Loading...
HomeMy WebLinkAboutContract 57800-FP1FORT WORTH. -, "'o TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION CSC No. 58700-FP1 City Secretary No: 58700 Date Received: 04/29/24 City Project Ns: 104269 Regarding contract 58700 2023 Asphalt Resurfacing Contract for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 11/29/2022 through M&C 22-0982 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 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 .Patricia L. wadsack .rya L. Wadsack japr 29, 2024 08:45 CDT) Recommended for Acceptance Asst. Director, TPW - Capital Delivery $ 2,005,975.00 Days 210 $ 98,567.45 N9 1 Days Added by CO 15 $ 2,104,542.45 Total Days 225 $ 1,608,642.87 Days Charged 215 Days @ $ / Day $ $ 1,608,642.87 $ 1,528,210.73 $ 80,432.14 Apr 29, 2024 Date A. -I :o Lauren P ri e u r (Apr 29, 2024 08:50 CDT) Accepted Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT C�L� Asst. City Manager Comments: Apr 29, 2024 Date Apr 29, 2024 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C-620 Signature Page Contractor's Application for Payment Invoice No. 10-FINAL To (Owner) City of Fort Worth Invoicing Period (From - To): Invoice Date: 3/1/24-4/1/24 4/1/2024 P.O. FW020-009070 From (Contractor): Remit to( If Not Automatic Deposit): Number: Peachtree Construction Ltd Contractor's CFW Vendor No.: Project: 104269 0000007231 City secretary contract 58700 Resurfacing Contract 2023 Asphalt p Contract 1 Number: Name: Application For Payment Change Order Summary Approved Change Orders 1. ORIGINAL CONTRACT PRICE.......................................................... $ $2,005,975.00 Number Additions Deletions 2. Net change by Change Orders................................................................. $ $98,567.45 1 $98,567.45 3. Current Contract Price (Line I t 2)....................................................... $ $2,1049542.45 2 4. TOTAL COMPLETED AND STORED TO DATE 3 (Progress Estimate, Construction Allowance and Change Orders)..... $ $1,6089642.87 4 5. RETAINAGE: 5 a. X $1,608,642.87 Work Completed.......... $ 6 b. X Not Used $ 7 c. Total Retainage (Line 5a + Line 5b) ............................... $ 8 6. AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5c)............................. $ $1,608,642.87 TOTALS $98,567.45 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application)........ $ $1,5289210.73 NET CHANGE BY $98,567.45 8. AMOUNT DUE THIS APPLICATION ................................................. $ $80,432.14 CHANGE ORDERS 9. BALANCE TO FINISH, PLUS RETAINAGE (Column G on Progress Estimate+ CA + COs + Line 5 above) ............. $ $495,899.58 Contractor's Certification 10. CONTRACT TIME: The Contractor certifies with the submittal of this document and associated Payment Request a. Days Awarded 210 Submittal on the City of Fort Worth Buzzsaw system that to the best of their knowledge: (1) all b. Days Added by CO 15 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 C. Total Days 225 Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except d. Days Charged 215 such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, e, Days Remaining 10 security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages $650.00 x day Consent of Surety B igvlor B Taylor (Apr24,2024 16:55 CDT) Affidavit of Bills Paid This document has been modified from its original form as an EJCDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. C-620 Unit Pnce Progress Esh-n Progress Estimate IPnr(eO1h8Ct) 2023 Asphalt Resurfacing Contract 1 Appbcaaon Penod, 3/1/24-4/1/24 A Item Specficaaon Urdtof Bid Item No Desuipaon Section No Measure 1 0135.02W REMOBILIZATION 017000 EA 2 0241.1300 REMOVE CONC CURB&GUTTER 024115 LF 3 3216.01027"CONIC CURB &GUTTER 321613 LF 4 0241.1 1 REMOVE & REPLACE 6-CONCRETE DRIVEWAY 0241 13 SF 5 0241.0100 REMOVE SIDEWALK 321320 SF 6 321 .03014- CONCRETE SIDEWALK 024113 SF 7 0241.1400 REMOVE & REPLACE CONCRETE VALLEY GUTTER 321330 SY 8 0241.0300 REMOVE ADA RAMP 024113 EA 9 321133.0501 BARRIER FREE RAMP, TYPE R-1 321320 EA 10 32.0506 BARRIER FREE RAMP, TYPE P-1 321320 EA 11 0241.17008- PAVEMENT PULVERIZATION 024115 SY 12 3212.03023-ASPHALTPAVEMENT,TYPED 321616 SY 13 3211.0600 CEMENT MODIFICATION, 26 IWe Y 32 1133 TN 14 3110.0102 24" AND LARGER TREE REMOVAL 31 1000 EA 15 3110.0102 6%12" TREE REMOVAL 31 1000 EA 16 3123.0101 UNCLASSIFIED EXCAVATION 322316 CY 17 3292.0100 BLOCK$OD REPLACEMENT 329213 SV 18 3217.0305STOP BAR$ PAVEMENT MARKING CROSSWALK LINES 321723 LF 19 3217.00016- SOLID THERMOPLASTIC IHASI LANE LINE 321723 LF 20 3217.00016"SOLID THERMOPLASTIC IHASI CENTER LINE 321723 LF 3217.050124"SOLID WHITE THERMOPLASTIC(HAE) CROSSWALK 21 LINE$ 321723 LF 22 3217.5001 CURB ADDRESS PAINTING 321725 EA 23 3291.0100 TOPSOIL 329119 CY 24 3211.0122 FLEXBASE, TYPE A, GR-2 3217 23 CY 25 3305.0108 MISCELLANEOUSADJU$TMENT$ 000508 LS 26 3305.0112 MANHOLE ADJUSTMENT 330514 EA 27 3305.0111 WATER VALVE BOX ADJUSTMENT 330514 EA 28 9999.0000SITECLEARING SY 29 9999.0096 PAVING CONSTRUCTION ALLOWANCE LS Totals cnyseer 58700 Contract Num Brd Quantity Umt Pnce 1 $1,000.001 3,500 $1.151 6,250 $57.001 3,500 $18.001 6,000 $1.151 6,000 $10.001 150 $175.001 25 $170.001 g $5,400.001 17 $5,150.001 32,300 $9.001 32,300 $24251 420 $255.001 2 $2,500.001 2 $600.001 400 $34.001 700 $17.001 200 $17.001 3,000 $2.101 7,500 $2.101 350 $16.001 20 $65.001 250 $85.001 135 $105.001 1 $5,000.001 15 $1,100.001 10 $850.001 150 $20.001 1 S40,000.001 B C Bid Value Esmna"Qu 1 Installed Contractor's Application APplmatioa Nn Ib . 10-FINAL APPI-ion Date. 4/1/2024 D E F G Tonal Completed % Balarrcz to Frmsh Value Previously Metalled Value Value'Tms Penod Materials Presently ®d Smred m Date (F) (B - F) Smred (notmC> (DIF) B $1,owooll $1,000.001 $1.000.00 1000% $2,540.41 $2,540.411 $2,540.41 631% $1,484.591 $125,915.851 $125,915.851 $125,915.�5 353% $230,334.151 $62,217.721 $62,217.721 $62'217.72 988% $782281 $3,398.641 $3,398.641 $3,398.6Q 493% $3,501.36 $23,223.401 $23,223.401 $23,223.40 38 ]% $36,776.60 $47,612.251 $47,612.251 $47,612.�� 1814% -$21,362.25 $3,400.001 $3,400.001 $3,400.00 80 0% $850 001 $43,200.001 $43,200.001 $43,200.00 1000% 1 $61,800.001 $61,800.001 $61,800.00 706% $25,750.001 $266,034.421 $266,034.421 $266,034.42 915% $24,665.58 $711,301.001 $711,301.001 $711,301.00 908% $71,974.001 $95,800.951 $95,800.951 $95,8OO.0 895% $11,299.05 $2,500.001 $2,500.001 $2,500.00 500% $2,500.0 I $1,200.0001 I $13,600.001 $10,857.901 $10,857.901 $10,857.90 912% $1,042.10 1 1 $3,400.001 $27,274.801 $27,274.801 $2],214710 4329% -$20,974.801 $27,881.701 $27,881.701 $27,881.70 1770% -$12, 131.70 $320.001 $320001 $320.00 57% $5,280.00 $520.00 $520001 $520.00 400% $780001 $6,800.001 $6,800.001 $6,800.00 320% $14,450.00 1 1 $14,175.001 