Loading...
HomeMy WebLinkAboutContract 49962-FP2 City Secretary 49962 -FP2 r Contract FDTWOR17 a Date Received Mar 5,201.9 i Ir ' NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the follovring project as complete: Project Name: 17 Lakes Phase 4 City Project No.: 101054 Improvement Type(s ): 0 Paving 0 Drainage 0 Street Lights 0 Traffic Signals Original Contract Price: $1,105,110.00 Amount of Approved C (s): 0.00 Revised Contract Amount 1,100,490.00 Total Cost of WorkComplete: $1,100,490.00 ir,u r� G,avroaMms(Feb ,2G19) Feb 23,201 Contractor Date President Title Moss Utilities,LLC Company Name YI _n Feb2 ,2 1 Project Inspector Date a,prnc1i Feb 25,2019 5cnr76,;Ek n Date � � a Feb a2019 h1e�k if�rr.ro J� 7dbS.4?j ` GFA Manager Date 19w1k&L Feb 25 2019 Smi Alanis(kb 25,2019) Asst. City Manager Date fl, r J .. fel l Page 1 of 2 ,rtt Uw,'1„ xU�pU s P f' Notice of Project Completion Project Name: 17 Lakes Phase 4 City Project No.: 101064 i City's Attachments Final Pay Estimate Change Order(s): ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 65 WD Days Charged: 65 Work Start Date: 12/18/2017 Work Complete Date: 2/19/2019 f i r Page 2 of 2 k i r. r� City Project Numbers 101064 DOE Number 1764 Contract Name SEVENTEEN LAKES PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE For Period Ending 2/20/2019 li Project Funding Project Manager NA City Secretary Contract Number Inspectors GREGORY / FARGO Contract Date 8/22/2017 Contractor MOSS UTILMES,LLC Contract Time 65 W 18631 REM13RANDT TERRACE Days Charged to Date 65 W DALLAS, TX 75287 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded ;II Total Cost of Work Completed $1,100,490.00 Less %Retained $0.00 Net Earned $1,100,490.00 Earned This Period $1,100,490.00 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 $1,100,490.00 Friday,February 22,2019 Page 4 of 4 Y r FORT WORTH 1 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SEVENTEEN LAKES PHASE 4 Contract Limits Project Type DRAINAGE City Project Numbers 101064 DOE Number 1764 Estimate Number I Payment Number 1 For Period Ending 2/20/2019 W City Secretary Contract Number Contract Time 65W Contract Date 8/22/2017 Days Charged to Date 65 Project Manager NA Contract is 100.00 Complete Contractor MOSS UTILITIES,LLC 18631 REMBRANDT TERRACE DALLAS, TX 75287 Inspectors GREGORY / FARGO j i Friday,February 22,2019 Page 1 of 4 i City Project Numbers 101064 DOE Number 1764 Contract Name SEVENTEEN LAKES PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 2/20/2019 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 7X7 BOX CULVERT 1225 LF $475.00 5581,875.00 1225 $581,875.00 2 48"RCP CLASS 111 70 LF $185.00 $12,950.00 70 $12,950.00 3 42"RCP CLASS III 498 LF $160.00 $79,680.00 498 $79,680.00 4 36"RCP CLASS III 615 LF $130.00 $79,950.00 615 $79,950.00 5 30"RCP CLASS 111 30 LF $110.00 $3,300.00 30 $3,300.00 6 24"RCP CLASS111971 LF $72.00 $69,912.00 971 $69,912.00 7 21"RCP CLASS 111 680 LF $60.50 $41,140.00 680 $41,140.00 8 20'CURB INLET 2 EA $4,800.00 $9,600.00 2 $9,600.00 9 15'CURB INLET 11 EA $4,200.00 $46,200.00 11 $46,200.00 10 10'CURB INLET 9 EA $2,800.00 $25,200.00 9 $25,200.00 11 4'DROP INLET 2 EA $3,100.00 $6,200.00 2 $6,200.00 12 5'STORM JUNCTION BOX 4 EA $3,800.00 $15,200.00 4 $15,200.00 13 4'STORM JUNCTION BOX 3 EA $2,600.00 $7,800.00 3 $7,800.00 14 HEADWALL BOX CULVERT 40 CY $690.00 $27,600.00 40 $27,600.00 15 24"SET 1 PIPE I EA $1,900.00 $1,900.00 1 $1,900.00 16 21"SET I PIPE 1 EA $1,900.00 $1,900.00 1 $1,900.00 17 CONCRETE RIPRAP 282 SY $52.00 $14,664.00 282 $14,664.00 18• MEDIUM STONE RIPRAP DRY 214 SY $80.00 $17,120.00 214 $17,120.00 19 TRENCH SAFETY 4089 LF $1.00 $4,089.00 4089 $4,089.00 20 SWPPP 1 ACRE 1 LS $3,000.00 $3,000.00 1 $3,000.00 21 9'STORM JUNCTION BOX 2 EA $13,900.00 $27,800.00 2 $27,800.00 22 PEDESTRIAN RAIL TXDOT PRI 57 LF $130.00 $7,410.00 57 $7,410.00 24 POND OUTFALL STRUCTURE 1 LS $16,000.00 $16,000.00 1 $16,000.00 -------------------------------------- Sub-Total of Previous Unit $1,100,490.00 $1,100,490.00 -------------------------------------- Friday,February 22,2019 Page 2 of 4 City Project Numbers 101064 DOE Number 1764 Contract Name SEVENTEEN LAKES PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE For Period Ending 2/20/2019 Project Funding Contract Information Summary Original Contract Amount $1,105,110.00 Change Orders Change Order Number 2 ($4,620.00) Total Contract Price $1,100,490.00 Total Cost of Work Completed $1,100,490.00 Less %Retained $0.00 Net Earned $1,100,490.00 Earned This Period $1,100,490.00 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $1,100,490.00 Friday,February 22,2019 Page 3 of 4 i' r m a � A ; zr- m 57 0 �8 '. o 0T ° 0 m z0 ° A o z y � rn m mm mm i m o rA. rr� T p Om p O A 0 —{ -0 M Q .�.� 5 .v o o O c� N .