Loading...
HomeMy WebLinkAboutContract 49962-FP4 City Secretary Contract No. 49962 -FP4 FORT WDRTHO-, Date Received Mar5,2019 R�CeNED MAR ,1Z ft , Q C111'OFFpRTq I- 1 �-7 RV 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: 17 Lakes Phase 4 City Project No.: 101064 Improvement Type(s): ® Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $1,173,538.90 Amount of Approved Change Order(s): Revised Contract Amount: $1,173,538.90 Total Cost of Work Complete: $1,173,538.90 n r T�rin r. Feb 25, 2019 Contractor Date Vice President Title Mario Sinacola & Sons Excavating, Inc. Company Name .,,Feb 25,2019 Feb 25 2019 Project Inspector Date Aaron Long Aaron Lo-ng(P02Y2019) Feb 25,2019 Pro'ect Manager Date 1 Scarlett Morales(Feb 25,2019) Feb 25,2019 CFA Manager Date `�GdfGl�1 � Feb 25 2019 Susan Alanis(Feb 25,2019) , Asst. City Manager Date OFFICIAL RECORD MITI(ggCRIITARY Page 1 of 2 FT.WORTH,TX Notice of Project Completion Project Name: 17 Lakes Phase 4 City Project No.: 101064 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 45 WD Days Charged: 45 Work Start Date: 12/18/2017 Work Complete Date: 2/19/2019 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SEVENTEEN LAKES PHASE 4 Contract Limits Project Type PAVING City Project Numbers 101064 DOE Number 1767 Estimate Number 1 Payment Number 1 For Period Ending 2/20/2019 W City Secretary Contract Number 2101064 Contract Time 4N Contract Date 10/13/2017 Days Charged to Date 45 Project Manager NA Contract is 100.00 Complete Contractor MARIO SINACOLA&SONS EXCAVATING 10905 RESEARCH RD FRISCO, TX 75033 Inspectors GREGORY / FARGO Friday,February 22,2019 Page 1 of 4 E,4 '✓' City Project Numbers 101064 DOE Number 1767 Contract Name SEVENTEEN LAKES PHASE 4 Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 2/20/2019 Project Funding UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6'CONC PVMT 29953 SY $31.00 $928,543.00 29953 $928,543.00 2 6"LIME TREATMENT 31883 SY $3.00 $95,649.00 31883 $95,649.00 3 HYRATED LIME 479 TN $145.00 $69,455.00 479 $69,455.00 4 4"CONC SIDEWALK 4953 SF $5.00 $24,765.00 4953 $24,765.00 5 BARRIER FREE RAMP TYPE R-1 20 EA $1,525.00 $30,500.00 20 $30,500.00 6 BARRIER FREE RAMP TYPE M-2 3 EA $1,525.00 $4,575.00 3 $4,575.00 7 MANHOLE ADJUSTMENT MINOR 38 EA $250.00 $9,500.00 38 $9,500.00 8 END OF ROAD BARRICADE 1 EA $1,300.00 $1,300.00 1 $1,300.00 9 MISC TRAFFIC SIGNS/BLADE SIGNS W/POSTS 1 LS $9,251.90 $9,251.90 1 $9,251.90 -------------------------------------- Sub-Total of Previous Unit $1,173,538.90 $1,173,538.90 -------------------------------------- Friday,February 22,2019 Page 2 of 4 City Project Numbers 101064 DOE Number 1767 Contract Name SEVENTEEN LAKES PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 2/20/2019 Project Funding Contract Information Summary Original Contract Amount $1,173,538.90 Change Orders I i I Total Contract Price $1,173,538.90 I Total Cost of Work Completed $1,173,538.90 Less %Retained $0.00 Net Earned $1,173,538.90 Earned This Period $1,173,538.90 Retainage This Period $0.00 it I 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 $1,173,538.90 4 I'. L I, IIS i� Friday,Febniary 22,2019 Page 3 of 4 it I City Project Numbers 101064 DOE Number 1767 Contract Name SEVENTEEN LAKES PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/20/2019 Project Funding Project Manager NA City Secretary Contract Number 2101064 Inspectors GREGORY / FARGO Contract Date 10/13/2017 Contractor MARIO SINACOLA&SONS EXCAVATING Contract Time 45 W 10905 RESEARCH RD Days Charged to Date 45 W FRISCO, TX 75033 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 $1,173,538.90 Less %Retained $0.00 Net Earned $1,173,538.90 Earned This Period $1,173,538.90 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 $1,173,538.90 Friday,February 22,2019 Page 4 of 4 I i J i I BILLS PAID AFFIDAVIT FOR CONTRACTOR State of Texas § County of Collin § BEFORE ME, the undersigned authority, on this day personally appeared Les Foster, known to me to be a credible person and officer of Mario Sinacola& Sons Excavating,Inc. and who,being duly sworn,upon his oath declares and acknowledges as follows: 1. I am a duly authorized agent of Mario Sinacola & Sons Excavating_ Inc., which has authorized me to make this affidavit, and all of the recitations herein are true and correct. 