Loading...
HomeMy WebLinkAboutContract 61167-FP1FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COM LETION -FP1 City Secretary No--61167 Date Received: 5/1 /2025 City Project Ns: 105103 Re�ardin contract 61167 2024 Asphalt Resurfacinq Contract 3 for as required by the TWIT5Oc RTATION ANb PUBLIC WORKS DEPARTM as approved by City Council on 1/30/2024 through M&C 24-0092 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTM upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due Pa-)Ylcia L. wadsgGk Patricia L. Wadsack (Apr 30, 2025 14:58 CDT) Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 3,227,789.00 Days 210 $ Ns Days Added by CO Total Days $ 2,725,096.08 Days Charged 195 Days @ $ / Day $ 2,725,096.06 $ 2,588,841.24 $ 136,254.82 04/30/2025 Date 04/30/2025 Lauren Prieur (Apr 30, 2025 14:58 CDT) _ Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Op��' Asst. City Manager 04/30/2025 Date Comm nts: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City Secretary Contract Number: CS61167 Project: 105103-105103 - 2024 Asphalt Resurfacing Contract 3 Contract Name: 2024 Asphalt Resurfacing Contract 3 To: PEACHTREE CONSTRUCTION LTD 5801 PARK VISTA CIR KELLER,TX 76248 Supplier ID: 0000007231 Contract Summary: 1. Original Contract Amount 2. Net Change by Change Orders 3. Current Contract Amount (Line 1 +/- Lir 4. Total Completed and Stored to Date (Progress Estimate, Construction Allow: Change Orders) 5. Amount Retained (5.00%) 6. Amount Eligible to Date (Line 4—Line 5 7. Less Previous Payments (Line 6 from pri 8. Amount Due this Application 9. Balance to Finish, Plus Retainage (Line 3 — Line 6) 10. Contract Time a. Days Awarded b. Days Added by Change Order c. Total Contract Days Awarded d. Days Charged this Invoice e. Days Charged from Previous Im f. Contract Days Remaining Purchase Order: FW020-0000011562 Invoice Number: CS61167-09-FINAL+PAYAP-9 Invoicing Period (From —To): 03.01.2025to 03.01.2025 FORTWORTH. TPW Construction Invoice Payment Application Date: 03.26.2025 Estimate Number: 9 Project Manager: Otuyelu,lretomiwa Payment Approvals Roles Date: Inspector: & -i. Jik. 04.11.2025 Sr. Inspector: " I&W. 04.15.2025 Project Manager: 04.15.2025 lw&.a" Otutd. Contractors Certification: $3,227,789.00 The Contractor certifies with the submittal of this document and associated Payment Request $ .00 Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge: $3,227,789.00 $2,725,096.08 (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; $ .02 $2,725,096.06 (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for $2,588,841.24 Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are $ 136,254.82 covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and $ 502,692.94 (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. 210 Liquidated Damages @ S 650.00 x day 0 210 0 ✓/ Tay/Or 195 B Taylor (Apr 23, 2025 15:08 CDT) 15 Consent of Surety Page 1 of 4 Affidavit of Bills Paid FORTWORTH, TPW Construction Invoice Funding Distribution: Funding Identification (FIDs) Amount Earned Retainage (FIDs) Retainage Amount to Pay 30100-0200431-5740010-105103-006280-9999 $ 00 30100-2060000-105103-RETAIN $ 136,254.82 $ 136,254.82 Contract Bid Items: A B C D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Retainage this % Balance to No. Section Quantity Quantity Period Installed Installed Presently Completed and Period (H/B) Finish No. Installed this Quantity Value Stored Stored to Date (B-H) Period (not in F) (D+F+G) Unit1.001 0135.0201 REMOBILIZATION EA 1 $ 500.00 $ 500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 500.00 Unit 1.002 0241.1300 Remove Conc Curb LF 2,500 $ 4.40 $ 11,000.00 0.0000 $ .00 5,756.9000 $ 25,330.36 $ .00 $ 25,330.36 $ .00 230.28% $- 14,330.36 & Gutter Unit 1.003 3216.0102 7" Concrete Curb & LF 2,500 $ 50.60 $ 126,500.00 0.0000 $ .00 5,903.9000 $ 298,737.34 $ .00 $ 298,737.34 $ .00 236.16% $-172,237.34 Gutter Unit1.004 0241.0401 Remove Concrete SF 3,500 $ 3.30 $ 11,550.00 0.0000 $ .00 8,116.3900 $ 26,784.08 $ .00 $ 26,784.08 $ .00 231.90% $- 15,234.08 Driveway Unit 1.005 3213.0401 6" Concrete SF 3,500 $ 13.48 $ 47,180.00 0.0000 $ .00 8,116.3900 $ 109,408.93 $ .00 $ 109,408.93 $ .00 231.90% $- 62,228.93 Driveway Unit 1.006 0241.0100 Remove Sidewalk SF 2,100 $ 2.75 $ 5,775.00 0.0000 $ .00 5,086.9400 $ 13,989.08 $ .00 $ 13,989.08 $ .00 242.24% $- 8,214.08 Unit 1.007 3213.0301 4" Concrete SF 2,100 $ 12.93 $ 27,153.00 0.0000 $ .00 5,150.9400 $ 66,601.65 $ .00 $ 66,601.65 $ .00 245.28% $- 39,448.65 Sidewalk Unit 1.008 0241.1400 Remove Concrete SY 200 $ 27.50 $ 5,500.00 0.0000 $ .00 12.7800 $ 351.45 $ .00 $ 351.45 $ .00 6.39% $ 5,148.55 Valley Gutter Unit 1.009 3216.0301 7" Concrete Valley SY 200 $ 137.50 $ 27,500.00 0.0000 $ .00 383.3130 $ 52,705.54 $ .00 $ 52,705.54 $ .00 191.66% $- 25,205.54 Gutter $ 1,100.00 $ 1,980.00 $ 33,000.00 $ 25,740.00 0.0000 0.0000 Unit 1.010 0241.0300 Remove ADA Ramp EA EA 30 13 $ .00 14.0000 $ 15,400.00 $ .00 $ 15,400.00 $ .00 46.67% $ 17,600.00 Unit 1.011 3213.0501 Barrier Free Ramp, $ .00 6.0000 $ 11,880.00 $ .00 $ 11,880.00 $ .00 46.15% $ 13,860.00 Type P-1 3213.0505 Barrier Free Ramp, EA $ 2,090.00 $ 4,180.00 0.0000 $ .00 2.0000 Unit1.012 2 $ 4,180.00 $ .00 $ 4,180.00 $ .00 100.00% $ .00 Type M-3 3213.0506 Barrier Free Ramp, EA $ 3,960.00 $ 59,400.00 0.0000 $ .00 8.0000 Unit 1.013 15 $ 31,680.00 $ .00 $ 31,680.00 $ .00 53.33% $ 27,720.00 Type R-1 $ 125.00 $ 62,500.00 0.0000 $ .00 0.0000 Unit1.014 3212.0600 Asphalt Pavement TN 500 $ .00 $ .00 $ .00 $ .00 0.00% $ 62,500.00 Page 2 of 4 FORT WORTH. TPW Construction Invoice A I E F G H I J K Bid Item Description Spec. UOM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Retainage this % Balance to No. Section Quantity Quantity Period Installed Installed Presently Completed and Period (H/B) Finish No. Installed this Quantity Value Stored Stored to Date (B-H) Period (not in F) (D+F+G) Level -Up CY 300 $ 450.00 $ 135,000.00 0.0000 $ .00 24.2200 $ 124,101.00 Unit 1.015 3124.0101 Asphalt Pavement $ 10,899.00 $ .00 $ 10,899.00 $ .00 8.07% Base Repair SY 124,100 $ 3.35 $ 415,735.00 0.0000 $ .00 101,604.900 $ 75,358.59 Unit1.016 0241.1506 2" Surface Milling $ 340,376.41 $ .00 $ 340,376.41 $ .00 81.87% SY 124,100 $ 15.77 $1,957,057.00 0.0000 $ .00 0 101,604.900 $1,602,309.27 $ .00 81.87% Unit1.017 3212.0302 2" Asphalt Pvmt $1,602,309.27 $ .00 $ 354,747.73 Type D 0 $ .00 $ .00 0.00% Unit 1.018 3212.0601 HMAC Speed EA 3 $ 2,800.00 $ 8,400.