Loading...
HomeMy WebLinkAboutContract 51144-FP2r FORTW(�RTH �' F� WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION $0.00 Ns 1 DOE. Ns: N/A Regarding contract 51144 for Sycamore Creek Relief Interceptor Phase I as required by the Water Department as approved by City Council on 6/26/18 through I�1&C G28754 the Director of the Water Department, upon the recommendarion of the Sr. Capital Projects Officer, Capital Projects Delivery, ��Uater Department, has accepted the project as complete. Original Contract Prices: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: �2,883,880.00 $2,883,880.00 $2,654,164.00 Less Deductions: Liquidated Damages: Other Deductions(see comments): Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due $0.00 $2,654,164.00 $2,627,622.36 $26,541.64 ��,'��✓� �� ,� ,, Recommended for Acceptance Assistant Director, Water Department C%U�`��G�e� f�de� Christopher arder(May21,7_07_109:41CDTi Accepted Director, Water Department Dcrvra Bur�il��laff Dana Burghdoff ( 9ay 21, 20211228 CDT) City Manager CSC No. 51144-FP2 .�(��i � - C oaa c�� c s S 1111�f �x�v Days @ $630.00/ Day � �, � Ll Date May 21, 2021 Date M ay 21, 2021 Date �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX Project Name: Sycamore Creek Relief Interceptor Phase I DOE. Ns: N/A Comments: I�c,�—�'i v V�ch�e � City Project Numbers 02200 Contract Name SycamorcCmek Reli�f Interceptor Phase 1 Contract Limits Gateway Park south to Union Pacific Railroad ROW Project Type Sewer 5� n►�-- c� a aoa c� �- ► > �..� z.� DOE Number 0901 Estimate Number 17 Payment Number 17 For Period Ending 4/30; 20? l Project Funding Project Manager Bierman Inspectors Johnson / Die Contractor Mountain Cascadc ��f Texas 11729EFM917 Alvarado, TX 76009 City Secretary Contract Number �1144 Contract Date 6/26/2015 Contract Time 990 CD Days Charged to Date 792 CD Contract is 000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded sl�o i l� -[� L.w o 2���s�, �80 0. uo �26 s41.64 sz6�sa�.6a - — - - -- - — �lec,ll� �o��czao -- C.G2zrzC�-C-�'T�I�J - - Total Cost of Work Completed Less � % Retained Net Earned Earned This Period $26,541.64 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less IS% Balance Due This Payment $2,654,164.00 $0.00 $2,654,164.00 $0.00 �0.00 $0.00 $2,627,622.36 $0.00 $ 26,541.64 Friday, May 14, 2021 Page 6 of 6 FORT �ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SycamoreCreek Relief lnterceptor Phase I Contract Limits Gateway Park south to Union Pacific Railroad ROW Project Type Sewer City Project Numbers 02200 DOE Number 0901 Estimate Number 17 Payment Number 17 For Period Ending City Secretary Contract Number � I 144 Contract Date 6/26/201 S Project Manager Bierman Contractor Mountain Cascade of Texas 11729EFM917 Alvarado, T?C 76009 Inspectors Johnson / Die 4/30/2021 