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.