Loading...
HomeMy WebLinkAboutContract 58515-FP2FORT WORTH -FP2 City Secretary Contract No. 58515 Date Received 10/18/2023 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: Basswood Landing City Project No.: 103976 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $1,139,711.95 Amount of Approved Change Order(s):-$97,967.00 Revised Contract Amount: $1,041,744.95 Total Cost of Work Complete: $1,041,744.95 Ryan Ramirez Oct 18, 2023 Rvan Ramirez (Oct 18.202315:08 CDT) Contractor Date Project Manager Title Moss Utilities Company Name ' Oct 18, 2023 Carlos Garda (Oct 18, 202315:09 CDT) Project Inspector Date C'J' 2w ,, P. �. Oct 18, 2023 Project Manager Date �^ Q Oct 187 2023 Rebecca Diane Owen (Oct 18.202315:43 CDT) CFA Manager Date Oct 18, 2023 Lauren Prieur (Oct 18, 2023 16:10 CDT) TPW Director Date G�Q� William Inhncnnr0 t19 90?7l1 lFMT) It Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Basswood Landing City Project No.: 103976 City's Attachments Final Pay Estimate x❑ Change Order(s): ❑x Yes ❑ N/A Pipe Report: x❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 270 WD Days Charged: 150 Work Start Date: 2/16/2023 Work Complete Date: 9/22/2023 Completed number of Soil Lab Test: 306 Completed number of Water Test: 13 Page 2of2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BASSWOOD LANDING Contract Limits Project Type WATER, SEWER & DRAINAGE IMPROVEMENTS City Project Numbers 103976 DOE Number 3976 Estimate Number 1 Payment Number 1 For Period Ending 9/22/2023 WD City Secretary Contract Number Contract Time 9WD Contract Date Days Charged to Date 150 Project Manager NA Contract is 100.00 Complete Contractor MOSS UTILITIES, LLC 18631 REMBRANDT TERRACE DALLAS , TX 75287 Inspectors G. DEYON / C. GARCIA Tuesday, October 17, 2023 Page 1 of 5 City Project Numbers 103976 DOE Number 3976 Contract Name BASSWOOD LANDING Estimate Number I Contract Limits Payment Number 1 Project Type WATER, SEWER & DRAINAGE IMPROVEMENTS For Period Ending 9/22/2023 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8" PVC WATER PIPE 1960 LF $62.00 $121,520.00 1960 $121,520.00 2 16" WATER PIPE 167 LF $382.00 $63,794.00 167 $63,794.00 3 8" GATE VALVE 9 EA $2,811.00 $25,299.00 9 $25,299.00 4 CONNECT TO EXISTING 4"-12" WATER MAIN 1 EA $2,177.00 $2,177.00 1 $2,177.00 5 CONNECT TO EXISTING 16" WATER MAIN 2 EA $17,545.50 $35,091.00 2 $35,091.00 6 1" WATER SERVICE 42 EA $1,603.93 $67,365.06 42 $67,365.06 7 1 1/2" WATER SERVICE l EA $3,616.00 $3,616.00 1 $3,616.00 8 FIRE HYDRANT 3 EA $8,290.83 $24,872.49 3 $24,872.49 9 DUCTILE IRON WATER FITTINGS W/ 3 TN $26,477.00 $79,431.00 3 $79,431.00 RESTRAINT 10 TRENCH SAFETY 2127 LF $2.00 $4,254.00 2127 $4,254.00 11 REMOVE 8" WATER VALVE 1 EA $4,659.00 $4,659.00 1 $4,659.00 Sub -Total of Previous Unit $432,078.55 $432,078.55 UNIT II: SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 12 8" SEWER PIPE (CO #3) 1829 LF $70.51 $128,962.79 1829 $128,962.79 13 24" CASING BY OTHER THAN OPEN CUT (CO 0 LF $859.50 $0.00 0 $0.00 #3) 14 4' MANHOLE (CO #3) 15 4" SEWER SERVICE 16 EPDXY MANHOLE LINER (CO #3 & #5) 17 T EXTRA DEPTH MANHOLE (CO #3) 18 IMPORTED EMBEDMENT/BACKFILL, CSS (CO #3) 19 TRENCH WATER STOPS 20 TRENCH SAFETY (CO #3) 21 PRE -CCTV INSPECTION (CO #2) 22 POST -CCTV INSPECTION (CO #3) 23 MANHOLE VACUUM TESTING (CO #3) 24 CONNECT