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ 8,400.00 Cushion SY EA CY 100 2 200 $ 53.15 $ 1,380.00 $ 64.00 $ 5,315.00 $ 2,760.00 $ 12,800.00 0.0000 0.0000 0.0000 $ $ $ .00 .00 .00 200.8330 0.0000 0.0000 $ .00 $ 10,674.27 $ .00 $ .00 $ $ $ .00 .00 .00 200.83% 0.00% 0.00% Unit 1.019 9999.0000 Site Clearing 3110.0102 6"-12" Tree Removal $ 10,674.27 $- 5,359.27 Unit 1.020 $ .00 $ .00 $ 2,760.00 Unit 1.021 3123.0101 Unclassified $ .00 $ .00 $ 12,800.00 Excavation SY 300 $ 19.80 $ 5,940.00 0.0000 $ .00 1,375.0000 Unit 1.022 3292.0100 Block Sod $ 27,225.00 $ .00 $ 27,225.00 $ .00 458.33% $- 21,285.00 Replacement Cy LF 150 100 $ 66.00 $ 1.30 $ 9,900.00 $ 130.00 0.0000 0.0000 $ $ .00 .00 210.0000 0.0000 Unit 1.023 3291.0100 Topsoil $ 13,860.00 $ .00 $ 13,860.00 $ .00 140.00% $- 3,960.00 Unit 1.024 3217.0101 6"SLD Pvmt $ .00 $ .00 $ .00 $ .00 0.00% $ 130.00 Marking HAS (W) LF 15,600 $ .80 $ 12,480.00 0.0000 $ .00 19,896.0000 Unit1.025 3217.0102 6"SLD Pvmt $ 15,916.80 $ .00 $ 15,916.80 $ .00 127.54% $- 3,436.80 Marking HAS (Y) LF 3,950 $ .80 $ 3,160.00 0.0000 $ .00 4,060.0000 Unit1.026 3217.0103 6" BRK Pvmt $ 3,248.00 $ .00 $ 3,248.00 $ .00 102.78% $- 88.00 Marking HAS (W) LF 200 $ 2.70 $ 540.00 0.0000 $ .00 587.0000 Unit 1.027 3217.0201 8" SLID Pvmt $ 1,584.90 $ .00 $ 1,584.90 $ .00 293.50% $- 1,044.90 Marking HAS (W) LF 450 $ 23.00 $ 10,350.00 0.0000 $ .00 333.0000 Unit1.028 3217.0502 Preformed $ 7,659.00 $ .00 $ 7,659.00 $ .00 74.00% $ 2,691.00 Thermoplastic Contrast Markings - 24" Crosswalk LF 100 $ 24.00 $ 2,400.00 0.0000 $ .00 _ 240.0000 Unit 1.029 3217.0504 Preformed $ 5,760.00 $ .00 $ 5,760.00 $ .00 240.00% $- 3,360.00 Thermoplastic Contrast Marking - 24" Stop Bars EA EA 4 4 $ 195.00 $ 216.00 $ 780.00 $ 864.00 0.0000 0.0000 $ $ .00 .00 45.0000 2.0000 Unit 1.030 3217.1002 Lane Legend Arrow $ 8,775.00 $ .00 $ 8,775.00 $ .00 1125.00% $- 7,995.00 Unit 1.031 3217.1004 Lane Legend Only $ 432.00 $ .00 $ 432.00 $ .00 50.00% $ 432.00 Page 3 of 4 FORT WORTH. TPW Construction Invoice A B D E F G H I J K Bid Item Description Spec. UoM Bid Unit Price Bid Value Estimated Value this Previously Previously Materials Total Retainage this % Balance to No. Section Quantity Quantity Period Installed Installed Presently Completed and Period (H/B) Finish No. Installed this Quantity Value Stored Stored to Date (B-H) 3217.5001 Curb Address EA 30 $ 75.00 Period (not in F) (D+F+G) $- 5,325.00 Unit 1.032 $ 2,250.00 0.0000 $ .00 101.0000 $ 7,575.00 $ .00 $ 7,575.00 $ .00 336.67% Painting 3217.2001 Raised Marker TY W 3217.2002 Raised Marker TY Y 3217.2103 REFL Raised Marker EA EA EA 50 50 200 $ 6.00 $ 6.00 $ 6.00 0.0000 0.0000 $ 300.00 Unit1.033 $ 300.00 0.0000 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 0.00% $ .00 0.00% Unit1.034 $ 300.00 0.0000 $ 300.00 $- 1,488.00 Unit 1.035 $ 1,200.00 0.0000 $ .00 448.0000 $ 2,688.00 $ .00 $ 2,688.00 $ .00 224.00% TY l l-A-A 3217.2104 REFL Raised Marker EA 200 $ 6.00 495.0000 $ 2,970.00 $ .00 247.50% Unit1.036 $ 1,200.00 0.0000 $ .00 $ 2,970.00 $ .00 $- 1,770.00 TY l l-C-R 3305.0108 Miscellaneous EA 1 $ 10,000.00 0.6095 $ 6,095.00 $ .00 60.95% Unit 1.037 $ 10,000.00 0.0000 $ .00 $ 6,095.00 $ .00 $ 3,905.00 Structure Adjustment 3305.0107 Manhole EA 7 $ 1,550.00 $ .00 0.0000 $ .00 $ .00 $ .00 0.00% Unit 1.038 $ 10,850.00 0.0000 $ .00 $ 10,850.00 Adjustment, Minor 3305.0111 Valve Box EA 5 $ 970.00 $ 4,850.00 $ .00 0.0000 $ .00 $ .00 $ .00 0.00% $ 4,850.00 Unit 1.039 0.0000 $ .00 Adjustment 3471.0002 Portable Message WK 30 $ 525.00 0.0000 $ .00 0.0000 Unit 1.040 $ 15,750.00 $ .00 $ .00 $ .00 $ .00 0.00% $ 15,750.00 Sign 9999.0096 Paving Construction 0 Unit 1.041 $ 150,000.