Loading...
HomeMy WebLinkAboutContract 60325-FP3-FP3 City Secretary 60325 Contract No. ______ _ fORTWORTH® Date Received 11/14/2024 11/19/24 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: Beltmill Phase 3 City Project No.: 104719 Improvement Type(s): � Paving □Drainage □Street Lights □Traffic Signals Original Contract Price: Amount of Appro-.ed Change Order(s): Re-..;sed Contract Amount: Total Cost of Work Complete: Contractor VP -Contract Administration Title Glenn Thurman Company Name Project Inspector &Ync Ttf1Mf:i: Ram Iiwari {Nov 14 202411:37 csr) Project Manager �"' Rehecc;lPWPO {Nov 14 2024 14·37 CST) CFA Manager ec-LaJren Prieur (Nov 141 202412:47 PST) TPW Director Asst. City Manager $1,605,792.72 $0.00 $0.00 $1,605,792.72 Nov 14, 2024 Date Nov 14, 2024 Date Nov 14, 2024 Date Nov 14, 2024 Date Nov 14, 2024 Date Nov 14, 2024 Date Page 1 of 2 Notice of Project Completion Project Name: Beltmill Phase 3 City Project No.: 104719 City's Attachments Final Pay Estimate � Change Order(s): ❑ Yes � N/A Contractor's Attachments Affidavit of Bills Paid � Consent of Surety � Statement of Contract Time Contract Time 159 WD Days Charged: 194 Work Start Date: 11/13/2023 Work Complete Date: 9/27/2024 Completed number of Soil Lab Test: 538 Completed number of Water Test: 21 Page2of2 FORTWORTH CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name BELTMILL PHASE 3 Contract Limits Project Type PAVING City Project Numbers 104719 DOE Number 4719 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 9/27/2024 WD Project Manager NA Contractor GLENN THURMAN, INC. P.O. BOX 850842 MESQUITE , TX 75185 Inspectors D. WATSON / V. GUTIERREZ Contract Time 3bVD Days Charged to Date 194 Contract is 100.00 Complete Monday, October 21, 2024 Page 1 of 4 City Project Numbers 104719 Contract Name BELTMILL PHnSE 3 Contract Limits Project Type PAVING Project F+unding UNTT IV: PAVING IMPROVE�IENTS DOE Number 4719 Estimate Number 1 Payment Number 1 For Period Ending 9/27/2024 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" CONC OVMT 16531 $55.00 $909,205.00 16531 $909,205.00 2 7.5 " CONC OVMT 6093 $60.60 �369,235.80 6093 $369,235.80 4 4° CONC OVMT 1950 $8.00 $15,600.00 1950 $15,600.00 7 6" LIME TREATMENT 17671 $4.90 $86,587.90 17671 $86,587.90 8 8" LIME TREATMENT 6422 $515 $33,073.30 6422 $33,07330 9 HYDRATED LIME 381 $340.00 $129,540.00 381 $129,540.00 10 BARRIER FREE RAMP, TYPE R-1 4 $3,000.00 $12,000.00 4 $12,000.00 11 BARRIER FREE RAMP, TYPE P-1 10 $2,500.00 $25,000.00 10 $25,000.00 14 INSTALL DEAD END BARRIER 5 $1,200.00 $6,000.00 5 $6,000.00 16 CONNECT TO EXISTING PVMT 3 $600.00 $1,800.00 3 $1,800.00 17 REMOVE STREET BARRIER 3 $400.00 $1,200.00 3 $1,200.00 22 REFL RAISED MARKER TY II-A-A 36 $523 $18828 36 $18828 23 LANE LEGEND ARROW 2 $330.00 $660.00 2 $660.00 24 LANE LEGEND ONLY 2 $475.00 $950.00 2 $950.00 26 REFL RAISED MARKER TY I-C 3 $523 $15.69 3 $15.69 28 6" SLD PVMT MARKING HAS (Vl� 63 $225 $141.75 63 $141.75 29 6" SLD PVMT MARKING HAS (Y) 1300 $2.25 $2,925.00 1300 $2,925.00 31 REMOVE CONC PVMT 1167 $10.00 $11,670.00 1167 $11,670.00 Sub-Total of Previous Unit $1,605,792.72 $1,605,792.72 Monday, October 21, 2024 Page 2 of 4 City Project Numbers 104719 Contract Name BELTMILL PHnSE 3 Contract Limits Project Type PAVING Project F+unding DOE Number 4719 Estimate Number 1 Payment Number 1 For Period Ending 9/27/2024 Contract Information Summary Original Contract Amount �i,6o5,�92.