Loading...
HomeMy WebLinkAboutContract 60325-FP4-FP4 FORT WORTH. City Secretary 60325 Contract No. Date Received 11/4/2024 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: Beltmill Phase 3 City Project No.: 104719 Improvement Type(s): ❑ Paving 0 Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $949,056.00 Amount of Approved Change Order(s): $0.00 Revised Contract Amount: $0.00 Total Cost of Work Complete: $949,056.00 Kyle Marsh (Nov 1, 202415:30 CDT) Nov 1, 2024 Contractor Date Wright Construction Co., Inc. Title Wright Construction Company Name Nov 1, 2024 Project Inspector Date ,rungKUY�! 1 1w6fri Nov 4, 2024 Ram Ti—ri f Nov 4. 202411.36 CST) Project Manager Date Nov 4 Rebecca Owen (Nov 4, 202412:49 CST) 2024 ��CFA Mang Date Nov 4, 2024 TPW Director Date �� Nov 4, 2024 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Beltmill Phase 3 City Project No.: 104719 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety 0 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 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BELTMILL PHASE 3 Contract Limits Project Type WATER & SEWER City Project Numbers 104719 DOE Number 4719 Estimate Number 1 Payment Number 1 For Period Ending City Secretary Contract Number Contract Date Project Manager NA Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- Inspectors D. WATSON / V. GUTIERREZ Contract Time Days Charged to Date Contract is 100.00 1/1/2001 WD 9WD 194 Complete Thursday, October 17, 2024 Page 1 of 4 City Project Numbers 104719 DOE Number 4719 Contract Name BELTMILL PHASE 3 Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER For Period Ending 1/1/2001 Project Funding UNIT M. STORM DRAIN IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 21" RCP, CLASS III 566 LF $87.00 $49,242.00 566 $49,242.00 3 21" RCP, CLASS III 551 LF $91.00 $50,141.00 551 $50,141.00 5 21" RCP, CLASS lII 853 LF $111.00 $94,683.00 853 $94,683.00 7 21" RCP, CLASS III 650 LF $144.00 $93,600.00 650 $93,600.00 8 21" RCP, CLASS lII 236 LF $188.00 $44,368.00 236 $44,368.00 9 21" RCP, CLASS lII 351 LF $240.00 $84,240.00 351 $84,240.00 10 21" RCP, CLASS III 197 LF $298.00 $58,706.00 197 $58,706.00 11 2 1 " STORM ABANDONMENT PLUG 2 EA $117.00 $234.00 2 $234.00 16 36" SLOPPED END HEADWALL 5 EA $4,360.00 $21,800.00 5 $21,800.00 17 42" SLOPPED END HEADWALL I EA $4,975.00 $4,975.00 1 $4,975.00 18 54" SLOPPED END HEADWALL I EA $5,710.00 $5,710.00 1 $5,710.00 23 10' CURB INLET 20 EA $8,275.00 $165,500.00 20 $165,500.00 24 20' CURB INLET 2 EA $12,376.00 $24,752.00 2 $24,752.00 27 T STROM JUNCTION BOX 10 EA $6,390.00 $63,900.00 10 $63,900.00 28 Y STROM JUNCTION BOX 3 EA $7,435.00 $22,305.00 3 $22,305.00 29 6' STROM JUNCTION BOX 1 EA $11,539.00 $11,539.00 1 $11,539.00 31 CONNECT TO EXISTING 21" RCP I EA $2,210.00 $2,210.00 1 $2,210.00 32 CONNECT TO EXISTING 36" RCP 1 EA $2,260.00 $2,260.00 1 $2,260.00 33 REMOVE 5' DROP INLET 1 EA $2,785.00 $2,785.00 1 $2,785.00 35 LARGE STONE RIPRAP, DRY 170 EA $125.00 $21,250.00 170 $21,250.00 36 FLEXAMAT 1047 SY $116.00 $121,452.00 1047 $121,452.00 37 TRENCH SAFETY 3404 LF $1.00 $3,404.00 3404 $3,404.00 -------------------------------------- Sub -Total of Previous Unit $949,056.00 $949,056.00 Thursday, October 17, 2024 Page 2 of 4 City Project Numbers 104719 Contract Name BELTMILL PHASE 3 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Total Contract Price DOE Number 4719 Estimate Number 1 Payment Number I For Period Ending 1/1/2001 $949,056.00 $949,056.00 Total Cost of Work Completed $949,056.00 Less % Retained $0.00 Net Earned $949,056.00 Earned This Period $949,056.00 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 $949,056.00 Thursday, October 17, 2024 Page 