TO EXISTING MANHOLE 18 EA $8,804.00 $158,472.00 18 $158,472.00 48 EA $1,532.00 $73,536.00 48 $73,536.00 101.6 VF $507.88 $51,600.61 101.6 $51,600.61 67 VF $250.00 $16,750.00 67 $16,750.00 68 CY $247.00 $16,796.00 68 $16,796.00 11 EA $2,080.00 $22,880.00 11 $22,880.00 2205 LF $2.00 $4,410.00 2205 $4,410.00 0 LF $15.00 $0.00 0 $0.00 2309 LF $4.00 $9,236.00 2309 $9,236.00 18 EA $150.00 $2,700.00 18 $2,700.00 1 EA $8,179.00 $8,179.00 1 $8,179.00 Tuesday, October 17, 2023 Page 2 of 5 City Project Numbers 103976 DOE Number 3976 Contract Name BASSWOOD LANDING Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER, SEWER & DRAINAGE IMPROVEMENTS For Period Ending 9/22/2023 Project Funding 38 20" CASING BY OTHER THAN OPEN CUT (CO 104 LF $822.00 $85,488.00 104 $85,488.00 #3) 39 8" DIP SEWER PIPE (CO #3) 104 LF $130.00 $13,520.00 104 $13,520.00 40 8" SDR 26 PVC SEWER PIPE (ASTM D2241) 153 LF $112.00 $17,136.00 153 $17,136.00 Sub -Total of Previous Unit $609,666.40 $609,666.40 Tuesday, October 17, 2023 Page 3 of 5 City Project Numbers 103976 Contract Name BASSWOOD LANDING Contract Limits Project Type WATER, SEWER & DRAINAGE IMPROVEMENTS Project Funding Contract Information Summary Original Contract Amount Chanhe Orders Change Order Number 2 Change Order Number 3 Change Order Number 5 Change Order Number DOE Number 3976 Estimate Number 1 Payment Number 1 For Period Ending 9/22/2023 $1,139,711.95 ($35,025.00) ($70,814.14) $7,872.14 Total Contract Price $1,041,744.95 Total Cost of Work Completed $1,041,744.95 Less % Retained $0.00 Net Earned $1,041,744.95 Earned This Period $1,041,744.95 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 $1,041,744.95 Tuesday, October 17, 2023 Page 4 of 5 City Project Numbers 103976 Contract Name BASSWOOD LANDING Contract Limits Project Type WATER, SEWER & DRAINAGE IMPROVEMENTS Project Funding Project Manager NA Inspectors G. DEYON / C. GARCIA Contractor MOSS UTILITIES, LLC 18631 REMBRANDT TERRACE DALLAS , TX 75287 DOE Number 3976 Estimate Number 1 Payment Number 1 For Period Ending 9/22/2023 City Secretary Contract Number Contract Date Contract Time 90 WD Days Charged to Date 150 WD 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 $1,041,744.95 Less % Retained $0.00 Net Earned $1,041,744.95 Earned This Period $1,041,744.95 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 $1,041,744.95 Tuesday, October 17, 2023 Page 5 of 5 REVIEWED 1 l By Andrew Goodman of 3:07pm, Mar 30, 2023 J DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Basswood Landing CHANGE CONTRACT: 58515 ORDER No: CFA # 22-0108 CITY PARTICIPATION: No CITY PROJECT # 103976 DOE # 1 WATER PROJECT # X-27266 SEWER PROJECT # I FILE # IW-2822 INSPECTOR: Carlos Garcia Phone No: 817-925-43841 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS Developer Developer Developer Developer Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost IORIGINAL CONTRACT $432,078.55 $707,633.40 $828,326.85 $447,492.20 $54,412.96 (EXTRAS TO DATE ICREDITS TO DATE I CONTRACT TO DATE $432,078.55 $0.00 $707,633.40 $0.00 $828,326.85 $0.00 I $447,492.20 I $0.00 I $54,412.96 $0.00 (AMOUNT OF PROP. CHANGE ORDER ($147,250.60) IREVISED CONTRACT AMOUNT I $432,078.55 $0.00 I $707,633.40 $0.00 I $681,076.25 $0.00 I $447,492.20 I $0.00 I $54,412.96 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $432,078.55 $707,633.40 $681,076.25 $447,492.20 $54,412.96 REVISED COST SHARE IDev. Cost: $2,322,693.36 City Cost: $0.00 TOTAL REVISED CONTRACT I $2,322,693.36 I (CONTRACT DAYS 90 90 90 Revised: 10-12-2011 Page 1 I REVIEWED ByAMrvwGoo . ].9lpm.M.,30.2W3 You are directed to make the following changes in the cmtract docum nts: PAY ITEM # CITY B9 ITEM QUANTITY UNIT � DES R,j ON UNIT PRICE TOTAL l 43 3213.0301 (18,292) SF 4" Concrete Sidewalk Ae�uce Contract) $8.05 ($147,250.60)J I I TOTAL REASONS FOR CHANGE ORDER Removal of lot sidewalks no longerbeing constructed with this contract. Sidewalks will be built as part of Builders contract. 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: Pelo��ton Land Solutions By. cs)t � Name: Amanda Mata. P.E. Title: Project Manaqer APPROVED: RSR-Basswood-Ger, LC� i By: �� J Name: Seth Carpenter Title: Vice President APPROVED: Jackson Construction. Ltd. By. Name: Troy L Jackson Title: President Revised: 10-12-2011 Page 2 REVIEWED By Aldmw Goodman of 10:07am, May 09, 202? DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAMF=,. Basswood Landinq CHANGE CONTRACT: (A) Water, Sewer and Drain a e, (B) Pavinq, (C) Street Lights ORDER No: CFA# 22-0108 CITY PARTICIPATION: NO CITY PROJECT # 103976 DOE'- 2 WATER PROJECT# X-27266 SEWER PROJECT # FILE # W-2322 INSPECTOR Carlos Garcia Phone No: 817-925-43841 PROJECT MANAGER Andrew Goodman Phone No: 817-392-6251 CONTRACT UNIT WATER SEWER I PAWING DRAINAGE STREET LIGHTS CONTRACT DevoloperCc CRYCgst DcA?IcperCost CRY Cost DevelonerCoJ CJtvCesi I DevaloporCostl CGyCost DevelocerCost CrtyCost I DAYS ORIGINAL CONTRACT S43Z07855 $707,0140 S828,326.85 I S447,492.20 I S54,4124G 90 EXTRAS TO DATE �CRED7S TO DATE I I s1a7 asn.6o I I I CONTRACT TODATE $432,078.55 SDAO I S707,G33,40 I *LQO I SG81,07G25 I M011 I S447,492.20 I ;0.00 I S54Ai2-S6 I S0.00 I 90 JAMDUNT OF PROP. CHANGE ORDER IS (35,025,00) I I I �REV�S�DCONjR��1'Ah10UNT S43207855 $0.00 S672608.40 If 50.00 I $G81,07625 I 50,00 $d47.49220 I _ so S54,41Z96 50.00 90 iO A R_�$E CTAMOUNT PER UNIT MZ07855 $672,608.40 I $681,076.Z5 $447A922U $W12.96 .^vMSED COST SHARE pov. Cosf: $2,237,668.36 (City Cost: TOTAL REVISED CONTRACT =87,668.36 Revised: 10-12-2011 Page 1 REVIEWED 1 lBy Andmw Goodman at 10:07 am, May 09, 2027 J You are directed to make the follrnving changes in the T ntract documentsCITY BID fiE PAY17EMm MQUANTITY UNIT L DESCRIPTION I UNIT PRICE I TOTAL UNITII: SANITARY SEWER [MPROVENJE, 21 3301.0001 I -2 335 LF ISre-� Inspection I $15.00 15 (35,025.00) TOTAL l is (35,025.00) REASONS FOR CHANGE ORDER Pre -CCTV inspection not needed NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER 15 RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER - RECOMMENDED: APPROVED: APPROVED: Pollott/on Land Solutions RSR-Basswood e , ;Noss Utilities, Z By: �I/- ct B BY Name: Amanda Mata. P.E. Name: Seth Carpenter Name: Garrett Moss Title: Proiect Manaqer Title: Vice President Title: President Revised: 10-12-2011 Page 2 PROJECT NAME: I CONTRACT: I CFA # CITY PROJECT # DOE # WATER PROJECT # SEWER PROJECT m FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Basswood Landinq (A) Water, Sewer and DrainaPe, (B) Pavinq, (C) Street Lights 22-0108 CITY PARTICIPATION:) NO 103976 IX-27266 I IW-2822 Carlos Garcia Phone No: 