�2 Change Orders Total Contract Price $1,605,792.72 Total Cost of Work Completed $1,605,792.72 Less % Retained $0.00 Net Earned $1,605,792.72 Earned This Period $1,605,792.72 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 $1,605,792.72 Monday, October 21, 2024 Page 3 of 4 City Project Numbers 104719 Contract Name BELTMILL PHnSE 3 Contract Limits Project Type PAVING Project F+unding Project Manager NA Inspectors D. WATSON / V. GUTIERREZ Contractor GLENN THURMAN, INC. P.O. BOX 850842 MESQUITE , TX 75185 DOE Number 4719 Estimate Number 1 Payment Number 1 For Period Ending 9/27/2024 City Secretary Contract Number Contract Date Contract Time 35 WD Days Charged to Date 194 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 Less % Retained Net Earned Earned This Period $1,605,792.72 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,605,792.72 $0.00 $1,605,792.72 $0.00 $0.00 $0.00 $0.00 $0.00 $1,605,792.72 Monday, October 21, 2024 Page 4 of 4 �o��r ����r�� TRANSPORTATION AND PUBLIC WORKS October 14, 2024 Glenn Thurman, Inc. P.O Box 850842 Mesquite, TX 75185 RE: Acceptance Letter Project Name: Beltmill Phase 3 Project Type: Paving City Project No.: 104719 To Whom It May Concern: On October 1, 2024 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 October 14, 2024. 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 October 14, 2024, 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 682.201.6278. Sincerely, Rar� 7`"�uraa,�G Ram Tiwari (Nov 14, 202411:37 CST) Ram Tiwari, Project Manager Cc: Victor Gutierrez, Inspector Donald Watson, Inspection Supervisor Oscar Aguillion, Senior Inspector Andrew Goodman, Program Manager Westwood PDS, Consultant Glenn Thurman, Contractor D.R. Horton, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 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 Chad San Juan, Vice President Of Glenn Thurman, Inc., known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That a11 persons, firms, associations, corporations, or other organizations fiu�ushing 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 andlor property damages; On Contract described as; Beltmill Phase 3 Paving Improvements BY Cha San Juan, Vice President Subscribed and sworn before me on this date 30th of October, 2024. � Notary Public Dallas County, Texas ±l��q`fA+�+ OLIVIA B HUGHS h�.--. �9r�. �°• �: Notary Public, State of Texas 9:�'r�� Comm. Expires 03-25-2028 �rF�?i��4�� fr,,,,,,•• Nozary ID 134781994 •CONSENT OF SURETY COMPANY TO FINAL PAYMENT OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 9425947 PROJECT: (name, eddC@SS)Beltmill Phase 3 Fort Worth, TX TO (Owner) ID. R. HORTON-TEXAS, LTD. AND THE CITY OF FORT I ARCHITECT'S PROJECT N0: City Project No. 104719 WORTH 6751 North Freeway Fort wortn CONTRACTOR: GLENN THURMAN, INC. C�NTRACT FOR. Paving lmprovements for Beltmill Phase 3 TX 76431 � CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name end eddress af Surety Companyl COLONIAL AMERlCAN CASUALTY AND SURETY COMPANY 1299 Zurich Way Schaumburg I� 60196 , SURETY COMPANY on bond of (here insert name end address of Contractorl GLENN THURMAN, INC. P.O. Box 850842 Mesquite TX 75185-0842 29th hereby approves of the final payment to the Contractor, and agress ihat final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here inseR name and eddress af Owner) D. R. HORTON-TEXAS, LTD. AND THE CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: ���� (Seal): day of October, 2024 , CONTRACTOR, , OWNER, CpLON1AL AMERICAN CASUALTY AND SURETY COMPANY Surety Company ��e„! �� %i� s�—.� !� Signature of Authorized Representative Robbi Morales Attorney _in_Fact Title NOTE; This form is to 6e used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE 7LTRICII A\IERICAN INSLiRAI\'CE COA4Pr1NY COLONIAL AMERICAN CASU.