� Gn m O O y :t7 TI m -i z o < o m o �b o y m m D *- _ 0 D w A 77 A A i z `m m —I G rn c z i A m 0. A i n z z n c m z O m 0 i :G1 m z M i 4 (31. Z O O fD OW W W N CFI co O GSI CO @ f^ to ao w w A V 0) =$@ =$ GF `2 O O CD d r i W W US O d o m co 0 o co w GD LB m W N 9 w f+.1 O O O N Fq a Y /,/�rJ / /,, �mJ X00 &A,f i l��'' O = e+ «(gyp/ r°i /N / tT CD CD f 7 to t, z z 0 o n 0 3T t^ w w w A O p i w e � z w w w Z O Im m W z t7 Z O NOW,, r/o� /11 � iJiJ/o ?J v z IR < o ✓/HOW o O O O A / fi f r �1/ I� W✓j O IN j p rni 1SL ') / G! ° �Q o gly %�1irjlO 111 fir//, n 0 0 o jZ, A i -a DF a O yy C A �d n o Z m SSi� �c a� z a � o v $' v � a y R 0 So O � I � Y �a � g AFFIDAVIT STATE OF TX COUNTY OF Tarrant Before me,the undersigned authority,a notary public in the state and county aforesaid,on this day personally appeared Shawn Lain, Project Manager Of Moss Utilities, LLC,known to me to be a credible person, who being by me duly sworn,upon his oath deposed and said; That all persons, firms,associations,corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in fiffl; That there are no claims pending for personal injury and/or property damages; On Contract described as; Seventeen Lakes Phase 4 Project# 101064 BY Shawn ain Project Manager Subscribed and sworn before me on this date lolkf alam 1441-- LAURA STANFIELD Notary PuWic g Notary Pubkc,State Of Texas W'.g=Comrn.Expires 05-17-20,]200' �e;� County. Carr State:[t�J-Z ,,1,,V' Notary 0 10994276 The Guarantee Company of North America USA GUARAWIF One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 www.gcna.com Bond Number 75150599 OWNER 171 CONSENT OF SURETY COMPANY ARCHITECT 171 TO FINAL PAYMENT CONTRACTOR 171 SURETY 171 OTHER El PROJECT- .Water,Sewer,Paving,Drainage and Street Light Improvements to Serve:SEVENTEEN LAKES,PHASE 4 (name, address) TO(Owner) 17FW 1I Limited Partnership ARCHITECTS PROJECT NO. 218 West Wall Street,Grapevine,Texas 76051 CONTRACT FOR: W11",$—Pull%D-i-20-W Sld UZM Iwwn=K w sg ; &City of Fort Worth 200 Tcxas SL Fort Worth,TX 76,102 SEVENTEEN LAKES,PHASE 4 CONTRACT DATE: CONTRACTOR: Moss Utilities,LLC 3300 Rock lsland,Rd.,Irving,TX 75060 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 as it appears in the bond). The Guarantee Company of North America USA One Towne,Square#1470 Southfield,,Ml 48076.. SURETY COMPANY, on bond of(here insert name and address of Contractor) Moss Utilities,LLC CONTRACTOR, Hereby approves of the final payment to the Contractor,and agreesthiaffinal payment to the Contractor shall not relieve the Surety Company of any of its obligations to(here insert name and nd address of Owner) 17FW I I Limited Partnership&City of Fort Worth OWNERS, As set forth in the said Surety Company's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand this 7th day of December 2018 The Guarantee Company of NAmerica USA Sur I Z�........... Signature of Authorized Representative ATTEST: Lloyd Ray,Pitts Jr Attorney-In-Fact (Seal): Melissa Pitts,Bond Secretary Title The language In this document confirms exactly to the language used in AIA Document G,707'—Consent of Surety Company to Final Payment, THE The Guarantee Company of North America USA. 1WGUTEE" baa, ed,Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH"AMERICA"USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in' Southfield,Michigan,does hereby constitute and appoint Lloyd.Ray Pitts,Jr.,William D.Birdsong Pitts Fennell and Associates,LLC dba Pitts Birdsong Fennell&Associates its true.and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings;contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule;regulation,contract or otherwise: The execution of such instrument(s)in pursuance of these presents,shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to ail intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section of the 13y-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31"day of December,2003. The President,orany Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof,and 2. To revoke,at anytime,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the;Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 8th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the;seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,contracts of indemnity and other writings obligatory In the nature thereof,and such signature and neat when so used shall have the same force and effect as though manually affixed. T$ac IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and -k its corporate seal to be affixed by its authorized officer,this 2"°day of October,2015. 4 THE GUARANTEE COMPANY OF NORTH AMERICA USA nue STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this.2nd day of October,2015 before me came the individuals who executed the preceding instrument,to me personally known,.and being by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company-of North America USA,that the seal°afEixedlo said. instrument is the CorporateSealof said Company;that the Corporate.Seal and each signature were duly affixed by order of the.Bowra of.Directors of Cynthia A. Takai IN WITNESS WHEREOF,;I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offices the day and year above written. County of Oakland My Commission Expires February;27,2018 is Acting in Oakland County 64 1,Randall Musselman,Secretary,of THE GUARANTEE OMPANY'OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA;which Is still in full force and effect +er IN WITNESS WHEREOF,I have thereunto set my hand and attached the seat of said Company this 7th day of December 2018 ""` Randall Musselman,Secretary