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 150,000.00 Allowance $3,227,789.00 $ 0.00 $2,725,096.08 $ 0.00 $2,725,096.08 $- 136,254.82 84.43% $ 502,692.92 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS April 3, 2025 Peachtree Construction 5801 Park Vista Circle Fort Worth, Tx 76244 RE: Acceptance Letter Project Name: 2024 Asphalt Resurfacing Contract 3 Project Type: Asphalt Resurfacing City Project No.: 105103 To Whom It May Concern: On February 5, 2025 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 April 3, 2025. 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 April 3, 2025, 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- 444-8921. Sincerely, Iretomi`wa Otuyelu, Project Manager Zelalem Arega, Program Manager Cc: YBrandon Gibson, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Zelalem Arega, Program Manager City of Fort Worth, Consultant Peachtree Construction, Contractor NA, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 Bond #107908207 CONSENT OF OWNER SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ Conforms with the American Institute of SURETY Architects, AIA Document G707 OTHER ❑ PROJECT: 2024 Asphalt Resurfacing Contract 3 City Project # 105103 City of Fort Worth TO (Owner) 200 Texas St. Fort Worth, TX 76102 ARCHITECT'S PROJECT NO. CONTRACT FOR: Construction CONTRACTDATE: January 30, 2024 CONTRACTOR: Peachtree Construction, Ltd. In accordance with the provisions of the Contract between the Owner and the Contractor as above, the Travelers Casualty and Surety Company of America 9601 McAllister Freeway, Suite 700, San Antonio, TX 78216 SURETY COMPANY, on bond of Peachtree Construction, LTD. 5801 Park Vista Cir,, Keller, TX 76248 ,CONTRACTOR, hereby approves of the final payrnent to the Contractor, and agrees that fi nal payment to the Contractor shall not relieve the Surety Company of any of its obligations to City of Fort Worth 200 Texas St. , Fort Worth, TX 76102 OWNER, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this2l st day of April 2025 S rety Company P Witness: I-� SignaturcofAuthorized epresentative Tyne�Ageni Teresa Ayala Atty-in-Fact NOTE: This form is to be used as a companion document to AIA DOCUML:NT GID6, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition 00438 ] 2/00 ONE PAGE Travelers Casualty and Surety Company of America AW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ppyyry,+,, Op G�w M W kAMbF1DK COHH. State of Connecticut City of Hartford ss. By: !Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 S ft� WZ4 (/ ' Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 21st day of April 2025 warmlo� RrroiVA iirro�sGp�: r� i �/Lr `et H,a 4 Kev n E. Hughes, ASsiSecretary To verify the authenticity of this Power ofAttomAy, olease callus at 1-so0-42Z-3880, Please refer to the above -named Attorney(sj-in-Fact and the details of the bond to which this Power of Attorney is attached I!, MI i ♦� 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 Brendan Taylor, Project Manager Of Peachtree Construction, Ltd., 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; 2024 Asphalt Resurfacing Contract 3 - City Project #105103 BY Brendan Taylor, Project Manager Subscribed and sworn before me on this date 17 of April, 2025. ahK Notar^blic County, State ` Janet Lynn Reiter- r 5 My Commission Expires * 8/28/2027 Notary ID 130350671