Loading...
HomeMy WebLinkAboutContract 50806-FP4 City Secretary Contract No. 50806 -FP4 FORTWORTH. Date Received Mar17,2020 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: Lasater Ranch Phase 3 City Project No.: 101341 Improvement Type(s): ❑ Paving © Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $507,550.00 Amount of Approved Change Order(s): Revised Contract Amount: $507,550.00 Total Cost of Work Complete: $507,550.00 Mar 13,2020 Contractor Date President Title Moss Utilities,LLC Company Name #&AW C ItNalr Mar 13 2020 Manuel Chatman(Mar 13,2020) Project Inspector Date -PA.di Mar 16, 2020 Patrick) cklev(Mar16.2020) Project Manager Date Janie scarlet f Morales Mar 16 2020 Janie Srarlett Morales 16,2020)_ CFA Manager Date Mar 16 Dana Burghdoff(Mar 16,20 2020 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT.WORTH, TX Notice of Project Completion Project Name: Lasater Ranch Phase 3 City Project No.: 101341 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes 0 N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 180 CD Days Charged: 180 Work Start Date: 7/9/2018 Work Complete Date: 3/2/2020 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LASATER RANCH PHASE 3 Contract Limits Project Type DRAINAGE City Project Numbers 101341 DOE Number 1013 Estimate Number I Payment Number I For Period Ending 2/26/2020 CD City Secretary Contract Number 101341 Contract Time 181ED Contract Date 4/7/2018 Days Charged to Date 180 Project Manager NA Contract is 100.00 Complete Contractor MOSS UTILITIES,LLC 18631 REMBRANDT TERRACE DALLAS, TX 75287 Inspectors MILLER,W / POWERS Thursday,March 12,2020 Page I of 4 City Project Numbers 101341 DOE Number 1013 Contract Name LASATER RANCH PHASE 3 Estimate Number I Contract Limits Payment Number I Project Type DRAINAGE For Period Ending 2/26/2020 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 2 1"RCP CLASS I11 519 LF $48.00 $24,912.00 519 $24,912.00 2 24"RCP CLASS III 1127 LF $58.00 $65,366.00 1127 $65,366.00 3 30"RCP CLASS III 115 LF $73.00 $8,395.00 115 $8,395.00 4 33"RCP CLASS 111 500 LF $85.00 $42,500.00 500 $42,500.00 5 36"RCP CLASS lII 329 LF $104.00 $34,216.00 329 $34,216.00 6 42"RCP CLASS III 494 LF $137.00 $67,678.00 494 $67,678.00 7 6X4 BOX CULVERT 104 LF $335.00 $34,840.00 104 $34,840.00 8 10'CURB INLET 9 EA $4,700.00 $42,300.00 9 $42,300.00 9 10'CURB INLET WITH 32"LID OPENING& 2 EA $6,200.00 $12,400.00 2 $12,400.00 STEPS 10 IT CURB INLET WITH 32"LID OPENING& 1 EA $10,500.00 $10,500.00 1 $10,500.00 STEPS 11 TXT DROP INLET 1 EA $6,000.00 $6,000.00 1 $6,000.00 12 4'DROP INLET 1 EA $7,500.00 $7,500.00 1 $7,500.00 13 4'STORM JUNCTION BOX 4 EA $4,800.00 $19,200.00 4 $19,200.00 14 LARGE STONE RIP RAP GROUTED 421 SY $55.00 $23,155.00 421 $23,155.00 15 MULTIPLE BOX CULVERT HEADWALL 2 EA $22,000.00 $44,000.00 2 $44,000.00 16 24"SLOPED HEADWALL 2 EA $4,500.00 $9,000.00 2 $9,000.00 17 42"SLOPED HEADWALL 1 EA $7,900.00 $7,900.00 1 $7,900.00 18 24"TXDOT STD CONCRETE WINGWALLS 1 EA $4,600.00 $4,600.00 1 $4,600.00 19 TRENCH SAFETY 3188 LF $1.00 $3,188.00 3188 $3,188.00 20 CONNECT TO EXISTING 30"RCP 1 EA $1,500.00 $1,500.00 1 $1,500.00 21 CONNECT TO EXISTING 18"RCP 1 EA $1,400.00 $1,400.00 1 $1,400.00 22 SALVAGE ROCK RIP RAP 68 SY $20.00 $1,360.00 68 $1,360.00 23 PEDESTRIAN RAIL 220 LF $162,00 $35,640.00 220 $35,640.00 -------------------------------------- Sub-Total of Previous Unit $507,550.00 $507,550.00 -------------------------------------- Thursday,March 12,2020 Page 2 of 4 City Project Numbers 101341 DOE Number 1013 Contract Name LASATER RANCH PHASE 3 Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 2/26/2020 Project Funding Contract Information