817-925-43841 Andrew Goodman Phone No: 817-392-6251 WATER SEWS Developer Cost rr)lYir4ii IDeveloporCost ORIGINAL CONTRACT $432.078.55 I 5707,633.40 EXTRAS TO DATE CREDITS TO DATE S35,025.00 CONTRACT TO DATE $432.078.55 I S0.00 S672,608A0 AMOUNT OF PROP. CHANGE ORDER I I S (70,814.14) TOTALR9VISE9REIS DCO�NTRAC AMOUNT] S Z076.55 50.00 $601,79426 REVIEWED By Andrew Goodman at 10:14 am, May 09, 2023 CHANGE ORDER No: 3 CONTRACT UNIT R PAVING DRAINAGE STREET LIGHTS LveloperCost CAY Cggt Developer Cost Clty goal Developer Cost Clty Cost CIV;p5t S828,326.85 I S447,492.20 12.96 $147,250.60 S0.00 S681.07625 I $0.00 S447,49220 ;9,09 ' S54,412.96 I ;y9.09 $0.00 I S681,076.25 $0.00 I S447,49220 S0.00 S54,412.96 $0.00 I PER UNIT S432,078.SS $601,794.26 REVISED COST SHARE IDev. Cost: $2,216,854.22 TOTAL REVISED CONTRACT $681.07625 JI S447,49220 I SS4.412.96 ICity Cos $2,216,854.22 I CONTRACT DAYS 90 I 90 90 Revised: 10-12-2011 Page 1 REVIEWED lBy Andrew Goodman at 10:14 am, May 09, 2023 You are direcled to make the followina changes in the ntract docume is ary BI❑ITEM ` PAY ITEM i T QUANTITY UNIT 9/sewer ESCRIPTION I UNIT PRICE TOTAL Ut� II: SANITARY SEWER IMPROVEM 1 12 3331.4115 -283 LF Pipe $70.51 S (19,954.33)1 13 3305.1104 -223 LF 24' Casino Other Than Open Cut $859.50 S (191,668.50) 14 3339.1001 1 EA 4' Manhole $8,804.00 $ 8,804.00 16 3339.0001 17.6 VF Epoxy Manhole Liner $507.88 S 8,938.69 17 3339.1003 7 VF 4' Exba Depth Manhole $250.00 $ 1.750.00 18 3305.0202 20 CY Imported � bedr�en ckflt. CSS $247,00 $ 4,940.00 20 33054109 I 93 LF French $ $2.00 $ 186.00 I 22 3301.0002 I -26 LF Post -CCTV Inspection $4.00 $ (104.00) I 23 3301.0101 I 1 I EA Manhole Vacuum Testinq S150.00 S 150.00 I 38 f 3305.1103 I 104 I LF I 20" Casin Byy Other Than Open Cut I $822.00 $ 85,488.00 39 I 3331.4119 I 104 I LF j 8�IP Sewer Pipe I $130.00 S 13,520.00 40 II 9999.0008 I 153 LF I 8" SDR 26 PVC Sewer Pipe � ASTM 02241) I S112.00 S 17,136.00 l l I I I I I TOTAL $ (70,814,14)1 REASONS FOR CHANGE ORDER Revised SSA alignment NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CRY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED. APPROVED: APPROVED: Peloton Land Solutions RSR-Basswood O r, Mass Utilities, L By. ey. By Name: Amanda Mata, P.E_ Name: Seth Carpenter Name: Garrett Mass Title: Project Manager Title: \rce President Title: Pm,:Irlant Revised: 10-12-2011 Page 2 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # WATER PROJECT# SEWER PROJECT# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Basswood Landing (A) Water, Sewer and Drainage, (B) Paving. (C) Street Lights 22-0108 CITY PARTICIPATION 103976 X-27266 W-2322 Carlos Garcia Phone No: Andrew Goodman Phone No: WATER Developer Cost City Cost ORIGINAL CONTRACT $432,078.55 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $432.078.55 $0.00 AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT $432,078.55 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $432,078.55 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER Developer Cost City Cost $707,633.40 $601,794.26 $0.00 $601,794.26 $0.00 $601,794.26 $2,305,952.37 CHANGE ORDER No: NO 4 817-925-43841 817-392-6251 REVIEWED lBy Andrew Goodman at 3:55 pm, Sep 20, 2023 CONTRACT UNIT PAVING DRAINAGE STREET LIGHTS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost $828.326.85 $447.492.20 $54,412-96 ...