HomeMy WebLinkAboutContract 61880-FP1FORT WORTH.
-FP1
City Secretary 61880
Contract No.
Date Received 4/21/2025
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: McPherson Crossing Median
City Project No.: 105104
Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals
Original Contract Price: $111,893.23
Amount of Approved Change Order(s):-$1,500.69
Revised Contract Amount: $110,392.54
Total Cost of Work Complete: $110,392.54
Tim Pulliam
Tim Pulliam (Anr 21, 202513:08 CDT)
Contractor
Title
President
Company Name
ga,�
Project Inspector
Project Manager
Kand ice Merrick (Aor 21.202516:44 CDT)
CFA Manager
de. 7...'
Lauren Prieur(An r71 ?m5 1e•47JQUI
TPW Director
Asst. City Manager
Apr 21, 2025
Date
Apr 21, 2025
Date
Apr 21, 2025
Date
Apr 21, 2025
Date
Apr 21, 2025
Date
Apr 22, 2025
Date
OFFICIAL RECORD Page 1 of 2
CITY SECRETARY
FT. WORTH, TX
Notice of Project Completion
Project Name: McPherson Crossing Median
City Project No.: 105104
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:42 WD
Work Start Date: 2/3/2025 Work Complete Date: 4/10/2025
Completed number of Soil Lab Test: 24
Completed number of Water Test: 0
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name MCPHERSON CROSSING MEDIAN
Contract Limits
Project Type PAVING
City Project Numbers 105104
DOE Number 5104
Estimate Number 1 Payment Number 1 For Period Ending 4/10/2025
WD
City Secretary Contract Number Contract Time 4WD
Contract Date Days Charged to Date 42
Project Manager NA Contract is 100.00 Complete
Contractor TIM PULLIAM
2516 MINNIS #130
FORT WORTH, TX 76117
Inspectors T. GARDNER / T. BARKER
Tuesday, April 15, 2025 Page 1 of 4
City Project Numbers 105104 DOE Number 5104
Contract Name MCPHERSON CROSSING MEDIAN Estimate Number 1
Contract Limits Payment Number I
Project Type PAVING For Period Ending 4/10/2025
Project Funding
UNIT IV: PAVING IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
HYDRATED LIME (CO41)
0 TN
$675.00
$0.00
0
$0.00
2
8' LIME TREATMENT (CO#1)
0 SY
$33.27
$0.00
0
$0.00
3
10" CONC PVMT
444 SY
$164.44
$73,011.36
444
$73,011.36
4
8" SLD PVMT MARKING (W)
450 LF
$5.00
$2,250.00
450
$2,250.00
5
18" SLD PVMT MARKING (W)
75 LF
$16.00
$1,200.00
75
$1,200.00
6
LANE LEGEND ARROW
2 EA
$400.00
$800.00
2
$800.00
7
LANE LEGEND ONLY
2 EA
$575.00
$1,150.00
2
$1,150.00
8
BLOCK SOD PLACEMENT
332 SY
$9.50
$3,154.00
332
$3,154.00
9
REFL RAISED MARKER
90 EA
$15.00
$1,350.00
90
$1,350.00
10
TRAFFIC CONTROL
1 MO
$5,700.00
$5,700.00
1
$5,700.00
11
VALVE BOX ADJUSTMENT
2 EA
$600.00
$1,200.00
2
$1,200.00
12
--------------------------------------
8" FLEX BASE, TYPE A, GRADE 1 (CO#1)
481 SY
$42.78
$20,577.18
481
$20,577.18
--------------------------------------
Sub-Total of Previous Unit
$110,392.54
$110,392.54
Tuesday, April 15, 2025 Page 2 of 4
City Project Numbers 105104
Contract Name MCPHERSON CROSSING MEDIAN
Contract Limits
Project Type PAVING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Total Contract Price
DOE Number 5104
Estimate Number 1
Payment Number I
For Period Ending 4/10/2025
$111,893.23
$1,500.69
$110,392.54
Total Cost of Work Completed $110,392.54
Less % Retained $0.00
Net Earned $110,392.54
Earned This Period $110,392.54
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
$110,392.54
Tuesday, April 15, 2025 Page 3 of 4
City Project Numbers 105104
Contract Name MCPHERSON CROSSING MEDIAN
Contract Limits
Project Type PAVING
Project Funding
Project Manager NA
Inspectors T. GARDNER / T. BARKER
Contractor TIM PULLIAM
2516 MINNIS #130
FORT WORTH, TX 76117
DOE Number 5104
Estimate Number 1
Payment Number I
For Period Ending 4/10/2025
