Loading...
HomeMy WebLinkAboutContract 55106-FP1 City Secretary 55106 -FP1 Contract No. FORT WORTH, Date Received Jan 12,2022 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: BERKSHIRE MF PHASE I City Project No.: 102776 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $124,961.98 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: $124,961.98 -n C Jan 10,2022 Contractor Date Project Manager Title Moss Utilities, LLC Company Name C-14& Jan 10,2022 Project Inspector Date Pc' Jan 11,2022 Project Manager Date yanle scarlett Morales Jan 11 2022 Janie Scarlett Morales(Jan 11,2022 09:23 CST) CFA Manacier Date Dana Burghdoff(Jan 11,20 12:04 CST Jan 11,2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: BERKSHIRE MF PHASE I City Project No.: 102776 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 90 WD Days Charged: 139 Work Start Date: 4/22/2021 Work Complete Date: 12/17/2021 Completed number of Soil Lab Test: 211 Completed number of Water Test: 4 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BERKSHIRE ME PHASE I Contract Limits Project Type WATER&SEWER City Project Numbers 102776 DOE Number 2776 Estimate Number 1 Payment Number I For Period Ending 12/21/2021 WD City Secretary Contract Number Contract Time 99M Contract Date Days Charged to Date 139 Project Manager NA Contract is 100.00 Complete Contractor MOSS UTILITIES,LLC 18631 REMBRANDT TERRACE DALLAS, TX 75287 Inspectors GLOVER / WALKER Tuesday,December 21,2021 Page 1 of 4 City Project Numbers 102776 DOE Number 2776 Contract Name BERKSHIRE ME PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/21/2021 Project Funding WATER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 12"X8"TAPPING SLEEVE&VALVE 2 EA $6,413.00 $12,826.00 2 $12,826.00 2 12"X10"TAPPING SLEEVE&VALVE 1 EA $6,705.00 $6,705.00 1 $6,705.00 3 8"GATE VALVE 2 EA $1,302.00 $2,604.00 2 $2,604.00 4 10"GATE VALVE 1 EA $1,877.00 $1,877.00 1 $1,877.00 5 12"CUT-IN GATE VALVE 3 EA $2,358.00 $7,074.00 3 $7,074.00 6 CONNECTION TO EXISTING 4"-12"WATER 3 EA $1,000.00 $3,000.00 3 $3,000.00 MAIN 7 2"WATER SERVICE 1 EA $2,355.21 $2,355.21 1 $2,355.21 8 4"WATER METER AND VAULT 3 EA $12,062.00 $36,186.00 3 $36,186.00 9 4"DIP WATER 57 LF $50.00 $2,850.00 57 $2,850.00 10 8"WATER PIPE 66 LF $30.00 $1,980.00 66 $1,980.00 11 10"WATER PIPE 31 LF $44.00 $1,364.00 31 $1,364.00 12 DUCTILE IRON WATER FITTINGS 0.25 TN $12,000.00 $3,000.00 0.25 $3,000.00 W/RESTRAINT 13 TRENCH SAFETY 154 LF $0.28 $43.12 154 $43.12 Sub-Total of Previous Unit $81,864.33 $81,864.33 SEWER Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 8"SEWER PIPE 353 LF $51.85 $18,303.05 353 $18,303.05 2 4'MANHOLE 4 EA $4,838.00 $19,352.00 4 $19,352.00 3 MANHOLE VACUUM TESTING 5 LF $125.00 $625.00 5 $625.00 4 POST CCTV INSPECTION 353 LF $1.20 $423.60 353 $423.60 5 TRENCH WATER STOPS 5 EA $550.40 $2,752.00 5 $2,752.00 6 BLOCK SOD PLACEMENT 170 SY $5.00 $850.00 170 $850.00 7 TOPSOIL 85 CY $5.00 $425.00 85 $425.00 8 TRENCH SAFETY 367 LF $1.00 $367.00 367 $367.00 Sub-Total of Previous Unit $43,097.65 $43,097.65 -------------------------------------- Tuesday,December 21,2021 Page 2 of 4 City Project Numbers 102776 DOE Number 2776 Contract Name BERKSHIRE ME PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/21/2021 Project Funding Contract Information Summary Original Contract Amount $124,961.98 Change Orders Total Contract Price $124,961.98 Total Cost of Work Completed $124,961.98 Less %Retained $0.00 Net Earned $124,961.98 Earned This Period $124,961.98 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 $124,961.98 Tuesday,December 21,2021 Page 3 of 4 City Project Numbers 102776 DOE Number 2776 Contract Name BERKSHIRE ME PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/21/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER / WALKER Contract Date Contractor MOSS UTILITIES,LLC Contract Time 90 WD 18631 REMBRANDT TERRACE Days Charged to Date 139 WD 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 $124,961.98 Less %Retained $0.00 Net Earned $124,961.98 Earned This Period $124,961.98 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 $124,961.98 Tuesday,December 21,2021 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS December 17, 2021 MOSS UTILITIES LLC 3300 ROCK ISLAND ROAD IRVING,TEXAS 75060 RE: Acceptance Letter Project Name: BERKSHIRE MF PHASE 1 Project Type: WATER and SANITARY SEWER City Project No.: 102776 To Whom It May Concern: On December 3, 2021 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 December 17, 2021. 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 December 17, 2021,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- 392-2373. Sincerely, YOGESH PATEL, Project Manager Cc: EDDIE WALKER, Inspector MIKE GLOVER, Inspection Supervisor DANEIL ROY, Senior Inspector VICTOR TORNERO, Program Manager KIMLEY-HORN &ASSOCIATES.INC., Consultant MOSS UTILITIES LLC., Contractor PRESIDIUM GROUP, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 FORTWORTH TRANSPORTATION AND PUBLIC WORDS PIPE REPORT FOR: PROJECT NAME: BERKSHIRE MF PHASE 1 PROJECT NUMBER: 102776 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" PVC 66 PVC 10" PVC 31 FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF PVC 8" PVC 353 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS an,a� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 d (817)392-7941 •Fax: (817)392-7845 