-,--,,.Gc,, $681,076-25 $0.00 $447,492.20 $0.00 $54,412.96 $0.00 $ 89,098.15 $770,174.40 $O.DO $447.492.20 $0.00 I $54,412.96 $0.00 $770.174.40 $447.492.20 I $54,412.96 (City Cost: $0.00 $2,305,952.37 I CONTRACT DAYS 90 90 90 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the ntract documents CITY BID ITEM PAY ITEM R R QUANTITY UNIT ITEM DESCRIPTION UNIT N: PAVING IMPROVEMENTS 38 0241.0100 -757 SF emove Sidewalk 40 3201.0614 269 SY Conc Pvmt Repair, Residential 43 3213.0301 -992 SF 4" Conc Sidewalk 45 3213.0501 2 EA Barrier Free Ram pP. Type R-1 48 3292.0100 450 SY H dromulch 49 3471.0001 -1 MO TraNc Control 57 3471.0001 1 MO Traffic Control (Basswood Blvd) TOTAL REVIEWED By Andrew Goodman at 3:55 pm, Sep 20, 2023 UNIT PRICE I TOTAL $5.00 $ (3.785.00)1 $193.75 S 52.118.751 $8.05 $ (7.985.60)1 $5,800.00 S 11.600.001 $1.00 S 450,001 $1.800.00 S (1,800.00)1 REASONS FOR CHANGE ORDER Revised SS -A argnment 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: Peloton Land Solutions By. Name: Amanda Mata, P.E. Title: Project Manaqer APPROVED: RSR-Basswootl0�e L Name:/ Seth Carpenter Title: Vice President APPROVED: Jackson Construction, Ltd. Name: Troy L Jackson Title: President $38,500.00 S 38.500.001 S 89,098.151 Revised: 10-12-2011 Page 2 REVIEWED l lBy Andrew Goodman at 3:56 pm, Sep 20, 2023 J DEVELOPER -AWARDED -PROJECT CHANGE ORDER IPROJECT NAME: Basswood Landing CHANGE CONTRACT: (A) Water, Sewer and Drainage, (B) Paving, (C) Street Lights ORDER No: ICFA# 22-0108 CITY PARTICIPATION:( NO CITY PROJECT # 103976 IDOE# 5 WATER PROJECT # X-27266 SEWER PROJECT # I IFILE # IW-2822 INSPECTOR: Carlos Garcia Phone No: 817-925-43841 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost ORIGINAL CONTRACT $432,078.55 $707,633.40 $828,326.85 $447,492.20 I $54,412.96 EXTRAS TO DATE $89,098.15 CREDITS TO DATE I $105,839.14 I $147,250.60 ICONTRACT TODATE I $432,078.55 I $0.00 $601,794.26 $0.00 I $770,174.40 $0.00 $447,492.20 $0.00 I $54,412.96 I $0.00 (AMOUNT OF PROP. CHANGE ORDER I I$ 7,872.141 I I I I IREVISED CONTRACT AMOUNT $432,078.55 I $0.00 I $609,666.40 I $0.00 I $770,174.40 I $0.00 $447,492.20 I $0.00 I $54,412.96 ( $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $432,078.55 $609,666.40 $770,174.40 $447,492.20 $54,412.96 REVISED COST SHARE Dev. Cost: $2,313,824.51 (City Cost: , .00 TOTAL REVISED CONTRACT $2,313,824.51 I CONTRACT DAYS I 90 90 90 Revised: 10-12-2011 Page 1 REVIEWED J lBy Andrew Goodman at 3:56 pm, Sep 20, 2023 J You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM UNIT II: SANITARY SEWER IMPROVEMENTS DESCRIPTION UNIT PRICE TOTAL 1 16 3339.0001 15.5 VF Epoxy Manhole Liner $507.88 $ 7,872.14 J � I TOTAL $ 7,872.14 REASONS FOR CHANGE ORDER Added epoxy liner to manholes. 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: Peloton Land Solutions By: Name: Amanda Mata, P.E. Title: Project Manager APPROVED: RSR-BasswgQd7w�ner—,� By: i Name: Seth Carpenter Title: Vice President APPROVED: ----Moss Utilities, LLC By: Name: Shawn Lain Title: Vice President Revised: 10-12-2011 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Basswood Landing CITY PROJECT NUMBER: CPN 103976 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 8 PVC 1960 C900 16 PVC 167 FIRE HYDRANTS: 3 