Loading...
HomeMy WebLinkAboutContract 52339-FP1 City Secretary 52339 -FP1 Contract No. FORTWORTH., Date Received Apr 28, 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: PIONEER POINT PH 1 City Project No.: 101910 Improvement Type(s): Water ® Sewer Original Contract Price: $1,286,635.70 Amount of Approved Change Order(s): $4,840.00 Revised Contract Amount: Total Cost of Work Complete: $1,291,475.70 Gb2�t G � Apr 27, 2020 Alberti .5(Apr27,2 0) Contractor Date Contract Manager Title Burnsco Construction, Inc. Company Name Apr 28, 2020 Brian McGill(Apr 2,2020) Project Inspector Date Patrick Buckley(Apr28,2020) Apr 28, 2020 Project Manager Date Layi2L2wxs Apr 28, 2020 Laurie Lewis(Apr 28,2020) CFA Manager Date nww'!�M by Apr 28, 2020 Dana Burghdoff(A6r28,2do Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: PIONEER POINT PH 1 City Project No.: 101910 City's Attachments Final Pay Estimate Change Order(s): ® Yes ❑ N/A Pipe Report: ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 145 CD Days Charged: 310 Work Start Date: 6/7/2019 Work Complete Date: 4/21/2020 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PIONEER POINT PH 1 Contract Limits Project Type WATER&SEWER City Project Numbers 101910 DOE Number 1910 Estimate Number 1 Payment Number 1 For Period Ending 4/21/2020 CD City Secretary Contract Number Contract Time 14ED Contract Date Days Charged to Date 310 Project Manager NA Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION,INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors OWEN / MCGILL Wednesday,April 22,2020 Page 1 of 5 City Project Numbers 101910 DOE Number 1910 Contract Name PIONEER POINT PH 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/21/2020 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8"WATER PIPE 7002 LF $22.30 $156,144.60 7002 $156,144.60 2 12"WATER PIPE 1173 LF $41.40 $48,562.20 1173 $48,562.20 3 24"WATER PIPE 1600 LF $107.00 $171,200.00 1600 $171,200.00 4 CSS ENCASEMENT FOR UTILITY PIPES 92 LF $15.00 $1,380.00 92 $1,380.00 5 1"WATER SERVICE 178 EA $880.00 $156,640.00 178 $156,640.00 6 1 1/2"WATER SERVICE 3 EA $1,200.00 $3,600.00 3 $3,600.00 7 8"GATE VALVE 20 EA $1,230.00 $24,600.00 20 $24,600.00 8 12"GATE VALVE 6 EA $2,200.00 $13,200.00 6 $13,200.00 9 24"GATE VALVE W/VAULT 1 EA $29,000.00 $29,000.00 1 $29,000.00 10 FIRE HYDRANT 8 EA $4,350.00 $34,800.00 8 $34,800.00 11 DUCTILE IRON WATER FITTINGS 8 TN $7,140.00 $57,120.00 8 $57,120.00 W/RESTRAINT 12 12"WATERLINE LOWERING 1 EA $9,600.00 $9,600.00 1 $9,600.00 13 TRENCH SAFETY 9775 LF $0.10 $977.50 9775 $977.50 14 4"-12"PRESSURE PLUG 6 EA $130.00 $780.00 6 $780.00 15 MISC STRUCTURE ADJUSTMENT 2 EA $500.00 $1,000.00 2 $1,000.00 16 CONC PVMT REPAIR 30 SY $135.00 $4,050.00 30 $4,050.00 21 TRAFFIC CONTROL 1 MO $1,500.00 $1,500.00 1 $1,500.00 -------------------------------------- Sub-Total of Previous Unit $714,154.30 $714,154.30 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8"SEWER PIPE 6737 LF $40.00 $269,480.00 6737 $269,480.00 2 8"SEWER PIPE,AWWA C90 164 LF $43.00 $7,052.00 164 $7,052.00 3 8"SEWER PIPE,CLSM BACKFILL 105 LF $169.00 $17,745.00 105 $17,745.00 4 4'MANHOLE 34 EA $2,650.00 $90,100.00 34 $90,100.00 5 CSS ENCASEMENT FOR UTILITY PIPES 515 LF $15.00 $7,725.00 515 $7,725.00 6 4'EXTRA DEPTH MANHOLE 71 VF $150.00 $10,650.00 71 $10,650.00 7 4"SEWER SERVICE 180 EA $660.00 $118,800.00 180 $118,800.00 8 CONNECT TO EX 4'MANHOLE 1 EA $3,000.00 $3,000.00 1 $3,000.00 Wednesday,April 22,2020 Page 2 of 5 City Project Numbers 101910 DOE Number 1910 Contract Name PIONEER POINT PH 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/21/2020 Project