I $5,000.00 $17,600.001 $17,600.001 $17,600.00 1067% $1,100.001 $14,450.001 $14,450.001 $14,450.00 1700% $5,950.001 I $3,000.00 I I I I I I I I I I I I I $40,000.001 I I I I $1,555,649.04 $1,555,649.041 $1,555,649.04 776% $450,325.961 This document ties been modified from its onguial form as an E1CDC document arW Ne user did not IugNigN Ne modrficaaons. You are encouraged m read the document carefully and consult Legal Courrsel poor I-, execuaon. C-620 Change Order Progress Estimate Construction Allowance Usage ADDITIONS For (contract): 2023 Asphalt Resurfacing Contract 1 104269 City Secretary ss�oo Cone Num. IApplicaeon Period: 3/1/24-4/1/24 A B C D Item Estimated Quantity Previously Value This Specification Unit of Quantity to Add Unit ft.Addrtmn Value Installed Value Installed Value Period Ile", Number Description Section No. Measure 33 Preformed Thermoplastic Markings - Legend Single Head Curve An EA 2.00000000 $288.75 $577.50 2,00000000 $577.50 $577.50 39 Elechical Conduit Aeparr LS 1.00000000 $10.804.50 $10,804.50 1,00000000 $10,804.50 $10.804.50 40 Sprinkler System LS 1.00000000 $626,13 $126.13 1,00000000 $626.13 $626.13 41 Elections: Message Panels(x2) CD 20.00000000 $136.50 $2,730.00 20,00000000 $2,730.00 $2.730.00 Contiafire Allowance 2 40 Sprinkler System LS 1.00000000 $1.654.25 $1,654.25 1.00000000 $L654.25 $1.654.25 This document has been modified from its original f as an E7CDC document and the user did not highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior torts execution. Contractor's Application 10-FINAL 4/1/2024 E F Total Completed Material' Presently and Stored to Date (F) Stored (not in C) D+E) B $577.50 100.0% $10.804.50 100.0% $626.13 100.0% $2.730.00 100.0% $1.654.25 100.0% Balance to Finish (B -F) C-620 Change Order Totals 516,392.38 $16,392.1a $16392.38 Progress Estimate Construction Allowance Usage CONSTRUCTION ALLOWANCE ITEMS TO BE REDUCED IFor(co -O). 104269 2023 Asphalt Resurfacing Contract 1 Application Number: IApplicauen Period: 3/1/24-4/1/24 Application Date: A B C D E � Item &d Item Number Descnpbon Specification Unit of Quantity to Delete Umt Price Reduction Value Not Used Not Used Not Used Not Used Not Used Section No. Measure 29 1111//11 PAVING CONSTRUCTION ALLOWANCE LS 0.36845325 $40,000.00 $14,738.13 29 11110011 PAVING CONSTRUCTION ALLOWANCE LS 0.04135625 $40,000.00 $1,654.25 Totals $16.392.38 This document has been modified from its original f as an E7CDC document and the user did not highlight the modificatmns. You are encouraged to read the document carefully and consult Legal Counsel prior torts esecutmn. el M.1463M Contractor's Application 10-FINAL 4/1/2024 F Not Used Not Used Not Used C-620 Change Order Progress Estimate Change Order Number I ADDITIONS IFor (cantina): 104269 2023 Asphalt Resurfacing Contract 1 1Application Period: 3/1/24-4/1/24 A Item Change Order Item No. Description 2 0241.1300 REMOVE CONIC CURB & GUTTER 3 3216.0102 7" CONIC CURB & GUTTER 4 0241.0401 REMOVE & REPLACE 6' CONCRETE DRIVEWAY 5 0241.0100 REMOVE SIDEWALK 6 3213.03014' CONCRETE SIDEWALK 17 3292.0100 BLOCK SOD REPLACEMENT 23 3291.0100 TOPSOIL 30 Mill & Gverlay Transition 31 3349.5007 Remove & Replace 15' Inlet Top 32 3213.0322 4" Core Sidewalk With Curb At The Back (6"-12") 33 3217.1010 Preformed Thermoplastic Markings - Legend Single Head Can 34 3217.1011 Prelboand Thannotilastic Contrast