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Taken uploaded to Accela NEW SERVICES: 1 Copper 42 EA 1 1/2 Copper 1 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8 PVC 1829 DIP 8 Ductile 104 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Taken uploaded to Accela NEW SERVICES: 4 PVC 48 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS October 16, 2023 Moss Utilities 3300 Rock Island Road Irving, Texas 75060 RE: Acceptance Letter Project Name: Basswood Landing Project Type: Water, Sanitary Sewer, Storm Drain City Project No.: 103976 To Whom It May Concern: On October 6, 2023 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 October 16, 2023. 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 October 16, 2023, 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- 392-6251. Sincerely, GJ,, Andrew Goodman, Project Manager Cc: Carlos Garcia, Inspector Gary Deyon, Inspection Supervisor Troy Gardner, Senior Inspector Victor V. Tornero, Program Manager Peloton, Consultant Moss Utilities, Contractor Republic Property Group, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 lAoloss Utiliti Republic Property Group 400 South Record Street, Suite 1200 Dallas, TX 75020 Reference: Warranty Letter Subject: Basswood Landing Moss Utilities, LLC entered into a contract with Republic Property Group on 2 22 2022 to provide the site utility work in connection with the Basswood Landing project in Fort Worth, TX. Moss Utilities, LLC shall remedy without cost to Republic Property Group any defects that may develop during a period of two vears on the work performed under the contract that is caused by defective or inferior materials or workmanship. After the two year warranty has expired there will be an additional three year warranty on Sanitary Sewer Line SS-D due to a sag. After the initial two year warranty expires the City of Fort Worth will be the sole owner of all Water and Sewer assets on this project. There for the City of Fort Worth Water Department will have the right to enforce and execute any and all warranty matters/issue with Moss Utilities. In closing, Moss Utility's is liable for any and all repairs or damages that occur due to the sag on Sanitary Sewer Line SS-D for a period of 5 years and ending on October 13, 2028. The City of Fort Worth does not anticipate any issues with Sanitary Sewer line SS-D during this warranty period. This period of two years begins at the date of substantial completion, 10/13/2023 Sincerely, Garrett J. Moss President Moss Utilities, LLC Moss Utilities, LLC —11050 Ables Lane, Dallas, TX 75229 — 214.265.6569 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Name, Title Of Company, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; Garrett Moss 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; Contract Description Basswood Landing President Name or Title Subscribed and sworn before me on this date Day of Month, Year. otary Public County State 7 Dallas, TX•(�: k;',r ate•., JESS CA DCANuo To �,_Notery Public. Slate o! LkH Emwst249-T026 Notery 1D 1334S2E03 CONSENT OF SURETY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 TO OWNER: (Name and address) Record Street -Basswood, LLC 400 S. Record Street, Suite 1200 Dallas, Texas 75202 PROJECT: (Name and address) Basswood - Ft. Worth Basswood and Robert Downing, Fort