�LTY 1ND SliRl?'1'Y COMPANY FiDELITY AND DEPOSIT C0�11'ANY OF 1�lARYLAND POWER Or ATTOI2NEY KNOW nLL M�N BY THESL-, PRI:SENTS: That thc ZURIC1i nM�RICnN INSURANC� COMPnNY, a corporation of the State ofNe�v York, the COLONiAL AMERICAN CASUALTY AND SURETY COMPANY, a co�poration of thc St�te of Illinois, and the FTDGLITY AND D]�POS1T COMPnNY OF MARYL�ND a corporation ofthe Stalc of Illinois (herein collectively called the "Companies"), by Robcrl D. Murray, Vice President, iil pursuance of aufhority granted by firlicle V, Section 8. oTthe By-Latvs of said Companies, which are set forlh on the sevccse side hercoC and ace he�•c6y certi tied to Ue in fiill force and effect on thc date hzreuf, do hereUy nominate, eonstitalc, and appoinl Ricardo 7. RCYNA, "fina MCCWAN, Don G. Cn[tNELL. Joshua SACJND�I2S. Robbi MORAL�S. Sophinie HCINTGR, Kelty A. �h�CSTBROOK. Tonie P�TRANGK. Mil:�cla PC'i'['�RS of Dall�s, TeYas. ils lruc and la�vfuf agent and Attorne}�-in-Pact, to malc�, cxecule, seal and deliver, lor, and on its bchalf as surety, and as its aet anci deed: ��n�• and all bonds and undertalcings, and the execution of such bonds or underlalcings in pursuance of [hesc presencs, shalf be as binding upon said Companics, as fully and amply, lo all intents and puiposes, as if lhey had been duly execuCed a�id acl:nowledged by [hc rcgidarly elect�d oificcrs of the %URICH AMERTCAN INSURANCL COMYnNY at its oi'[ice in New Yorlc, New Yor(c., lhc rcgularly e[ected off7ccrs oi'thc COLONiAL AMrRiCAN CASUf1LTY AND SUItL"I'Y COMPnNY ac i�s of'fce in O���ings Mills, Maryland., and the regularly c►ccicd of(icers oi'the PIDrLTTY AND DGPOSIT COMYANY OP MARYLAND at ils ofticc in O�vings Mi(Is, Mat}�land., in thei;• own proper persons. The s�id Vice President does hereby cerlify th�t the extract set lorlh on ti�e reverse side hcrcol'is a true copy ol'nrticle V, Sectio�, 8, oi' thc By-La�vs of said Comp�tnies, and is notv in forcc. iN WT"ITIL'S5 WH�RL,OP, ihe said Vice-President has hereunto subscriUeci i�is/her n�mes and aftixed che Corporate Scals of ihe said 7.URICii AMERiCAN INSURANCC COMPANY, COLONiAL AM1•1ERiC.AN CASU.ALTY AND SURETY' COMPANY, xnd F1D�LITY:�Nll UTPOSIT COMPAh'Y' OF MARYLAR�D, this 14th day oi'S���t�nrh�r. A.D. 2023. ��l�l�i��»Ief��i���I'i ����f�l�ll���i11i��r ���Il�t�l����l�ly��� �.•� f7:�:�y ,�,�� � Cr�i�YSU/��,4� `�p• 'V1C911lp�•y ^�ti'- Pfi0l�+y '`rc'�' ` .kC-rQ,POF�,•.,�ir.'. �'qr4"�g,4P17 �:"1. : _;❑ .�ir-c_ :O �'-n���.d �',v? ' _ 'USEAL�Fn�-`-c'SEALm•}��=_ ujuSEAL'� �_ =->-ti }� r �'a;: }�..�` "`' :c. ^,pJv'....... !:� - •• �.::.:.•'' : A°••y.1c��A n J . � �. W , i' �nnn,i�.�r`•,` ,6.�?ti:•vn7a'•�a•`•• nioo��ua.+°�, "•����� �„�,�" A7'TEST: zuRic�► AMrriicn� ►n�su►z,�Ncc coniraNv COLONIAL :�v1ERICAN C�ISUALTY .4ND SURETY COMP:�Nl' P'IDELiTY AND DEPOS[T CO�[PANY OC �fARYLAND �� B�, • nnGei J 1� �111i� 1���, Vice Presiclenl �.�LaiGl/'iL � �',�2G'GG)�_- B}�• Dmi��� E. Broiw� 5'ec•rela�y Statc of��iarvland County of' Baltimorc On this 1�4th day o(� Sepcem6cr, A D 2423, before; lhe subseriber, a No[ap� Pubiic of �he Sta�c o1�Maryland, duly commissioiicd �nd qualil'ied, Rubert D. Mm•rx,y, Vicc i'residcnt xnd Dawn E. Birown, SecrctarY oPLhe Companics, to me peiso��al15� knn��n lo be lhe individuals and officers dcscribcd in and �vho eaeculed �he preceding instrument, and acicuawledged thc cxccution of same, and i�ein,� by mc duly s�t�orn, depos�th and s:L�II, 1I13L Ill'ISI1C IS thc said of(icer ot'the Cnmpany aforesaid, 1nd that thc seals aff7xcd m tlic �rccedin, instrument arc thc Corporate 5eals ol'said Companies, und ihaf chc said Corporatc Scals and the si�,nalure as such ofCcer wcre duly affixed vzd subscr'tbed to the said inslrumcnt by lhe authoriry and direclion o1' fhe said Corporations fN I�CSTiMONY V✓FIERCOF, [ havc hereunto scl m}� lt�nd mid aCCixed my OIIicial Sca1 the day and year 1'irs[ abovc wrillen. Ger�evreve M. Mr�isr�n „� ,. ;:F�� � �,�•: ?et��r'� .�-�{ �o: GENEVIEVEM. MAISON =��.,+pU�iLit•^ ��; NOTARYPUBLIC ='r }a����f��is•;'�= BALTIMORECOUNTY, MD '-?{�jR; i.V�ti"C� `` NrvCommission6cpiresJANUARY17.2025 ,���„ Authenticit,y of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790