Loading...
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.