Worth, Texas 76131 Bond No: GSB5900088 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑X OTHER ❑ ARCHITECT'S PROJECT NO.: CONTRACTFOR: OCP: $1,009,633.00 FCP: $1,694,986.40 CONTRACT DATED:2/22/2022 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) The Gray Casualty & Surety Company P.O. Box 6202 Metairie, LA 70009 on bond of (Insert name and address of Contractor) Moss Utilities, LLC 11050 Ables Ln Dallas, TX 75229 ,SURETY, ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) Record Street -Basswood, LLC 400 S. Record Street, Suite 1200 Dallas, Texas 75202 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: October 18, 2023 (Insert in writing the month followed by the numeric date and year) Attest: +4 Ashlyn Simchik, Witness The Grav_ Casualty & Surety Comnanv (Surety) (Signature of authorized representatir� Sean McCauley, Jr, Attorney -in -Fact (Printed name and title) S-2134/GE 10101 XDP McCauley Bond Agency 10/ 18/2023 12:01 3576306015143 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY Bond Number: Project: Basswood - Ft Worth GENERAL POWER OF ATTORNEY Principal: Moss Utilities, LLC KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Sean McCauley, Jarrod Yost, Sarah Timmons Claudia Nunez, Ashlyn Simchik, and Bridget Truxillo of Dallas, Texas jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26'h day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 41h day of November, 2022. SEAL .0 By Michael T. Gray Cullen S. Piske a F SEAL President President The Gray Insurance Company The Gray Casualty & Surety Company State of Louisiana ss: Parish of Jefferson On this 41 day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed. of their companies. Leigh Anne hlenican 4��U Notary Public Notary I © No. 92653 q Leigh Anne Henican Orleans Parish, Louisiana Notary Public, Parish of Orleans State of Louisiana My Commission is for Life I, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 1 8th day of October , 2023 I, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company, do litreby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies,;�,ich is still in full force -and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 18th day i,�f October _ , 2623 SEAL SEAL V. Texas Department of Insurance Certificate No. 13623 Company No. 0 8— 0 9 5 7 6 5 t r Certificate of Authority THIS IS TO CERTIFY THAT 9 THE GRAY CASUALTY & SURETY COMPANY METAIRIE, LOUISIANA has complied with the laws of the State of Texas applicable thereto and is hereby authorized to transact the business of Fire; Allied Coverages; Inland Marine; Ocean Marine; Aircraft -- Liability & Physical Damage; Workers' Compensation & Employers' Liability; Employers' Liability; Automobile --Liability & Physical Damage; Liability other than Automobile; Fidelity & Surety; Glass; Burglary & Theft; Forgery; Boiler & Machinery and Reinsurance on all lines authorized to be written on a direct basis i insurance within the state of Texas. This Certificate of Authority shall be in full force and effect until it is revoked, canceled or suspended according to law. IN TESTIMONY WHEREOF, witness my hand and seal of office at Austin, Texas, this 9 t h day of June A.D. 2004 JOSE MONTEMAYOR CO MISSIONER OF NSURANC t BY Godwin Ol aechesi, Bircc for Company Licensing & Registration