BILLS PAID AFFIDAVIT STATE OF TEXAS 0 0 COUNTY OF Dallas 0 BEFORE ME,the undersigned authority,on this day personally appeared 134-11hd0he ,known to me to be a credible person and officer of mou mh1e3 ,a Texas Corporation(hereinafter called "Contractor'),and who,being duly sworn,upon his oath declares and acknowledges as follows: I am the duly authorized agent for the said Contractor which has authorized me to make this affidavit and all of the recitations herein are true and correct. Pursuant to an agreement dated 02-11-2021 between Provident GC and Moss Utilities , Contractor has supplied materials and performed labor in connection with the construction of Improvements upon certain real property owned by the Owner in Tarrant County,Texas.Said Improvements are more particularly described as wet utilities in Fart Worth ,Texas(the"Improvements"). Contractor has actual knowledge that all bills owed by Contractor to others for materials supplied or labor performed in connection with the Improvements have been fully paid and satisfied except for contractual retainage as set out below.Contractor does further warrant that should any claim or lien be filed for material supplied or labor performed by virtue of Contractor's participation in the construction of said Improvements,Contractor will immediately furnish a bond pursuant to Texas Property Code, Sections 53.236 through 53.238, for release of each such lien,and obtain settlement of any such liens and furnish Owner written full release of such liens. Should Contractor be unable to obtain such release,Contractor agrees to fully indemnify and hold harmless the Owner for any and all costs they may incur by reason of such liens. EXCEPTIONS. The Contractor specifically excepts from this affidavit its right entitlement to payment of retainage in the amount of S 120,069 82 ,said retainage to be due and payable to Contractor upon City's acceptance of the Improvements and retainage to subcontractors to be paid by Contractor upon receipt from Owner. EXECUTED this 03 _day of Jan 12022 SUBSCRIBED AND SWORN TO BEFORE ME by the said Garrett Moss on this the 3 day of Jan 2022 ,to certify which witness my hand and seal of office. s o ary Public in and for the State of Texas My Commission ExpireS: 1210912025 GYP % JESSICA DFANN DAMS g. =Notary Public,State of Texas Comm.Expires 12-09-2025 m'l tO Notary lD 133482603 CTtaCtsurety ugAN�E Bond Number: 800080041 OWR CONSENT OF SURETY COMPANY A CHITECT ❑ TO FINAL PAYMENT CONTRACTOR p SURETY El OTHER PROJECT: CFA Number 20-0103-Water,Sewer,and Drainage Improvements to 27 Serve Berkshire MF-Phase I (name, address) TO (Owner) Berkshire 1 Venture LLC,and the City of Fort Worth ARCHITECT'S PROJECT NO. 3100 McKinnon Street,Suite 250.Dallas,TX,75201 CONTRACT FOR: CFA Number 20-0103-Water,Sewer,and &200 Texas St,Fort Worth,TX 76102,United States Drainage Improvements to 27 Serve Berkshire MF-Phase I CONTRACT DATE: CONTRACTOR: Moss Utilities,LLC. 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). Atlantic Specialty Insurance Company SURETY COMPANY, on bond of(here insert name and address of Contractor) Moss Utilities, LLC. Hereby approves of the final payment to the Contractor, and agrees that final payment to the Cont accttor shall notCTO R, relieve the Surety Company of any of its obligations to (here insert name and address of Owner) Berkshire 1 Venture LLC,and the City of Fort Worth As set forth in the said Surety Company's bond. OWNERS, IN WITNESS WHEREOF, the Surety has hereunto set its hand this 7th day of January 2022 Atlantic Specialty Insurance Company Surety Company . ti� Signatu Authorize epreser!#attve ATTEST: --,& Jordan Pitts,Attorney-In-Fact (Seal): Melissa L 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. 605 Highway 169 North,Suite 800 Plymouth, Minnesota, USA 55441 Web:intactspecialty.com/surety F-mail•surety@intactinsurance.com 1 intact INSURANCE I Power of Attorney KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: William D.Birdsong,Lloyd Ray Pitts Jr.,Jordan A.Pitts,each individually if there be more than one named,its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or Vice-president(each an"Authorized Officer")may execute for and in behalf of the Company any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company sea]thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in- Fact, Resolved: That the Attomey-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed tbis-twen.ty-seventh.day of April,2020. 111lh.,,,4 _ IN INgG99,,. SEAL m Y 1986 0 By STATE OF Ii1I}FINESOTA_ HENN$PlN COUNTY ' ,e y'w Yo WaAb-e Paul J.Brehm,Senior Vice President On this twenty-seventh_day of AprP,2020,before me personally came Paul J.Brehm,Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY,to me personally known to be the individual and officer described in and who executed the preceding instrument,and he acknowledged the execution of the same,and being by me duly sworn,that he is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. ALISON oWAN MASH•TROUT NOTARY PUBLIC•MINNESOTA My Commission Expires �C,m+ January 31,2025 Notary Public 1,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Bated 7th day of January 2022 a�v\VpRa�F9�5 cU. C)q 798W This Power of Attorney expires �— January 31, €a: Kara Barrow,Secretary Please direct bond verifications to sufetyi@iatactinsutance.com