Loading...
HomeMy WebLinkAboutContract 55552-FP1City Secretary 55552 FP1ContractNo. FORTWORTH. Date Received Jun 15,2022 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: Mercantile 615K City Project No.: 102942 Improvement Type(s): 0 Paving 0 Drainage 0 Street Lights Traffic Signals Original Contract Price: 367,846.53 Amount of Approved Change Order(s): Revised Contract Amount: 367,846.53 Total Cost of Work Complete: 367,846.53 294 Jun 13,2022 Tray Hardin(Jun 13,2022 14:08 CDT) Contractor Date Senior Project Manager Title Bob Moore Construction, Inc. Company Name ate ° Jun 13,2022 Project Inspector Date V-W, r05 CUT) Jun 13,2022 Project Manager Date yanie Scarlet&Morales Jun 14 2022JanieScarlettMorales(Jun 14,2022 14:06 CDT) CFA Manager Date Dana Burghdoff(Jun 14,20 15:35 CDT Jun 14,2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Mercantile 615K City Project No.: 102942 City's Attachments Final Pay Estimate IZI Change Order(s): □ Yes IZI N/A Contractor's Attachments Affidavit of Bills Paid1· Consent of Surety Statement of Contract Time Contract Time: 240 WD Work Start Date: 5/24/2021 Soil Lab Number of Tests: 148 Water Number of Tests: 21 Days Charged: 230 Work Complete Date: 6/3/2022 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MERCANTILE 615K SF BUILD TO SUIT Contract Limits Project Type DRAINAGE&PAVING&LIGHTING City Project Numbers 102942 DOE Number 2942 Estimate Number 1 Payment Number 1 For Period Ending 6/6/2022 WD City Secretary Contract Number Contract Time 24UTD Contract Date 4/14/2021 Days Charged to Date 230 Project Manager NA Contract is 100.00 Complete Contractor BOB MOORE CONSTRUCTION,INC. 1110 N WATSON ROAD ARLINGTON, TX 76011 Inspectors CORDOVA,R / MCDONALD,B Wednesday,June 8,2022 Page 1 of 5 City Project Numbers 102942 DOE Number 2942 Contract Name MERCANTILE 615K SF BUILD TO SUIT Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING&LIGHTING For Period Ending 6/6/2022 Project Funding UNIT III-DRAINAGE IMPROVEMENTS Item Estimated Estimated Completed CompletedDescriptionofItemsUnitUnitCost No. Quanity Total Quanity Total 1 10'CURB INLET 1 EA $6,636.00 $6,636.00 1 $6,636.00 2 SWPPP 1 ACRE 1 LS $850.00 $850.00 1 $850.00 3 24"RCP CLASS III 5 LF 172.00 $860.00 5 $860.00 Sub-Total of Previous Unit 8,346.00 8,346.00 UNIT IV:PAVING IMPROVEMENTS Item Estimated Estimated Completed CompletedDescriptionofItemsUnitUnitCost No. Quanity Total Quanity Total 1 REMOVE CONC PVMT 230 SY 18.14 $4,172.20 230 $4,172.20 2 REMOVE HEADWALL/SET 1 EA $15,000.00 $15,000.00 1 $15,000.00 3 4"CONC SIDEWALK 19000 SF 5.50 W4,500.00 19000 $104,500.00 4 10"CONC PVMT 3166 SY 41.24 W0,565.84 3166 $130,565.84 5 CONC PVMT REPAIR ARTERIAL/INDUSTRIAL 316 SY 41.24 $13,031.84 316 $13,031.84 6 4"BRK PVMT MARKING HAS(W) 2620 LF 1.20 $3,144.00 2620 $3,144.00 7 4"SLD PVMT MARKING HAS(Y)670 LF 1.20 $804.00 670 $804.00 8 24"SLD PVMT MARKING HAE(W)50 LF 11.00 $550.00 50 $550.00 9 TRAFFIC CONTROL 6 MO $1,091.67 $6,550.00 6 $6,550.00 10 UTILITY POLE RELOCATION 1 NS $4,500.00 $4,500.00 1 $4,500.00 Sub-Total of Previous Unit 282,817.88 282,817.88 UNIT V:STREET IMPROVEMENTS Item Estimated Estimated Completed CompletedDescriptionofItemsUnitUnitCost No. Quanity Total Quanity Total 1 2"CONDT PVC SCH 80(T) 980 LF 17.36 $17,012.80 980 $17,012.80 2 2"CONDT PVC SCH 80(B)75 LF 59.03 $4,427.25 75 $4,427.25 3 NO 2 INSULATED ELEC CONDR 2080 LF 4.19 $8,715.20 2080 $8,715.20 4 NO 6 INSULATED ELEC CONDR 1820 LF 1.93 $3,512.60 1820 $3,512.60 5 NO 8 INSULATED ELEC CONDR 1050 LF 1.76 $1,848.00 1050 $1,848.00 6 NO 10 INSULATED ELEC CONDR 650 LF 1.28 $832.00 650 $832.00 7 GROUND BOX TYPE B W/APRON 4 EA $760.00 $3,040.00 4 $3,040.00 8 FURNISH/INSTALL TYPE 33A ARM 5 EA $350.00 $1,750.00 5 $1,750.00 Wednesday,June 8,2022 Page 2 of 5 City Project Numbers 102942 DOE Number 2942 Contract Name MERCANTILE 615K SF BUILD TO SUIT Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING&LIGHTING For Period Ending 6/6/2022 Project Funding 9 RDWY ILLUM ASSMBLY TY 18,18A,19 AND D- 5 EA $2,732.00 $13,660.00 5 $13,660.00 10 RDWY ILLUM FOUNDATION TYP 3,5,6,AND 8 7 EA $1,718.86 $12,032.02 7 $12,032.02 11 FURNISH/INSTALL RDWAY ILLUM TY D-40-9T 2 EA $4,926.39 $9,852.78 2 $9,852.78 Sub-Total of Previous Unit 76,682.65 76,682.65 Wednesday,June 8,2022 Page 3 of 5 City Project Numbers 102942 DOE Number 2942 Contract Name MERCANTILE 615K SF BUILD TO SUIT Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING&LIGHTING For Period Ending 6/6/2022 Project Funding Contract Information Summary Original Contract Amount 367,846.53 Change Orders Total Contract Price 367,846.53 Total Cost of Work Completed $367,846.53 