CD Contract Time 99�D Days Charged to Date 792 Contract is 92.000 Complete Friday, May 14, 2021 Page 1 of 6 City Project Numbers 02200 Contract Name SycamoreCreek Relief [nterceptor Phase 1 Contract Limits Gateway Park south to Union Pacific Railroad ROW Project Type Sewer Project Funding Unit I Sanitary Sewer Item Description of Items No. 26 Imported Embedment/Backfill, CLSM 27 3" Pavement Pulverization 23 3" Asphalt Pavement, Type D 29 CementModification,261bs/sy 30 TxDOT and City of Fort Worth Traffic 31 Construction Survey (Redline As-buil 32 Construction Stakin� 33 Exploratory Excavation of Existing U 34 SWPPP 35 Construction Allowance (Sewer) I 66" FRP SN46 Sanitary Sewer Pipe 2 66" FRP SN72 Sanitary Sewer Pipe 3 33" Tunnel Liner Plate & 66" Carrier 4 34" Tunnel Liner Plate & 66" Carrier 5 Reinforced 144" Diameter Polymer Man 6 3" SDR-26 PVC Se�ver Pipe 7 6" SDR-26 PVC Sewer Pipe 3 Remove Sanitary Sewer Manhole 9 Utility Marker Pole ]0 Concrete Curb & Gutter Replacement 1 I Concrete Valley Gutter Replacement 12 Concrete Driveway Replacement 13 Seedin�, Hydromulch with Bindin� Age 14 Seedin�, Hydromu]ch with Bindin� A�e I S Junction Structure at Sta. 5+33.36 ( 16 Fontaine Series 95 Stop Lo�s - 70" O 17 Fontaine Series 95 Stop Lo�s - 101.5 IS Warren Epoxy Protective Coating for 19 Bypass Pumpin� 20 Manhole Vacuum Testing 21 Pre - CCTV Inspection DOE Number 0901 Estimate Number 17 Payment Number 17 For Period Ending 4/30/2021 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 200 CY $120.00 $24,000.00 200 $24,000.00 2300 SY $9.00 $25,200.00 2761 $24,349.00 2300 SY $19.00 $53,200.00 2761 $52,459.00 36 TN $I50.00 $5,400.00 35.5 $5,325.00 1 LS $15,000.00 $15,000.00 1 $15,000.00 1 LS $1,000.00 $1,000.00 1 $1,000.00 i LS $4,000.00 $4,000.00 1 $4,000.00 2 EA $1,300.00 $2,600.00 2 $2,600.00 I LS $12,000.00 $12,000.00 1 $12,000.00 ] LS $150,000.00 $150,000.00 1144 LF $520.00 $594,880.00 1144 $594,330.00 36 LF $525.00 $13,900.00 36 $ l 5,900.00 221 LF $1,900.00 $419,900.00 221 $419,900.00 373 LF $1,700.00 $634,100.00 373 $634,100.00 ! LS $115,000.00 $115,000.00 f $115,000.00 20 LF $74.00 $1,430.00 20 $1,430.00 20 LF $70.00 $1,400.00 20 $1,400.00 l EA $2,500.00 $2,500.00 1 $2,500.00 3 EA $I50.00 $450.00 3 $450.00 550 LF $10.00 $5,500.00 536 $S,S60.00 94 SY $70.00 $6,530.00 199 $13,930.00 270 SF $14.00 $3,730.00 ]009 $14,126.00 12500 SY $1.00 $12,500.00 12500 $12.500.00 7600 SY $I.00 $7,600.00 7600 $7,600.00 i LS $212,500.00 $212,300.00 1 $212,300.00 ] 0 EA $3,000.00 $30,000.00 10 $30,000.00 10 EA $4,000.00 $40,000.00 ]0 $40,000.00 1700 SF $20.00 $34,000.00 1700 $34,000.00 I LS $157,100.00 $I57,100.00 1 $I57,100.00 7 EA $140.00 $950.00 7 $930.00 ]00 LF $I.00 $100.00 Friday, May 14, 2021 Pa�e 2 of 6 City Project Numbers 02200 Contract Name SycamoreCreek Relief Interceptor Phase I Contract Limits Gateway Park south to Union Pacific Railroad ROW Project Type Sewer Project Funding 22 Post - CCTV Inspection 1300 LF 23 Temporary Chain Link Fencing and Gat 7�00 LF 24 Preparation and Implementation of a 12S4 LF 2� Temporary Asphalt Paving Repair (2" 710 LF Sub-Total of Previous Unit Unit II Water Item No. 1 ? 