City Secretary Contract Number
Contract Date
Contract Time 45 WD
Days Charged to Date 42 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 $110,392.54
Less % Retained
$0.00
Net Earned
$110,392.54
Earned This Period $110,392.54
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
$110,392.54
Tuesday, April 15, 2025 Page 4 of 4
REVIEWED
By Andrew Goodman at 4:28 pm, Apr 15, 2025
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
IPROJECT NAME:
MCPHERSON CROSSING MEDIAN
ICONTRACT
Demolition, Paving, & Street Lights
I CFA #
CFA24-0114 I
ICITY PROJECT #
CPN105104
ICITY SECRETARY CONTRACT #
CS-61880
IFID #
30114-0200431-105104-EO7685
IX #
N/A
IFILE #
K-3202
INSPECTOR:
PROJECT MANAGER:
CITY PARTICIPATION:(
TY BARKER Phone No:
DEBBIE WILLHEM Phone No:
WATER
SEWER
Developer
Cost
City Cost
Developer Cost Cit
ORIGINAL CONTRACT
$0.00
I $0.00
I $0.00 $
EXTRAS TO DATE
$0.00
I $0.00
I $0.00 $
CREDITS TO DATE
$0.00
I $0.00
I $0.00 1
CONTRACT TO DATE
$0.00
$0.00
I $0.00 $
(AMOUNT OF PROP. CHANGE ORDER
$0.00
$0.00
I $0.00 1
REVISED CONTRACT AMOUNT
$0.00
$0.00
I $0.00 9
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
$0.00
$0.00
REVISED COST SHARE
Dev. Cost:
$189,124.09
TOTAL REVISED CONTRACT
CHANGE
ORDER No:
NO
I
I '
I
I
817-392-8306
817-392-2481
CONTRACT UNIT
DEMOLITION
PAVING
STREET LIGHTS
I
CONTRACT
eloper
Developer
Developer
DAYS
t City Cost
Cost
City Cost
Cost
City Cost
!2,991.58 $0.00
$111,893.23 I
$0.00
I $55,740.00
$0.00
45
$0.00 $0.00
$0.00 I
$0.00
I $0.00
$0.00
$0.00 $0.00
$0.00 I
$0.00
I $0.00
$0.00
!2,991.58 $0.00
I $111,893.23 I
$0.00
I $55,740.00
$0.00
45
$0.00 $0.00
I $ (1,500.69)I
$0.00
I $0.00
$0.00
1 0 I
!2,991.58 $0.00
$110,392.54 I
$0.00
I $55,740.00
$0.00
1 45 I
$22,991.58
$110,392.54
$55,740.00
City Cost:
$0.00
$189,124.09
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents.
PAY ITEM #
I
Asterisk (*) indicates New Pay Item
CITY BID ITEM QUANTITY
3211.0400 (9.00)
3211.0702 (481.00)
3211.0113 481.00
REVIEWED
By Andrew Goodman at 4:29 pm, Apr 16, 2025 J
1
UNIT I: PAVING IMPROVEMENTS
UNIT
ITEM DESCRIPTION C prlGenit
UNIT PRICE
DeCeols Per
City Cost
TOTAL
TN
HYDRATED LIME
$675.00
$ (6,075.00)
$ -
$ (6,075.00)I
SY
8" LIj�A€ T�EATfp1E(�T
$33.27
S (16,002.87)
$ -
S (16,002.87)I
SY
8" FLEX B,QSF, Y E ,p,, G�ip.DE 1
$42.78
$ 20,577.18
$ -
$ 20,577.181
TOTAL UNIT I: PAVING IMPROVEMENTS
$ (1,500.69)
$ (1,500.69)
I I
Revised 12-17-2018 Page 2
REVIEWED
By Andrew Goodman at 4:30 pm, Apr 16, 2025
REASONS FOR CHANGE ORDER CHANGED PAVEMENT SUBGRADE FROM LIME TREATED TOFLOC BASE PER SUPPLEMENTARY LETTER NO. I GEOTECHNICAL
RECOMMENDATIONS FOR THE TURNLINE PAVEMENT STRUCTURE PREPARED BYFUGRO DATED JANUARY 17, 2025. CHANGES CORRESPOND
TO PLAN REVISION 1 AS SHOWN ON SHEETS C010 OF THE CONSTRUCTION PLANS.
REF(1JYAd%)ED:
APPROVED: APPROVED: r')
es ,voo it-
By;
/fdyrsalXoldngs%
By,I B /-�� ulliioncr ^-�
Name: Clint Weaver
Name: Andrew Miler Name: Tim Pulliam
Title: Project Manager
Title: Mannino Partner Title: President
APPROVED: _ APPROVED:
-CUB Sees
By: �ir 1 L-r^lr By. i
Name: Cort Barmen Name: Roy E Bean
Tillo: President Title: Vice President
APPROVALPt
APPROVED: APPROVED AS TO FORM AND LEGALITY:
8PM�IENDED:
CFW-Funding eparrJ�ment
CFW- Assistant Cily Manager CFW- Assistant City Attorney
By. NA
By. NA By: NA
Name:
Name: Name:
Title:
Title: Title:
RECOMMENDED:
CFW -'Contract Compliance Manager
ATTEST • Contract Compliance Manager (Project Manager):
By signing 1 acknoadedge that I am the person responsible
By: NA
N/A for he monitoring and administration of his contract, include
ensuring all performance and reporting requirements.
