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