Funding 9 CONC PVMT REPAIR,RESIDENTIAL 109 SY $135.00 $14,715.00 109 $14,715.00 10 TRENCH SAFETY 7006 SY $1.00 $7,006.00 7006 $7,006.00 11 POST CCTV INSPECTION 7006 LF $1.40 $9,808.40 7006 $9,808.40 12 MANHOLE VACCUM TESTING 34 EA $110.00 $3,740.00 34 $3,740.00 13 CCTV INSPECTION MH(CO Al) 35 EA $500.00 $17,500.00 35 $17,500.00 -------------------------------------- Sub-Total of Previous Unit $577,321.40 $577,321.40 -------------------------------------- Wednesday,April 22,2020 Page 3 of 5 City Project Numbers 101910 DOE Number 1910 Contract Name PIONEER POINT PH 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/21/2020 Project Funding Contract Information Summary Original Contract Amount $1,286,635.70 Chanize Orders Change Order Number Al $4,840.00 Total Contract Price $1,291,475.70 Total Cost of Work Completed $1,291,475.70 Less %Retained $0.00 Net Earned $1,291,475.70 Earned This Period $1,291,475.70 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 $1,291,475.70 Wednesday,April 22,2020 Page 4 of 5 City Project Numbers 101910 DOE Number 1910 Contract Name PIONEER POINT PH 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/21/2020 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / MCGILL Contract Date Contractor BURNSCO CONSTRUCTION,INC. Contract Time 145 CD 6331 SOUTHWEST BLVD Days Charged to Date 310 CD FORT WORTH, TX 76132 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 $1,291,475.70 Less %Retained $0.00 Net Earned $1,291,475.70 Earned This Period $1,291,475.70 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 $1,291,475.70 Wednesday,April 22,2020 Page 5 of 5 e ( k S )\ \\ ] 0 \ \\_ \ \ k0 j Cl) \ \ \ k ) ± \ \ / o / » / 2 ) § as R < o } j j e P .. .. § ƒ ) & \ § / j [ \ \ < \ LU L \ \ \ / \ j } § 2 > e Qw § § 3 \ m \ / / \ \ CC)c >5 \ \ \ \ } � r r 1 10 o z a \ e / m } # # \ \ \ z E ) § m - § % < o w §§ ] B \ u u { E § b / 2 m § < .. m § § ® a. \ < § o- o- � \ C \ j f \ \ k ) j _ % _ m # E E # S u k f ° n § z > R of z m # § § ± / § % i ± E j ` \ \ j ) = o 0 o e R m E z § [ b o < z \ / C5 £ / a § \ .. a. \ & \ * E0 cc32 co /]! \ . \ () [)! \ � \ m LU . 4. c /co I » \)).; GM & = \a© 5s5 §>, a �§ / \ ( (0 \ k~+ ~ °! ® §§ y § \ ` �d § t 2 ] ( { ;S § } / Of { / \ \ }(/ �E ) ] } _ \ FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Pioneer Point Ph. 1 PROJECT NUMBER: 101910 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF open cut 8" pvc 7002 j 12" pvc 1173 24" pvc 1600 FIRE HYDRANTS: 7 VALVES(16" OR LARGER) 1 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: passed NEW SERVICES: 1" copper 178 EA 1.5" copper 3 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF open cut 8" pvc 6737 8" AWWA C90 164 I PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: passed NEW SERVICES: 4" pvc 180 EA TRANSPORTATION AND PUBLIC WORKS E The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 p (817)392-7941 •Fax: (817)392-7845 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 Ab Grantges, Contract Mgr, Of Burnsco Construction, 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; Pioneer Point Phase 1 -Water, Sanitary Sewer and Storm Drain BY Ab Gran , ontract Manager I Subscribed and sworn before me on this date 27th of April, 2020. r Nota ublic "" MARY PANNELL Tarrant County, Texas __° Notary Public,State of Texas `'Q Comm. Expires 10-19-2022 i�9�•..•'C�i '�i„°;,��.� Notary ID 5144239 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Band No 022223013 PROJECT: (name, addfess)ploneer Point Phase 1 -Water, Sanitary Sewer, Storm Drain Fort Worth TX TO (Owner) ID,R.HORTON-TEXAS. LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 6751 North Freeway Water,Sanitary Sewer, Storm Drain to Serve Pioneer Point Phase 1 Fort Worth TX 76131 CONTRACT DATE: CONTRACTOR: BURNSCO CONSTRUCTION, INC. 