN,
State of Connecticut
City of Hartford ss.
By:
Robert L.. Rane enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
r T10'SkRY` Yi
c r
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 14th day of March 2025
HARFFOAt},
ti C i' CONk. ^
aJ�9 SL�a `Kevi{n E. Hughes,�tantS.cretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -Pact and the details of the bond to which this Power ofAttorney is attached.