3 4 � 6 7 s 9 10 11 12 13 14 1� 16 17 Description of Items Estimated ��nit Quanity 333 LF �0 LF 55 LF 1 TO 1 EA 2 EA 3 EA 3 EA ] EA 9�0 SF ] LS 1 LS ] LS 100 CY 2 EA 2 EA 1 LS DOE Number 0901 Estimate Number 17 Payment Number 17 For Period Ending 4/30/2021 $1.00 $1,300.00 1730 $1,730.00 $2.00 $15,000.00 7500 $15,000.00 $1.00 $1,234.00 1234 $1,234.00 $�0.00 $3�,�00.00 $2,64�,�34.00 $2,476,303.00 Unit Cost Estimated Completed Completed Total Quanity Total $70.00 $23,660.00 363 $25,760.00 $340.00 $17,000.00 50 $17,000.00 $».00 $3,025.00 » $3,025.00 $2,000.00 $2,000.00 1 $2,000.00 $300.00 $300.00 1 $300.00 $1,600.00 $3,200.00 2 $3,200.00 $1,000.00 $3,000.00 3 $3,000.00 $3,200.00 $9,600.00 3 $9,600.00 $1,000.00 $1,000.00 I $1,000.00 $�.00 $4,7�0.00 2�3 $1,26�.00 $2,400.00 $2,400.00 1 $2,400.00 $250.00 $250.00 I $2�0.00 $1,000.00 $1,000.00 I $1,000.00 $120.00 $12,000.00 20 $2,400.00 $�00.00 $1,000.00 2 $1,000.00 $3,400.00 $6,300.00 2 $6,S00.00 $�0,000.00 $�0,000.00 $140,93�.00 $30,000.00 3" PVC Water Pipe S" PVC Water Pipe (By Other Than Ope 6" PVC Water Pipe Ductile Iron Water Fit[in�s w/ Restr Removal of Water Valve S" Gate Valve 6" Gate Valve Connection to Existing 4-12" Water M Cut & Cap Ea. Water Main to Abandon Concrete Sidewalk, Adjacent to Curb Temporary Water Services Constniction Survey (Redline As-bui] Construction Stakin� Imported Embedment/Backfill, CLSM Salva�e Fire Hydrant Fire Hydrant Assembly Construction Allowance (Water) Sub-Total of Previous Unit Altemative B Item Description of Items Estimated �fnit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total B I Reinforced 60" Dia. Type A Polymer M 6 EA $11,300.00 $70,300.00 6 $70,300.00 B2 Additional VeRical Depth on Reinfor 34 VF $443.00 $1�,062.00 34 $1�,062.00 B3 Reinforced 4S" Dia. Polymer Manhole 1 EA $9,000.00 $9,000.00 1 $9,000.00 Friday, May 14, 2021 Page 3 of 6 City Project Numbers 02200 Contract Name SycamoreCreek Relief Interceptor Phase ] Contract Limits Gateway Park south to Union Pacific Railroad ROW Project Type Sewer Project Funding DOE Number 0901 Estimate Number 17 Payment Number 17 For Period Ending 4/30202 ] 64 Additional Veitical Depth on Reinfor 'J VF $3�7.00 $2,499.00 7 $? 