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 Company) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (here insert name and address of Contractor) BURNSCO CONSTRUCTION, INC. 6331 Southwest Boulevard Benbrook TX 76132 , 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 Ownerl D.R. HORTON -TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fart Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 27th day of April, 2020 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest: (Seal): ,t Signatire of Authorized Representative Sa hlnie Hunter Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G7C6, CONTRACTOR's AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE:PAGE This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Wk Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Codificate1 8200743 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the taws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Robbi Morales,Don E.CurnelI,Sophinie ttunter,Tina McEwan,Tonic Petranek,Ricardo J.Reyna, Joshua Saunders, Kelly A.Westbrook all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and.51 be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of March 2019 . Liberty Mutual Insurance Company 4 I Sf/R yNv rrus�q" a o4su,q The Ohio Casualty Insurance Company �,PoonPorzgT9yc y.)PooRroRRT'eyy `VP GoePoa.,ayc, West American Insurance Company A 3 Fo fi Q ? Fo C+ 3 Fo fi "a 1912 0 0 1919 1991 0 d�BSacnus"�das� z0 NA IMP SNdaa YS�`rolaNANdD3 By- m zl * S1 * 1 hf � David M.Carey,Assistant Secretary � State of PENNSYLVANIA }' County of MONTGOMERY ss to c U a) On this 19th day of March 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o @ Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes to—0 > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. iE T (D IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. CD m0 C06AMr3NWEALTH OF PENNSYLVANIA Q d' — <is O �" Notaria€Sea€ O� p � e Ya en Pafiiena,Notary Public (O O Upper h4erion rr:p.,Maniyamery Courhy By: F r my Commisslon expires Ma:cn za.zort eresa Pastella,Notary Public o rn hSsmbur,F''aitsYvanla Associal;c:i of f.olariey a-C? (D rwff �O (6 m This Power of Attorney is made and executed pursuant to and by authority of the fallow ng By-laws and Authorizations of The Ohio Casualty insurance Company, Liberty Mutual o.9 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o N w ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the a > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety 7 o cu C any and all undertakings,bonds,recognizanaes and other surety obligations.Such attorneys-in-fact,subject to the iimitations set forth in their respective powers of attorney,shaft N m have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such "°O c3 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in fact under the w provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. oCD ARTICLE XII I—Execution of Contracts:Section 5.Surety Bonds and Undertakings. o to Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, (— shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,rocognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-io- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 27th day of Apri! 2020 �NSUR ��Y rNSV VNSUQR �GoxvoTFo'i'�cs+ =�oRPal'gQ-yy[yLu 1912 n 1919 0 1991 0 -., �° 6 By- dyy sacnesw as ° NA da �S Hp+^NP as Renee C.Llewellyn,Assistant Secretary LMS-12870 LMIC OCiC WAIC Multi Co_062018