Loading...
HomeMy WebLinkAboutContract 55731-FP1 City Secretary 55731 -FP1 Contract No. FORTWORTH. Date Received Aug 16,2022 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: BAILEY PARK PHASE 1 City Project No.: 103118 Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $1,465,640.95 Amount of Approved Change Order(s): -$51,463.75 Revised Contract Amount: $1,414,177.20 Total Cost of Work Complete: $1,414,177.20 Aug 15, 2022 Chad San.I,—(Aug 15.202213: T) Contractor Date V.P. - Contract Administration Title Glenn Thurman, Inc. Company Name aAX:AC Aug 15, 2022 Habte Taezaz(Aug 15,202213:22 CDT) Project Inspector Date kYev(A Aug 15, 2022 u 5,2022 13:42 CDT) Project Manager Date s"4nf�_M&ML-s- 5 2022 Janie Scarlett Morales(Aug 15,2022 15:49 CDT) -Augg I CFA Manager Date Dcgncg 24L( hdoAc Aug5 2022 Dana Burghdoff(Aug 15,202216:48 CDT) g' I Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name: BAILEY PARK PHASE 1 City Project No.: 103118 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 45 WD Days Charged: 257 Work Start Date: 6/16/2021 Work Complete Date: 8/8/2022 Completed number of Soil Lab Test: 1137 Completed number of Water Test: 46 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BAILEY PARK PHASE 1 Contract Limits Project Type PAVING City Project Numbers 103118 DOE Number 3118 Estimate Number 1 Payment Number 1 For Period Ending 8/15/2022 WD City Secretary Contract Number Contract Time 4UD Contract Date 4/6/2021 Days Charged to Date 257 Project Manager NA Contract is 100.00 Complete Contractor GLEN THURMAN,INC 3212 PIONEER RD BALCH SPRINGS, TX 75180 Inspectors MILLER,W / TAEZAZ,H Friday,August 12,2022 Page 1 of 4 City Project Numbers 103118 DOE Number 3118 Contract Name BAILEY PARK PHASE 1 Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 8/15/2022 Project Funding UNIT IV:PAVING IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 6"CONC PVMT 19095 SY $34.95 W7,370.25 19095 $667,370.25 2 7.5"CONC PVMT 7782 SY $41.90 026,065.80 7782 $326,065.80 3 4"CONC SIDEWALK(CO 6) 8142 SF $6.00 $48,852.00 8142 $48,852.00 4 4"CONC SIDEWALK 19095 SF $6.00 $114,570.00 19095 $114,570.00 5 6"LIME TREATMENT 20412 SY $3.60 $73,483.20 20412 $73,483.20 6 8"LIME TREATMENT 8202 SY $3.85 $31,577.70 8202 $31,577.70 7 HYDRATED LIME 454 IN $160.00 $72,640.00 454 $72,640.00 8 BARRIER FREE RAMP,TYPE R-1 4 EA $2,000.00 $8,000.00 4 $8,000.00 9 BARRIER FREE RAMP,TYPE P-1 16 EA $1,800.00 $28,800.00 16 $28,800.00 10 BARRIER FREE RAMP,TYPE P-1 2 EA $2,800.00 $5,600.00 2 $5,600.00 11 6"3600 PSI CONCRETE DRIVEWAY ON WEST 1685 SF $8.00 $13,480.00 1685 $13,480.00 BAILEY BOSWELL RD. 12 6"3600 PSI CONCRETE DRIVEWAY ON BOLD 402 S F $8.00 $3,216.00 402 $3,216.00 EAGLE DR. 13 TRAFFIC CONTROL 3 MO $2,500.00 $7,500.00 3 $7,500.00 14 REMOVE END-OF-ROAD BARRICADE 1 EA $300.00 $300.00 1 $300.00 15 END-OF-ROAD BARRICADE 4 EA $1,100.00 $4,400.00 4 $4,400.00 16 STOP SIGN W/STREET NAME BLADES ON 14 EA $475.00 $6,650.00 14 $6,650.00 GALVANIZED POST 17 8"SOLID PAVEMENT MARKING WHITE(CO#2) 56 LF $2.85 $159.60 56 $159.60 18 24"SOLID PAVEMENT MARKING WHITE(CO 29 LF $17.85 $517.65 29 $517.65 #2) 19 LANE LEGEND ARROW(CO#2) 1 EA $270.00 $270.00 1 $270.00 20 LANE LEGEND DOUBLE ARROW(CO#2) 1 EA $410.00 $410.00 1 $410.00 21 LANE LEGEND"ONLY"(CO#2) 1 EA $315.00 $315.00 1 $315.00 Sub-Total of Previous Unit $1,414,177.20 $1,414,177.20 --------------------------------------- Friday,August 12,2022 Page 2 of 4 City Project Numbers 103118 DOE Number 3118 Contract Name BAILEY PARK PHASE 1 Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 8/15/2022 Project Funding Contract Information Summary Original Contract