Loading...
HomeMy WebLinkAboutContract 59282-FP10FORT WORTH. -FP10 City Secretary Contract No. 59282 Date Received 12/2/2024 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: Cedarbrook Beltmill Phase 5 City Project No.: 104497 Improvement Type(s): ❑ Paving ❑ Drainage ❑ Street Lights x❑ Bridge Original Contract Price: $1,005,596.80 Amount of Approved Change Order(s): $15,172.50 Revised Contract Amount: $1,020,769.30 Total Cost of Work Complete: $1,020,769.30 Contractor PM Title Coppell Construction Company, Inc. Company Name (� U) Project Inspector Rave Tiwat'i Ram Ti—i (D- 2. 2024 08'53 CST) Project Manager � ,rn Rebecca Owen 11- 1, 202111. 2 CST) CFA Manager de.?,.:.— I dui to P-L, Dec Dec 2, 2024 12:13 CSI TPW Director Asst. City Manager Nov 26, 2024 Date Nov 28, 2024 Date Dec 2, 2024 Date Dec 2, 2024 Date Dec 2, 2024 Date Dec 2, 2024 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Cedarbrook Beltmill Phase 5 City Project No.: 104497 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 207 WD Days Charged: 207 WD Work Start Date: 7/10/2023 Work Complete Date: 9/11/2024 Completed number of Soil Lab Test: 809 Completed number of Water Test: 18 Page 2of2 FORT WO lT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CEDARBROOK-BELTMILL PHASE 5 Contract Limits Project Type BRIDE IMPROVEMENTS City Project Numbers 104497 DOE Number 4497 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date Project Manager NA Contractor COPPELL CONSTRUCTION CO., INC. P.O. BOX 620 Inspectors For Period Ending 9/11/2024 WD Contract Time 12VM Days Charged to Date 207 Contract is 100.00 Complete SAINT JO, TX 76265 M.GLOVER / EMALKER Thursday, September 26, 2024 Page 1 of 4 City Project Numbers 104497 DOE Number 4497 Contract Name CEDARBROOK-BELTMILL PHASE 5 Estimate Number I Contract Limits Payment Number I Project Type BRIDE IMPROVEMENTS For Period Ending 9/11/2024 Project Funding UNIT VI: BRIDGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I CEM STABIL BKFL 112 CY $368.00 $41,216.00 112 $41,216.00 2 DRILL SHAFT (36 IN) 208 LF $446.00 $92,768.00 208 $92,768.00 3 CL C CONC (ABUT)(HPC) 47.2 CY $1,514.00 $71,460.80 47.2 $71,460.80 4 CL C CONC (CAP) (HPC) 34.6 CY $1,284.00 $44,426.40 34.6 $44,426.40 5 CL C CONC (COLUMN) (HPC) 16 CY $1,926.00 $30,816.00 16 $30,816.00 6 REINF CONC SLAB (HPC) 7020 SF $30.50 $214,110.00 7020 $214,110.00 7 BRIDGE SIDEWALK (HPC) 3300 SF $13.50 $44,550.00 3300 $44,550.00 8 APPROACH SLAB (HPC) 70.8 CY $882.00 $62,445.60 70.8 $62,445.60 9 PRESTER CONC GIRDER (TX28) (CO#1) 0 LF $240.00 $0.00 0 $0.00 10 RIPRAP (STONE PROTECTION) 12 (IN) 288 CY $295.00 $84,960.00 288 $84,960.00 11 STR STEEL (MISC NON -BRIDGE) 364 LB $55.00 $20,020.00 364 $20,020.00 12 RAIL (TY C221) (HPC) 408 LF $178.00 $72,624.00 408 $72,624.00 13 SEALED EXPANSION JOINT (4 IN) (SEJ-B) 50 LF $240.00 $12,000.00 50 $12,000.00 14 PRESTR CONC GIRDER (TX28) (CO#1) 892.5 LF $257.00 $229,372.50 892.5 $229,372.50 Sub -Total of Previous Unit $1,020,769.30 $1,020,769.30 Thursday, September 26, 2024 Page 2 of 4 City Project Numbers 104497 Contract Name CEDARBROOK-BELTMILL PHASE 5 Contract Limits Project Type BRIDE IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 DOE Number 4497 Estimate Number I Payment Number I For Period Ending 9/11/2024 $1,005,596.80 $15,172.50 Total Contract Price $1,020,769.30 Total Cost of Work Completed $1,020,769.30 Less % Retained $0.00 Net Earned $1,020,769.30 Earned This Period $1,020,769.30 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 $1,020,769.30 Thursday, September 26, 2024 Page 