2. Pursuant to Public Development Contract No. 101064 between City of Fort Worth, and Mario Sinacola & Sons Excavating, Inc. has supplied materials and performed labor in connection with the construction of improvements on real property owned by City of Fort Worth for Seventeen Lakes Ph 4 in the City of Ft. Worth. ("the improvements"). 3. Mario Sinacola & Sons Excavating, Inc. has actual knowledge that all bills owed by (Developer/Owner) to Mario Sinacola & Sons Excavating, Inc. for materials supplied or labor performed in connection with the improvements have been fully paid and satisfied. 4. Mario Sinacola& Sons Excavating, Inc. 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. 5. Mario Sinacola& Sons Excavating,Inc. has actual knowledge that there are no claims or liens for materials supplied or labor performed in connection with the Public Development Contract. 6. Mario Sinacola& Sons Excavating_Inc. further warrants that should any claim or lien be filed for material supplied or labor performed in connection with the Public Development Contract, (Contractor) will immediately furnish a bond pursuant to Texas Property Code Sections 53.236 through 53.238 for release of each the claim or lien, obtain settlement of any claim or lien, and furnish the City of Fort Worth written full release. Mario Sinacola & Sons Excavating Inc_, agrees to fully indemnify and hold harmless the City of Ft. Worth, from any and all costs that may occur by reason of such claims or liens. EXECUTED this 25'h of February,2019. Mario S�41agala& avating,Inc. By N : Les Foster TITLE: Vice President STATE OF TEXAS COUNTY OF COLLIN This instrument was acknowledged before me on February 25,2019,by Les Foster,Vice President of Mario Sinacola& Sons Excavating,Inc a Michim corporation, on behalf of said corporation. dwz 10-4 1 Ix [NOTARY PUBLIC A IVAN VASQUEZ Ivan Vasquez,NOT Y Pt&fDIC i+=Notary Public,State of Texas 9• +ec Comm. Expires 05-12-2021 Notary ID 12878401-0 EMERSON - PREW 30600 TELEGRAPH ROAD SUITE 3110 BINGHAM FARMS,MICHIGAN 48025 PHONE 248-642-5900 FAX 248-642-2310 _qi2 is ta ncF- February 25,2019 City of Fort Worth and 1000 Throckmorton Fort Worth,TX 76102 RE: Mario Sinacola& Sons Excavating, Inc. Bond No. 106798596 Seventeen Lakes, Phase 4 Fort Worth,TX Gentlemen: As Surety on the Performance &Payment Bond#106798596 in the penal sum of $1,173,538.90,guaranteeing performance of the above described contract, we hereby consent to the release of final payment to the contractor. TRAVELERS CASUALTY&SURETY COMPANY OF AMERICA I - B Y KATHLEEN M. McCANN,Atto ey-in-Fact cc: Mario Sinacola& Sons Excavating, Inc. cc: Travelers Casualty& Surety Company of America Mkhipn AssocWinn ®q Inviranm Ag=0 Travelers Casualty and Surety Company of America A4W. 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 Kathleen M.McCann of BINGHAM FARMS Michigan , their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognlzances. 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 theircorporate seals to be hereto affixed,this 3rd day of February, 2017. i rrNii/OID, ej%* COW State of Connecticut By' City of Hartford ss. Robert L.Raney.Se or Vice President On this the 3rd day of February,2017,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 the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal a My Commission expires the 30th day of June,2021 mOJuJ4 C #�* Mane C Tetreault.Notary Public 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 Atiomeys-in-Fact and Agents to ad 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 seated 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 Attomeys-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 25th day of February 12019 Kevin E.Hughes Assi tant Secretary To verify the authenticity of this Powerof Attorney,please call us at1-800-421-3880 Please referto the above-named Attorney-fn-fact and the details of the bond to which the power Is attached.