Markings - Legend Only 35 3217.0201 8" SLD P-t Markings HAS (W) 36 3217.4201 Fire Lane Marking 37 3217.2103 REFL Raised Marker TY II -A -A 38 3217.0502 Preforined Themroplastic Contrast Markings - 24" Crosswalk 1 City Secretary 58700 Contract Nam: B C Addition Speedication Unit of CO Quantity to Add Unit Price Change Order Estimated Quantity Section No. Measure Value Installed LF 350,00000000 $1.15 $402.50 LF 350,00000000 $57.001 $19,950.00 SF 2350,00000000 $18.001 $42,300.00 SF 200,00000000 $1.151 $230.00 SF 350,00000000 $10.001 $3,500.00 SF 90.00000000 $17.001 $1,530.00 CY 5.00000000 $85.001 $425.00 SF 1950,00000000 $9.451 $18,427.50 1886.00000000 EA 1.00000000 $7.875.001 $7,875.00 1,00000000 SF 120,00000000 $13.651 $1,638.00 633.00000000 EA 1.00000000 $288.75 $288.75 1.00000000 EA 1.00000000 $414.75 $414.75 1.00000000 LF 170.00000000 $2.42 "'1 40 170.00000000 LF 175,00000000 $6.04 $L057.00 175.00000000 EA 15.00000000 $4.57 $68.55 20.00000000 LF 20.00000000 $2.45 $49.00 D Value $17,822 $7,875 $&640 $288 $414 $411 $L057 $91 Previously Value This Installed Value Period This document has been madified from its original f as an E7CDC document and the user did act highlight the modifications. You are encouraged to read the document carefully and consult Legal Counsel prior torts execution. $17.822.70 $7.875.00 $8.640.45 :281.71 414.7, $411.40 $1,057.00 $91.40 Contractor's Application Application Number: 10-FINAL Application Date. 4/1/2024 E F Total Completed % Balance to Finish Materials Presently and Stored to Date (F) (B - F) Stored (not m C) (f) I E) B $402.50 $19.950.00 $42.300.00 $230.00 $3.500.00 $1.530.00 $425.00 $17,822.70 96.7% $604.80 $7,875.00 100.0% $8,640.45 527.5% -$7.002.45 $288.75 100.0% $414.75 100.0% 9411.40 100.0% $L057.00 100.0% $91.40 133.3%-$22.85 $49.00 C-620 Change Order Totals $98,567.45 $36,601.45 S36,601A5 S36,601.45 37.1% Progress Estimate Change Order Number I 1 DELETIONS gor(contrac), 104269 2023 Asphalt Resurfacing Contract 1 Application Number: IApplica ion Period: 3/l /24-4/1/24 Application Date: A B C D E Item Delete Deletion Change Order Item Description Specification Unit of CO _rety to Unit Price Change Order Not Used Not Used Not Used Not Used Not Used No. Section No. Measure Value This document has been modified from its original f as an E1CDC document and the user did not highlight the modificatmns. You are encouraged to read the document carefully and consult Legal Counsel prior torts esecutmn. $61,966.00 Contractor's Application 10-FINAL 4/l/2024 F Not Used Not Used Not Used City of Fort Worth Summary of Charqes City Secretary Contract Num: I 58700 I 2023 Asphalt Resurfacing Contract 1 I P. D FW020-009070 Project Number: 104269 Application Period: I 3/1/24-4/1/24 I Application I 10-FINAL Application Date: 4/1/2024 Number: Funding Identification (FID) Original Contract 30100-0200431-5740010-104269-006280-9999 0 0 0 0 0 0 0 0 0 0 Change Order 30100-0200431-5740010-104269-006280-9999 0 0 0 0 0 0 0 0 0 0 Change Order 2 30100-0200431-5740010-104269-006280-9999 0 0 0 0 0 0 0 0 0 0 Change Order 3 30100-0200431-5740010-104269-006280-9999 Total Completed $1,572,041.42 $36,601.45 Amt Remaining $433,933.58 $61,966.00 Gross Retainage Net City of Fort Worth Summary of Charqes City Secretary Contract Num: I 58700 I 2023 Asphalt Resurfacing Contract 1 I P. D FW020-009070 Project Number: 104269 