Name: DEBBIE J. WILHELM. PE
Jannetle S. Goodall
City Secretary QThero are NO City Funds associated xith this Contract
Title: PROJECT MANAGER
❑ There are City Funds associated enlh this Contract
M&C Number. NA
M&C Dato Approved: NA
Revised: 12-17.2018 Page 3
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
April 15, 2025
Tim Pulliam Concrete
1124 Seaman St.
Fort Worth, Tx 76111
RE: Acceptance Letter
Project Name: McPherson Crossing Median
Project Type: Paving
City Project No.: 105104
To Whom It May Concern:
On April 15, 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 April 15, 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
817.992.3991.
Sincerely,
Andrew Goodman, Project Manager
Cc: Ty Barker, Inspector
Troy Gardner, Inspection Supervisor
Ariel Duarte, Senior Inspector
Andrew Goodman , Program Manager
Clint Weaver, Consultant
Tim Pulliam Concrete , Contractor
McPherson LLC , Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
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 Tim Pulliam,
President Of Tim Pulliam Concrete Work, L.F. , 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;
Concrete Work
BY
Tim Pulliam / President
Subscribed and sworn before me on this date 15th of April, 2025.
vkhrl.
Notary Public
Tarrant, Texas C01, +may
je O F AF
�i���/� `fA• 121•O�-
��/I�. ORES y.14�;►��\\
Consent of Surety OWNER
to Final Payment ARCH1 ECT
CONTRACTOR [ ]
AIA Document G707 - D,�g TY Oh Bond No. SO47052
Electronic Format
THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION W TM AN ATTORNEY IS ENCOURAGUD WrIT1 RESPECT TO ITS
COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY BE MADE BY US1NG AIA
DOCUMENT D401.
TO OWNER; Castle Development Group Inc/City of Fort
(Name and address) Worth
251 E Southlake Blvd, ste 100
Southlake, TX 76092
PROJECT:
(Name and address)
McPherson Crossing Medium
ARCHITECTS PROJECT NO.:
CONTRACT FOR:
McPherson Crossing Medium
CONTRACT DATED: 09/03/2024
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address ofsurety) Employers Mutual Casualty Company
717 Mulberry Street
Des Moines, IA 50309 SURETY
on bond of
(Insert name and address ofContractor) Tim Pulliam Concrete Work LP
1124 Seaman St.
Fort Worth, TX 76111 , 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 Castle Development Group Inc/City of Fort
(Insert name and address of Owner) Worth
251 E Southlake Blvd, ste 100
Southlake, TX 76092 OWNER
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date :l6th day of April, 2025.
(Insert in writing the month followed by the numeric dare and year,)
Employers Mutual Casualty Company
(Surety)
Sam,
SEAL
Sam Sealer, attorney in fact =a
(Signature of authorized representative) r �Gvnts °s'
AIA DOCUMENT G707 - CONTRACTOR'S CONSET OF SUREYT TO FINAL PAYMENT - 1994 EDITION - AIA - COPYRIGHT 1994 - THE AMERICAN
INSTIIU7E OF ARCfETECTS, t735 NEW YORK AVENUE N.W., WASHINGTON D.0 20005.5291. WARNING; Unlicensed photocopying violates U.S.
copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until
the date of expiration as noted below.
Electronic Format G707 - 1994
P.O. Box 712 • Des Moines, Iowa 50306-0712
1?mc-
INSURANCE
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1, Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint,
Sam Sealer
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Borid(s):
Surety Bond Principal:
Number Tim Pulliam Concrete Work LP
SO47052
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED; The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attomeys-fn-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time
and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power -et -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be si d for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of September 2022 f
Seals , !~.
�'"Sl;�y•, .,'` GOM�4y`•; II a c'', ott R. Jean, P ident & CEO Todd Strother, „ 4s Executive Vice President
=w•�`, �n`P�x4t%ram: �p�: `�,.eng4` �� -Y ,'� ;=K,oA4 a' `•_ of Company 1; irman, President Chief Legal Officer & Secretary of
& CEO of Com nies 2, 3, 4, 5 & 6 Companies 1, 2, 3, 4, 5 & 6
SEAL = a= Z t8ti3 1953
town :o`_ 'sgv'• 'o:
' '� gown,• o,N� ,. ,}�aa , * ' �
:Z�oo"n+o<; ., 4.'_ �L ,•.�>van',, oo: :�gy.`osvonq �.so.
=_w= SEAL''?= o_ SEAL =_-- SEAL`
o_
%IOWP1t '• Rhf PAic ,` ';�%INEs.�`:
yy,KATHY
orKATHY LOYE11=719
October rt+
Frrnlsslan rM Ma7df17�
tCo, =5
On this 22nd day of September , 2022 before me a Notary Public in and forthe State
of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn,
did say that they are, and are known to me to be the CEO, Chairman, President, Executive
Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies
above; that the seals affixed to this instrument are the seals of said corporations; that said
instrument was signed and sealed on behalf of each of the Companies by authority of their
respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such
officers, acknowledged the execution of said instrument to be thew voluntary act and deed,
and the voluntary act and deed of each of the Companies.
My Commission Expires October 10, 2025,
CERTIFICATE
Notary Publi in aand for the State of owa
1, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 16th day of April 2025
7851 (9-22) S047052-NA 10123 902 AC 008988 "For verification of the authenticity of the Power of Attorney you may call (515) 345-754a."