Amount $1,465,640.95 Change Orders Change Order Number 2 $1,672.25 Change Order Number 6 ($53,136.00) Total Contract Price $1,414,177.20 Total Cost of Work Completed $1,414,177.20 Less %Retained $0.00 Net Earned $1,414,177.20 Earned This Period $1,414,177.20 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $1,414,177.20 Friday,August 12,2022 Page 3 of 4 City Project Numbers 103118 DOE Number 3118 Contract Name BAILEY PARK PHASE 1 Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 8/15/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / TAEZAZ,H Contract Date 4/6/2021 Contractor GLEN THURMAN,INC Contract Time 40 WD 3212 PIONEER RD Days Charged to Date 257 )VD BALCH SPRINGS, TX 75180 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 $1,414,177.20 Less %Retained $0.00 Net Earned $1,414,177.20 Earned This Period $1,414,177.20 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 $1,414,177.20 Friday,August 12,2022 Page 4 of 4 w % 0 0 z 0 J 0 0 k e > 0 § a 2 7 w � � » au / / e L / \ 3 0 § E /w o 04 00 � « o o 3 » Cl) rm 04 o " ± z 2J L r g - .. E \ / § Z � ) ( 2 a 2 ; / \ Z / / E ) § LO ƒ R 0 C \ O i o » } ® O � A � \ I / 6 6 ) I = / § § > e w w2 E § A / J17 \ 2 2 ± E R R » o \ � ± 0 0 w = \ \ \ \ § \ 7 \ % \ � j \00 / y = Cl) Cl) } § } ® 0 0 _ 7 § R/ Cl)Cl) w 2 ƒ } § 2 \ \ § + \ ) / § / / \ \ 4 k \ } } } R a D \ § § w G # # w o 0 L } z 2 # \ \ \ e \ / § 2 U) k > \ ) ± \ } ( a / S w S @ 0 / @ / / 2 > & § § E F 8 £ 8 & G a s O o c e ( z U) U) w / # # \ \ # \ \ \ � / ( j § § 2 & j 0 L / 0 § 7 § Cl) E K § > = o 0 o c 4 m E 4 = 0 b \ E a m R I ¢ (0000 m Cm 2 CD eq Lu / Q 0 ! \ 2 � � j"K \- ;3 \ Li ) CL o ; a . v z ) � 3 9L / » I» ® ul « ƒ m z a / E )) k0 g § } E £ y23� © ) % ( { {\f § § _ 7 a- \ zw k /CO \ E& cc> &e§ + � Or\{ � \ W°/ � .j > § { ©- C , t 6 §§ IL# / « & k 33&56 ƒ ©{ a Ko ( \ §/ ) § Q t� \ } Z k - § r g z 6 7 \ §\){} \ LU \ a w � � m k >q k \ f } { mmmmm ¢ 2■ i) ƒ 3 ) \ 5 ( § / z 2 m - z © \ Imr- mm0 J EUJ�� �am = [ } 0 CD $ z k 2 f \ \ Lu I U � a } CD 0 Z p O U N O O O y U o 0 U' � J F r w o 0 0 w rn rn rn ~ c U) p > > N 00 i9 to to ❑ U o 0 0 0 Z 0 o o Q W a U w U o a w z U) O O O O O O O O O O ❑ U N Q fV fV A O o0 00 � . P) CDti ti C oo rn rn N N > to O Ln Cl) O Z (.0It w Ln N w ' ' o 0 0 � N � ~ T o o O N cri z .+ .» .» N ) o U Z z w Q O GD Q Q H a U O N M o 2 H O o n U U v o i v o to Q Q o 0 t o Z Z c c c a } c c ) J O O 0 0 m U w U to W Q N00 w O O O N O O O A Q C N O O O d9 p. 117 N N QQQ QQ > N O O O N CO CO 0 O to to to w > ❑ U 0- W W N ao ao N Y O N U H J m U o 0 LLI C iv�j iv�j m w N m .0 U o m 0- m w -C Cl) CM = F M 0- O O Q o 0 0 °D Y 3: O O 3: o O o o rn m (n c? N N {p o c o o N a 00 co 0 0 , a m Ln N Nj M O m > U O X > 0 U '» e» e» G F- z w o F a w a Q*k *k LLI z O ❑ 2 w F y O _ ¢ _ ~it U U < WU z ❑ ~ w LLI U O w ¢ a CD W ¢ ¢ U U qw p in Z w 0 0 [if FQ wya w 3 w w Z ¢ O aU O L`U O O W W Q w M W W U W w ¢ u~, u~i ¢ ° o w w F Z Q � Z W J F O Z Q >- w >LL Q w CL O O �w z 70 > N U) LL z 0 W 0 O O F Q w Q' ( \\ 04 . o @ S 2 V- k 9 « e � § j \ - � � ° a ® S 00 z \ / \ � -. $ a L « o £ } / e ( / k U. Ljj $ 2 % 3 7 . / { § 3 ( � §E \ oa ca } �k ) k # §2 \ Cl � } ) § �r [S 2 ={ 6 ° A m \ ƒ 2 } / o ¥ k 2 z K§ E ZLu . k a c . . . . . . . \ § \ \ ) f 2 E U / 2§ \ ± £ 9 LU LU R 3 /- k ILin ) \ § _ m $ ( o , e ) & c � e u § £° { § \ 2a / ] } \ § # m \ . E \ \ \ . . . ± $ m § )E § $ § } } L ) FORTWORTH. TRANSPORTATION AND PUBLIC WORKS August 8, 2022 Glenn Thurman. 3212 Pioneer Rd. Mesquite Texas 75180 RE: Acceptance Letter Project Name: Bailey Park Phase 1 Project Type: 03 City Project No.: CPN: 103118 To Whom It May Concern: On July 29, 2022 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 August 8, 2022. 