Application Period: I 3/1/24-4/1/24 I Application I 10-FINAL Application Date: 4/1/2024 Number: Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net 0 0 0 0 0 0 0 0 0 0 Change Order 4 30100-0200431-5740010-104269-006280-9999 0 0 0 0 0 0 0 0 0 0 Change Order 5 30100-0200431-5740010-104269-006280-9999 0 0 0 0 0 0 0 0 0 0 Change Order 6 30100-0200431-5740010-104269-006280-9999 0 0 City of Fort Worth Summary of Charqes City Secretary Contract Num: I 58700 I 2023 Asphalt Resurfacing Contract 1 I P. D FW020-009070 Project Number: 104269 Application Period: I 3/1/24-4/1/24 I Application I 10-FINAL Application Date: 4/1/2024 Number: Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net 0 0 0 0 0 0 0 0 Change Order 7 30100-0200431-5740010-104269-006280-9999 0 0 0 0 0 0 0 0 0 0 Change Order 8 30100-0200431-5740010-104269-006280-9999 0 0 0 0 0 0 0 0 0 0 Totals 30100-0200431-5740010-104269-006280-9999 $1,608,642.87 $495,899.58 0 0 0 0 0 0 0 0 0 0 City of Fort Worth Summary of Charqes City Secretary Contract Num: I 58700 I 2023 Asphalt Resurfacing Contract 1 I P. D: FW020-009070 Project Number: 104269 Application Period: I 3/1/24-4/1/24 I Application I 10-FINAL Application Date: 4/1/2024 Number: Funding Identification (FID) Total Completed Amt Remaining Gross Retainage Net Grand Total $1,608,642.87 $495,899.58 $0.00 1 ($80,432.14)1 1 $80,432.14 FORT WORTH Routing and Transmittal Slip Transportation and Public Works Department DOCUMENT TITLE: Change Order # 1 — 2023 Asphalt Resurfacing Contract 1 Ji `► IKi[1Ly1:167 Date: 0312812023 AE To: 1. J. Barry Clark (Contractor) 2. Curtis Hollingsworth (Inspector) 3. Iretomiwa Otuyelu (PM) 4. Omar Elbagalati (PgM) 5. Leon Wilson (Sr CPO) 6. Michael Owen (AD) 7. Lauren Prieur (Director) 8. Doug Black (A CA) 9. William Johnson (ACM) 10. Jannette Goodall (CSO) ;•��•�;:�LiI���Z•Z•I:�K•SI Department Initials Date Out Peachtree Construction LTD �,�/� ibdark(cDoeachtreecon.com zLL Mar 28, 2023 JBC TPW-Signature Mar 28, 2023 TPW-Signature ,s Mar 29,2023 TPW-Signature oP Mar29,2023 TPW-Reviewer Mar30,2023 TPW-Signature Mar30,2023 TPW-Signature Mar 30, 2023 LAW -Signature 'dot i Apr 3, 2023 CMO-Signature 4— Apr 3, 2023 CSO-Signature 4— Apr4,2023 DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes X No RUSH: ❑ Yes X No SAME DAY: ❑ Yes V No NEXT DAY: ❑ Yes X No ROUTING TO CSO: ❑ Yes ❑ No Action Reauired: ❑ As Requested ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please call Iretomiwa Otuvelu at ext. 6747 for pick up when completed. Thank you. CSC No. 58700-COI Fox_ T�W�oRTH , City of Fort Worth Change Order Request Project Name 2023 Asphalt Resurfacing Contract 1 I City Sec # I 58700 Client Project #(s)I 104269 Project Description Asphalt pulverization and overlay, repair of curb & gutter, driveways, sidewalks at various locations Contractor City Project Mgr.1 Peachtree Construction Ltd Iretomiwa Otuyelu Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Amount of Proposed Change Order Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) TPW $2,005,975.00 Change Order#I 1 1 Date 3/23/2023 City Inspector Curtis Hollingsworth Contract Time Totals (CD) $2,005,975.00 210 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 4.91 % MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST + 25%) $2,507,468.75 JUSTIFICATION (REASONS) FOR CHANGE ORDER This Change Order is to increase the