Less Retained 0.00 Net Earned $367,846.53 Earned This Period $367,846.53 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 $367,846.53 Wednesday,June 8,2022 Page 4 of 5 City Project Numbers 102942 DOE Number 2942 Contract Name MERCANTILE 615K SF BUILD TO SUIT Estimate Number I Contract Limits Payment Number 1 Project Type DRAINAGE&PAVING&LIGHTING For Period Ending 6/6/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / MCDONALD,B Contract Date 4/14/2021 Contractor BOB MOORE CONSTRUCTION,INC. Contract Time 240 WD 1110 N WATSON ROAD Days Charged to Date 230 WD ARLINGTON, TX 76011 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 $367,846.53 Less Retained 0.00 Net Earned $367,846.53 Earned This Period $367,846.53 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 367,846.53 Wednesday,June 8,2022 Page 5 of 5 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS June 6, 2022 Bob Moore Construction 3611 William D Tate Ave. Grapevine,TX. 76051 RE: Acceptance Letter Project Name: Mercantile 615 K Project Type: Paving City Project No.: 102942 To Whom It May Concern: On May 5, 2022 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 June 3, 2022. 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 June 3, 2022, 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- 392-2443. Sincerely, Patrick dey(JurA3,202216:05 CDT) Patrick Buckley, Project Manager Cc: Byron McDonald, Inspector Ronald Cordova, Inspection Supervisor Edward D'avila, Senior Inspector Victor Tornero, Program Manager Pacheco Koch, Consultant Bob Moore, Contractor ETMP Dallas I LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Tucker O'Neal, Vice President Of Bob Moore Construction, 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; MD 50 Pubilc Improvements project located at E. Long Avenue and N. Sylvania Avenue in Fort Worth, Texas. BY ucker O'Neal, Vice President Subscribed and sworn before me on this date 13th of June, 2022. 0,-o a A'a I o yY p BGc VALERIE C 77WAY Notary Public NOTARY PUBLIC STATE OF TEXAS Tarrant County, Texas q' ` Pi MY COMM.EXP.10/17/2022 FtE+ NOTARY IA#664420.E CONSENT OF OWNER SURETY COMPANY ARCHITECT TO FINAL PAYMENT CONTRACTOR x SURETY OTHER Bond #106952573 AIA DOCUMENT G707 PROJECT:MDC(XPO)—Mercantile Center Addition, Lot 3 Block 9 name, address) E Long Ave. &N.Sylvania Ave. Fort Worth,TX 76107 TO(Contractor) F Bob Moore Construction, Inc. 3611 William D.Tate Avenue CONTRACT AMOUNT:$755,861.00 Grapevine,TX 76051 L CONTRACT DATE: March 26,2021 OBLIGEE: ETMP Dallas I, LLC Attn: MCW Capital, LLC In accordance with the provisions of the Contract between the Contractor and the obligee as indicated above (here insert name and address of Surety Company) Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 SURETY COMPANY, on bond of(here insert name and address of Obligee) ETMP Dallas I, LLC Attn: MCW Capital, LLC 4934 Collinwood,Suite 113 Fort Worth,TX 76137 OBLIGEE, hereby approves of the final payment to the Obligee, and agrees that final payment to the Obligee shall not relieve the Surety Company of any of Its Obligations to(here insert name and address of Contractor) Bob Moore Construction, Inc. 1110 N.Watson Road Arlington,TX 76011 CONTRACTOR, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF,the Surety Company has hereunto set its hand this loth day of June,2022. Travelers Casualty and Surety Company of America Surety Company i ignatu fAuthorized Representative Attest: yt y-Seal c /—' — Paon Blanchard,Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,Current Edition AIA DOCUMENT G707•CONSENT OF SURETY COMPANY TO FINAL PAYMENT•APRIL 1970 EDITION•AIA@ ONE PAGE 1970•THE AMERICAN INSTITUTE OF ARCHITECTS.1735 NEW YORK AVE.,NW,WASHINGTON,D.C.20006 Travelers Casualty and Surety Company of America AAw Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the Companies"),and that the Companies do hereby make,constitute and appoint Payton Blanchard of FORT WORTH Texas their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. TA w 144Dp` o CO.. Y State of Connecticut By: City of Hartford ss. Robert L.RaneyclIsenior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. w©rnRr : My Commission expires the 30th day of June,2021 f ausLic ` Anna P. Nowik,Notary Public MYEC This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 10th day of June 2022 l`aMafbgtT` tTNN Aq4 a G9 COW 4 ry w'' i are 1" j" "'ram Kevin E. Hughes,Assi tant Secretary To verify the authenticity of this Power of Attorney,please call as at 1-800-421-3880. Please refer to the above-named Attorney4n-Fact and the details of the bond to which this Power of Attorney is attached.