3 of 4 City Project Numbers 104719 Contract Name BELTMILL PHASE 3 Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors D. WATSON / V. GUTIERREZ Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- DOE Number 4719 Estimate Number I Payment Number I For Period Ending 1/1/2001 City Secretary Contract Number Contract Date Contract Time 94 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 $949,056.00 Less % Retained $0.00 Net Earned $949,056.00 Earned This Period $949,056.00 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 $949,056.00 Thursday, October 17, 2024 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS October 14, 2024 Wright Construction Co., Inc. 601WWall St Grapevine, TX 76051 RE: Acceptance Letter Project Name: Beltmill Phase 3 Project Type: Water, Sewer, Drainage 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, kvawt T-wan' Ram Tiwan (Nov 4, 202411:36 CST) Ram Tiwari, Project Manager Cc: Victor Gutierrez, Inspector Donald Watson, Inspection Supervisor Oscar Aguillion, Senior Inspector Andrew Goodman, Program Manager Westwood PDS, Consultant Wright Construction, Contractor D.R. Horton, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Kevin Littlefield, Controller Of Wright Construction Co, Inc., 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; Beltmill Phase 3 Drainage Utilities near Magnolia Blossom Trail & Prairie Clover Trail, Tarrant County, TX City Project: 104719 BYc 1 KJvn LittlefileId Subscribed and sworn before me on this date 30th of October, 2024. Notary Public United States, Texas DORIS L ELIAS MEN007A * My Notary ID # 13W, 3149 F g;F I Expires December 9, 2025 MERCHANT,4"� BONDING COMPANY,,, MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 OWNER ARCHITECT CONSENT OF SURETY CONTRACTOR TO FINAL PAYMENT SURETY OTHER Bond No. 100096776 TO OWNER: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 PROJECT: Beltmill Phase 3 ARCHITECT'S PROJECT NO.: CONTRACT FOR: Storm Drainage 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) Merchants Bonding Company (Mutual) P.O. Box 14498 Des Moines, Iowa 50306-3498 SURETY, on bond of (Insert name and address of Contractor) Wright Construction Co., Inc. 600 W. Wall Street Grapevine, TX 76051 ,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 200 Texas 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: October 29, 2024 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company (Mutual) /��� ��1_.,.0 (Surety) Attest: C �N I�I.t- �Bi )'l �j �l o/'Yl- f/ (Seal): Crystal Langhorn (Signature of authorized representative) Kim Bracamonte Attornev-In-Fact (Printed name and title) Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in CON 0405 (4/15) AIA Document G707-1994 Consent Of Surety to Final Payment. MERCHANT1740, BONDING COMPANY-,• POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Adam Syswerda; Andrea Nix; Brad Johnson; Crystal Langhorn; Kim Bracamonte; Steven W Lewis their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 •... %...... • • • "' • • MERCHANTS BONDING COMPANY (MUTUAL) �.••�Q�IPOq� •e••: : O�Q\NG.cq4A• MERCHANTS NATIONAL BONDING, INC. CoG /?'-- : y RP0 q�;9ti�: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY �O 2003 ��; : _'• 1933 c: By '.•• W •.........: �a�. ••�6'�%• ..... • •`.Nd� President STATE OFIOWA ••.•••••i••••..•• '•.�����.• COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. _—__ ---- �P��A�S Penni Miller z 4. P Commission Number 787952 k • • My Commission Expires \ TOWN January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 29th day of October 2024 R.9A IIy �O� '. : �•' zo �.A*.y.4. r 6&1..�, :ZiZ _p_ a.10 .).• _ _o- o: - 2003 ? L?. ' a 1933 ' c-, " Secretary POA 0018 (6/24)