3 of 4 City Project Numbers 104497 DOE Number 4497 Contract Name CEDARBROOK-BELTMILL PHASE 5 Estimate Number 1 Contract Limits Payment Number 1 Project Type BRIDE IMPROVEMENTS For Period Ending 9/11/2024 Project Funding Project Manager NA City Secretary Contract Number Inspectors M.GLOVER / E.WALKER Contract Date Contractor COPPELL CONSTRUCTION CO., INC. Contract Time 120 WD P.O. BOX 620 Days Charged to Date 207 WD SAINT 70 , TX 76265 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 $1,020,769.30 Less % Retained $0.00 Net Earned $1,020,769.30 Earned This Period $I,020,769.30 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 $1,020,769.30 Thursday, September 26, 2024 Page 4 of 4 REVIEWED By Andrew Goodman at 3:03 pm, Sep 25, 2023 IPROJECT NAME: I CONTRACT: ICFA # ICITY PROJECT # I DOE # I WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: IORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE (AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Cedarbrook Beltmill Phase 5 Water, Sewer, Pavinq, Drainage, Bridqe, and Street Liqhts CFA23-0007 I CITY PARTICIPATION: 104497 X-27582 30114-0200431-104497-EO7685 30114-0200431-104497-EO7685 W-2893 Eddie Walker Phone No: (469)-658-5100 Andrew Goodman Phone No: (817)-392-6251 WATER SEWER Developer Cost City Cost Developer Cost City Cost $1,196,238.00 $1,485,220.30 $1,196,238.00 $0.00 $1,485,220.30 $0.00 $1,196,238.00 $0.00 $1,485,220.30 $0.00 $1,196,238.00 $1,485,220.30 Dev. Cost: $6,423,086.60 21%* CONTRACT UNIT PAVING DRAINAGE STREET LIGHTS BRIDGE Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost Developer Cost City Cost $1,817,905.40 $649,657.50 $253,296.10 $1,005,596.80 $1,817,905.40 $0.00 $649,657.50 $0.00 $253,296.10 $0.00 $1,005,596.80 $0.00 $15,172.50 $1,817,905.40 $0.00 $649,657.50 $0.00 $253,296.10 $0.00 $1,020,769.30 $0.00 $1,817,905.40 $649,657.50 $253,296.10 $1,020,769.30 City Cost: $0.00 $6,423,086.60 CHANGE ORDER No: C01 CONTRACT DAYS 0 0 Revised: 10-12-2011 Page 1 REVIEWED J lBy Andrew Goodman at 3:03 pm, Sep 25, 2023 J You are directed to make the followinq changes in the contract documents: PAY ITEM # CITY BID ITEM # QUANTITY I UNIT I ITEM DESCRIPTION UNIT PRICE TOTAL IBRIDGE IMPROVEMENTS 9 9999.0028 1 -892.5 LF PRESTR CONC GIRDER (TX28) $240.00-$214,200.00 14* 9999.0028 892.5 LF PRESTR CONC GIRDER (TX28) $257.00 $229,372.50 TOTAL $15,172.50 REASONS FOR CHANGE ORDER Reducing the sizes of irrigation water services, revised water line lowerings, and bridge escalators. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Peloton Land Soluti s D.R. Horton Coppell Construction Company, Inc. By. ] �„ By: / By:� Name: Ben Raef, P.E. Name: cif T� /� ��+-��L Name: Shades bark Title: Project Manager, Associate Principal Tifle: D //I LAi,O _ Title: Exec. VP Revised: 10-12-2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 11, 2024 COPPELL CONSTRUCTION COMPANY ,INC. P.O. BOX 620. SAINT JO ,TEXAS 76265 RE: Acceptance Letter Project Name: CEDARBROOK-BELTMILL PHASE 5 Project Type: BRIDGE IMPROVEMENTS City Project No.: 104497 To Whom It May Concern: On June 17, 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 September 11, 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 September 11, 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- 392-2237. Sincerely, Ram Tiwat Ram Tiwari (Dec 2, 2024 08:53 CST) RAM TIWARI P.E., Project Manager Cc: EDDIE WALKER, Inspector MIKE GLOVER, Inspection Supervisor DAIEL ROY, Senior Inspector ANDREW GOODMAN, Program Manager PELETON LAND SOUTIONS, Consultant COPPELL CONSTRUCTION COMPANY,INC., Contractor D R HORTON TX,LTD, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF Texas COUNTY OF Montague Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Thomas O. Weger, President Of Coppell 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; Cedarbrook-Beltmill Phase V Subscribed and 'orn before me on this otary e Montague Texas Weger, President of October, 2024. �JY.