Summary Original Contract Amount $507,550.00 Change Orders Total Contract Price $507,550.00 Total Cost of Work Completed $507,550.00 Less %Retained $0.00 Net Earned $507,550.00 Earned This Period $507,550.00 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 $507,550.00 Thursday,March 12,2020 Page 3 of 4 City Project Numbers 101341 DOE Number 1013 Contract Name LASATER RANCH PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type DRAINAGE For Period Ending 2/26/2020 Project Funding Project Manager NA City Secretary Contract Number 101341 Inspectors MILLER,W / POWERS Contract Date 4/7/2018 Contractor MOSS UTILITIES,LLC Contract Time 180 CD 18631 REMBRANDT TERRACE Days Charged to Date 180 CD DALLAS, TX 75287 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 $507,550.00 Less %Retained $0.00 Net Earned $507,550.00 Earned This Period $507,550.00 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 $507,550.00 Thursday,March 12,2020 Page 4 of 4 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 full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Lasater Ranch Phase 3 -Project# 101341 BY "','00"""'oo'��4� S awn Lain Project Manager Subscribed and sworn before me on this date J-3-of rkvc h , ado 0. o Pu 1' Countyi�,�QS State R �OSPRYa ii CHR'ST 9 'ey1 Notary A�blRACHEELE tAZA F o State of Corn fRItV xpir as Notary tD @3 g 01-31 Tex2024 � 233,9389 M The Guarantee Company of North America USA GUARANTEE- One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 www.gcna.com Bond Number 75159311 OWNER ❑ CONSENT OF SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT CONTRACTOR ❑ SURETY ❑ OTHER ❑ PROJECT: Water,Sanitary Sewer,and Storm Drain Improvements for Lasater Ranch Phase 3 (name, address) TO(Owner Saginaw 104 Ltd. & City of Fort Worth ARCHITECT'S PROJECT NO. 3045 Lackland Road 200 Texas St. CONTRACT FOR: Water,Sanitary Sewer,and Storm Drain Fort Worth,TX 76116 Fort Worth,TX 76102 Improvements for Lasater Ranch Phase 3 CONTRACT DATE: CONTRACTOR: Moss Utilities,LLC 3300 Rock Island 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,M1 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 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) Saginaw 106,Ltd. &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 19th day of February 2020 The Guarantee Company of NA America USA Suret o l' Signature f Au orized 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 G707—Consent of Surety Company to Final Payment. THE The Guarantee Company of North America USA GUARANTEE" Southfield,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 all 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 9.03 of the By-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,or any 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 any time,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 Attorney-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 6th 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 seal when so used shall have the same force and effect as though manually affixed. a,rirege IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 2nd day of October,2015. THE GUARANTEE COMPANY OF NORTH AMERICA USA 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, a:^d 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 affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee r 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 - .�.••$* Acting in Oakland County 1 �Cliy�• 1,Randall Musselman,Secretary of THE GUARANTEE COMPANY 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. *GG, IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 19th day of February 2020 Randall Musselman,Secretary