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 August 8, 2022,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- 392-2443 Sincerely, Patrick dey(Au 5,2022 13:42 CDT) Patrick Buckley, Project Manager Cc: Habte Taezaz, Inspector Wade Miller, Inspection Supervisor Ariel Duarte, Senior Inspector Victor Tornero, Program Manager Peloton Land Solution, Consultant Glenn Thrman, Contractor D.R Horton, Developer File E-Mail: Douglas W. Wiersig, P.E., PhD., Director,TPW Wendy Chi-Babulal, P.E.,Water Richard Martinez, Assistant Director,TPW Tony Sholola, P.E., Water Marisa Conlin,Traffic Engineering Richard Zavala, Director, PARD Allen Hall, Superintendent,TPW David Creek, Assistant Director, PARD John Robert Carman, P.E., Director,Water Chris Harder, P.E., Assistant Director, Water Rev.9/15/16 CONTRACTOR'S AFFIDAVIT OF FINAL PAYMENT THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS § BEFORE ME, the undersigned authority, on this day personally appeared Chad San Juan ("Affidant"), who, after being by me duly sworn, deposes, and says that he is Vice President , a Texas (corporation, partnership, trade name) of Dallas County, State of Texas (the "Contractor"), which said Contractor was awarded the contract dated day of 200 , for the construction of Paving Improvements at Bailey Park,Phase 1 (the "Work"), for a total consideration of $1,414,177.20 Dollars to be paid to the said Contractor (the "Contract"), and that Affidant has full power of authority to make this affidavit. That D.R.Horton-Texas,Ltd. (the "Owner") has approved the final pay estimate on said Work, and that the said Contractor has fully satisfied and paid any and all claims that may be covered by Chapter 53 of the Texas Property Code and Article 5160 of the Revised Civil Statutes of the State of Texas, or any other applicable statutes or charter provisions, and that all just bills for labor and materials have been paid and discharged by said Contractor insofar as they pertain to the work in question. That in addition to any funds which may have been previously paid by the Owner, the Contractor hereby accepts the amount of $141,417.72 Dollars as FULL AND FINAL PAYMENT under the aforementioned Contract, and hereby waives and releases any right Affidant and/or the Contractor may have to pursue claims of any nature against the Owner arising out of or in any manner connected with the performance of the Work and/or the Contract, including but not limited to claims of third parties that supplied material and/or labor for the Work for or through the Contractor ("Subcontractors"), as well as claims for delay, additional compensation or for recovery of liquidated damages which may have been withheld by the Owner. The Contractor shall defend, hold harmless and indemnify the Owner from any such claims of such Subcontractors. The Contractor further releases the Owner from any claim or liability arising from any act or neglect of the Owner related to or connected with the Contract. This affidavit is given pursuant to the final payment provisions of the Contract, and shall not be deemed to alter or modify the terms and provisions of said Contract. N 4MAN,INC. By: (AfF ant} Chad San Juan (Printed Name) SUBSCRIBED AND SWORN TO BEFORE ME,this the �a'y of A.D. By: — - [Notary Seal] (Notary Public in and f the State ofTexas) 1(9 Trael A.Meek (Printed Name of Notary) Nolery Puhllo,Slate of Texas My commission expires:10#10546144 My Crrntlssloh Expires 0610612024 CON YMENT CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 9369983 PROJECT: (name, addreSS)Bailey Park, Phase 1 Fort Worth, TX TO (Owner) F ARCHITECT'S PROJECT NO: D. R. HORTON-TEXAS, LTD. CONTRACT FOR: 6751 North Freeway Paving Improvements for Bailey Park, Phase 1 Fort Worth Tx 76131 J CONTRACT DATE: CONTRACTOR:GLENN THURMAN, INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety Company) COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 1299 Zurich Way Schaumburg IL 60196 , SURETY COMPANY on bond of (here insert name and address of Contractor) GLENN THURMAN, INC. P.O. Box 850842 Mesquite TX 75185-0842 , 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 There insert name and address of Owner) D. R. HORTON -TEXAS, LTD 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 15th day of August, 2022 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Surety Company Attest: r-2 4Z —- -2-"„zQ (Seal): Signature of Authorized Representative Robb' Morales _ Attorney-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 ONE PAGE ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SITRETV COMPANY F1DELITV AND DEPOSIT COINPANI'OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"). by Robert D.Murray,Vice President, in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate.constitute. and appoint Ricardo J.REYNA,Tina MCEWAN,Don E.CORNELL,Joshua SAUNDERS,Robbi MORALES,Sophinie IRiNTER, Kelly A.WESTBROOK, Tonic PETRANEK, Mikaela PEPPERS of Dallas, Texas, EACH, its true acid lawful agent and Attorney-in- Fact,to make,execute,seat and deliver,for,and on its behalf as surety.and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies.as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF. the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMP 1NY OF MARYLAND.this 1 I th day of May,A.D.2021. p 71a0+, w� iti � ilR� .o ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Roberl D Murray Flee Presideni By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this I lth day of May, A.D.2021, beibre the subscriber,a Notary Public of the State of Maryland.duly commissioned and qualified.Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument.and acknowledged the execution of same,and being by me duly sworn,deposeth and saith.that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were dull'affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written, '- �.._:u'•+"; S: Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 +lnn,t,+a Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Auorne s-in-fact. The Chiel'Executive Utlicer,the President.or any Executive Vice President or Vice President may. by ATitten instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations. undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto:and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify-that the foregoing Power of Attorney is still in full force and effect on the date of this certificate:and I do further certify that Article V,Section 8,of the By-Laws of the Companies is stil I in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereofbearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of Mav, 1994. and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May. 1990, RESOLVED: 'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically-reproduced signature of any Vice-President. Secretary. or Assistant Secretary of the Company. whether made heretofore or hereafter.wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies. this 15th day of August 2022 Jp D1►pj�i win as4I. By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.re ortsfclaims zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bond validator.za rich na.com or 410-559-8790