�� SHADEN CLAAK :° Notary 1D #130569990 of My Commission Expires March 17, 2028 a CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (name, address) Cedarbrook-Beltmill Phase 5 Fort Worth, TX TO (Owner) OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No SU1194246 ID.R. HORTON - TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT N0: CFA No. 23-0007 WORTH CONTRACT FOR: 6751 North Freeway Bridge Improvements - Cedarbrook-Beltmill Phase 5 Fort Worth TX 76131 —J CONTRACT DATE: CONTRACTOR: COPPELL CONSTRUCTION CO., INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) ARCH INSURANCE COMPANY Harborside 3, 210 Hudson Street, Suite 300 Jersey City NJ 07311-1107 , SURETY COMPANY on bond of there insert name and address of Contractor) COPPELL CONSTRUCTION CO.. INC. 210 N. Broad Street St. Jo TX 76265 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) D.R. HORTON - TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 24th day of October, 2024 ARCH INSURANCE COMPANY Surety Company Attest: (Seal): !M�> Signature of Authorized Representative Robbi Morales Attorney -in -Fact - — - - Title NOTE: Thi& form is to brir used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition, ONE PAGE This Power ofAttornev limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Don E. Cornell, Joshua Saunders, Kelly A. Westbrook, Mikaela Peppers, Ricardo J. Reyna, Robbi Morales, Sophinie Hunter, Tina McEwan and Tonle Petranek of Dallas, TX (EACH) its true and lawful Attorney I s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding One Hundred Fifty Million Dollars ($150.000.000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersc% This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on August 31, 2022, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED_ That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors ofthe Company on August 31, 2tt22- VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary. and the signature of the Secretary, the seal of the Company. and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31, 2022, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In Testimony Whereof. the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 23' day of March, 2023. Attested and Cpeer��tifiedd"� f — �� Arch Insurance Company EA< Ran hutVA eg. Shulman, Secretary Stephen C. Ruschak, Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri. subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. s AAU EE TA1FOpI, Moary Public Ahki N111d910bcouMypodi, Notar ublic CERTIFICATION eion *X*u litaw My commission expires 07/31 /2025 I, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated March 23. 2023 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certtticatc and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the dul% elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 21" day of October 2024 RerA Shulman, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance— Surety Division 3 Parkway, Suite 1500 cJRtdR1t+►TE Q Philadelphia, PA 19102 SM 1!1'7'1 Ms�e� To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentic@arc insurance.com Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A.