scope of work in the Construction Contract 58700. The additional work will be performed at the following locations: Remove and replace driveways at 3851 and 3855 Clayton Rd Remove and replace driveway and sidewalk at 3437 W 5th St Asphalt transition repair at intersection of 7th Ave and W Terrell by Cook's Children Hospital Repair of curb, gutter and driveways at 1413 Sharondale St. This change order will add quantities to existing line items and introduce new line items to the contract. Prices for the new line items have been compared with prices from similar contracts and deemed to be reasonable. Staff also recommends the addition of 15 days to the contract duration. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incidental to, the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. ontractor's Company Name Contractor (Name) Contract Signature Date Peachtree Construction, Ltd. J. Barry Clark 4 615 11111- Mar28, 2023 Inspectodlnspection Supervisor Date Project and Contract Compliance Manager Date —i[ a �� a pr - Mar 28, 2023 M a r 29, 2023 Progra 0— r Date Mar29,2023 Senior Capital Project Officer ---1--y Date Mar30,2023 Assistant Director (Dept) Date Director Contracting Department (Dept) Date ?�'� �M►vlrei Mar 30,2023—•Z--_ 30 Mar30,2023 Assistant City Attorney Date san' i Man sis Date Apr 3, 2023 „ „ Apr 3, 2023 Council Actio M&C Number M&C Date Approved ATTEST: 4— A .A —0— Jannette Goodall, City Secretary FORT WORTH -- City of Fort Worth Change Order Additions Project Name 1 2023 Asphalt Resurfacing Contract 1 City Sec # 1 58700 Client Project# 1 104269 1 Contractor) Peachtree Construction Ltd I PMI Iretomiwa Otuyelu Inspectorl Curtis Hollingsworth Change Order Submittal # O1 Date 1 3/23/2023 ADDITIONS I I EM UESCRIP I ION UEP I City Unit Unit Cost I otal 1 2 0241.1300 REMOVE GONG CURB & GUTTER TPW 360.00000000 LF $1.15 $402.501 3 3216.0102 7' GONG CURB & GUTTER TPW 350.000OOOOU LF $57.00 $19,950.001 4 0241.0401 REMOVE & REPLACE 6' CONCRETE DRIVEWAY TPW 2,350.00000000 SF $18.00 $42,300.001 5 0241.0100 REMOVE SIDEWALK TPW 200.000OOOOU SF $1.15 230.001 6 3213.0301 4" CONCRETE SIDEWALK TPW 350.00000000 SF $10.00 $1600.001 17 3292.0100 BLOCK SOD REPLACEMENT TPW 90.00000000 SY $17.00 1,53U.001 23 3291.0100 TOPSOIL TPW 5.00000000 CY $85.00 425A01 30 MILL & OVERLAY TRANSITION TPW 1,950.000OOOOU SF $9.45 18,427.5U1 T,875.001 31 3349.5007 REMOVE & REPLACE 15' INLET TOP TPW 1.00000000 EA $7,875.00 32 3213.0322 4' GONG SIDEWALK WITH CURB AT THE BACK (6'-12") TPW 120.000OOOOU SF $13.65 1,638.001 33 3217.1010 Preformed Thermoplastic Markings - Legend Single Head Curve Arrows TPW 1.00000000 EA $288.75 288.751 34 3217.1011 Preformed Thermoplastic Contrast Markings -Legend Only TPW 1.00000000 EA $414.75 $414.751 35 3217.0201 8" SLD Pvmt Marking HAS (W) TPW 170.00000000 LF $2.42 $411.401 36 3217.4201 FIRE LANE MARKING TPW 175.000OOOOU LF $6.04 $1,U57.UU1 37 3217.2103 REFL Raised Marker TY II -A -A TPW 15.00000000 EA $4.5-1 $68.651 38 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk TPW 20.000OOOOU LF $2.45 $49.1.101 I I I I I I I I I I I I I I I I I I I I I I I I I I I TPW I I I I I I I I I I I I I I I I I I I I I I I I I I I $98,567.45 Sub Total Additions $98,567.45 Change Order Additions Page 2 of 4 ITEM FORT WORTH City of Fort Worth —"— Change Order Deletions Project Name 1 2023 Asphalt Resurfacing Contract 1 City Sec # 58700 Client Project # 1 104269 1 Contractorl Peachtree Construction Ltd PMI Iretomiwa Otuyelu Inspector) Curtis Hollingsworth Change Order Submittal # O1 Date 1 3/23/2023 DELETIONS DESCRIPTION DEPT Oty Unit Unit Cost Total I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I TF W $0.00 Sub Total Deletions $0.00 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co# DATE I AMOUNT Total I $0.00 I FORTWORTH. do TRANSPORTATION AND PUBLIC WORKS March 27, 2024 Peachtree Contruction 5801 Park Vista Circle Keller, TX RE: Acceptance Letter Project Name: 2023 Asphalt Resurfacing Contract 1 Project Type: Paving City Project No.: 104269 To Whom It May Concern: On February 2, 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 March 15, 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 March 15, 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 817- 392-6747. Sincerely, ____&0 Iretomiwa Ctuyelu (Apr 25, 202414:55 CDT) Iretomiwa Otuyelo, Project Manager Cc: Curtis Hollingsworth, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Mary Hanna P.E., Program Manager N/A, Consultant Peachtree Construction, Contractor N/A, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 Bond## 107709081 OWNER ARCHITECT ❑ CONTRACTOR ❑ SURETY OTHER ❑ PROJECT: 2023 Asphalt Resurfacing Contract 1 Project #104269 TO (Owner) City of Fort Worth ARCHi,rECT'S PROJECT NO. CONTRACT FOR: Construction CONfRACf DATE: November 29, 2022 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 SIJRE'rY COMPANY, on bond of Peachtree Construction, LTD. 5801 Park Vista Cir., Keller, TX 76248 ,CONTRACTOR, hereby approves of the Final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Sure& Company of any of its obligations to GYity 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 this 28 day of March 2024 Witness: f l' Linda K Edwards Sur ty Company Signature of Authorized Repre c nlative - Teresa Ayala Atty-in-Fact NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition 00438 12/00 ONE PAOL Travelers Casualty and Surety Company of America 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. �n. ,e RNC 'Jp�\Y .1Nd u`9 _y,VlVtgi_` rlhNiFOiii), I [/ ' >� GQIil, rl � a r State of Connecticut City of Hartford ss. By: l'G' 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 rlorner �`s 3 Anna P. Nowik, Notary Public �''a�4kpG� xS 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 exectted (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 Attorneys -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 28 day of March , 2024 ip•—"LLa`^!�j\ N � • tUgiFOfq� �i J rraurFor�o, = �� 6:IFY,3rKCl ��Cix2t. c cau GGG Kevin E. Hughes, AssiSecretary To verify the authenticity of this Power ofAttorney, please call us at 1-sOO-471-3880, Please refer to the above -named Attorney(s)-in-Factand the details of the bond to which this Power ofAttorney is attached. 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 Brendan Tavlor (name), Proiect Manager (title), 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 Citv of Fort Worth has been paid; and That there are no claims pending for personal injury and/or property damages; On Contract described as; 2023 Asphalt Resurfacing Contract 1 Subscribed and sworn before me on this 2(U' day of M(' ,20A Notary Ptyc in Tarrant County, Texas Janet Lynn Reiter My Commission Expires * 8/28/2027 , Notary ID130350671