499.00 Sub-Total Of PreviOus Unit $97,361.00 $97,361.00 Friday, May 14, 2021 Page 4 of 6 City Projcct Numbcrs 02200 Contrnct Nnme SycamoreCreek Relief lncercep�or Pliase 1 Confrlcl Limits G�le�v�y Pnrk south lo Union Pucific R�ilroad RO�l' Project Type Sen�er Project rw�ding ll0� Numba• 0901 Cstimntc Numbcr l7 Pnyment Number l7 rar Period �nding d/30/2021 CQutract Information Su►nmary Originnl ConQ•act Amounl $2,SS3,8S0.00 Chau�e Orders Ch�ngc Orilcr Numbcr Chnngc Or�cr Numbcr 1 ClinngcOr�cr\umLer I L'�✓�--� Date � I� %� Crnilr tor —� DnteS � /�f -�-/ L�spection Su�ervjso� !.0 �i�l' I �o- J L : � j �i n� ��' ,y � •,� D�te 'S /� � L I Project Mana�er N�� Asst. Directorll'PW Ciu�stv��ie� tl�u-r7es- �n�rsropne� a�de�;�ayz_,zoz�o9:������ Director / Conlracting Depnrtmcnt $0.00 $0.00 $0.00 Totnl Contr;tct Price 52,SS3,SS0.00 Totnl Cost of Worlc Completed Less 0 % Ret�ined Net Cnrned �nrned Tl�is Period $26,541.64 Retninnge This Period $0.00 Less Liqui��te� Dnninges D�ys « / Day LessPnvement Deficiency Less Pen�lty Less Previous P�yment Plus Nt�teri�l on Hnnd Less IS% Bnl�nce Duc T6is Pnyment $2,654,16d.00 $0.00 $2,654,164.00 $0.00 $o.00 $0.00 $2,627,62236 $0.00 $26,541.64 friday, �vfuy 14, 2021 Pa�c 5 oFG FO RT WO RT H rcv 03/OS/07 ; :��: , x_:. WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTR.ACT TIME FINAL STATCM�NT NO.: 17 NAM� OF PROJECT: Sycamoi•e Creek Relief Interceptor - Phase 1 PROJ�CT NO.: 2200 CONTRACTOR: Mountain Cascade CITY PROJ�CT P�RIOD FROM:10/15/18 TO: 03/O1/20 FINAL INSP�CTION DAT�: WORI{ ORD�R �FF�CTIV�: 10/15/2018 CONTRACT TIM�: 270 Q WD Q CD DAY OF DAYS R�ASON FOR DAYS DAY OF DAYS R�ASON FOR DAYS MONTH CHARG�D CR�DIT�D MONTH CHARG�D CR�DIT�D DURING DURING 1. 16. 2. 17. 3. 18. a. 19. 5. 20. 6. -- — 21. 7. 22. — — 8. 23. 9. 24. 10. 25. I l. 2G. I2. 27. — --- — l3. — -- — 28. 14. 29. 15. 30. 31. SAT, SUN, RAIN, TOO W�T, UTILITI�S OTHCRS * DAYS TOTAL & HOLIDAYS & TOO COLD R�LOCAT[ONS CHARG�D DAYS THIS P�RIOD PR�VIOUS PGRIOD TOTALS TO DAT� xR�MARI{S: 0 I 502 .. ,�� :, . CONTRACTOR DATE IN�`PEC[T"OR DATE Capital Pzojects Delivery, Water Department The Citp of Fort North • 1000 Throckmorton Strcet • FoLt �Uorth, T176012-G311 (817) 392 - 4�77 • Fax: (817) 392 - 84G0 F����%�T� Capital Projects Deliveiy, Water Department PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR & PROJ�CT DATA Nanie ojConiracla• Mountain Cascade of Texas INnter Engineering Lrspecla• Judy Die fl�aler Engineering Lrspecfor ❑� Water ❑� Waste Water ❑ Storm Drainage ❑✓ Pavement Irrilia! Conn�nd Amarm! $2,883,880.00 Finnl Cwrlracl Amornu $2,883,880.00 II) PERFORMANC� �VALUATION Projed Nmne Sycamore Creek Relief Interceptoi• Phase 1 DDE Nmirber N/A Projec! dlmrager Liam Conlon ProjeN D�ctd1�� Q Simple QQ Routine 14/2021 REV: �2,2�,�� Q Camplex 0-]nadequate 1- Deficient 2- Standard 3- Good 4-�xcellenl ELEb1ENT tiVEIGHT ( x) AppLICABLE (Y / N) RATNG (0 - 4) MAX SCOItE SCORE 1 Subrttission ofDocuments 2 Y 3 8 6 2 PublicNotifications 5 Y 3 20 1� 3 Plans on Site 5 Y 3 20 IS 4 Field Supervision l5 Y 4 60 GO 5 Work Performed 15 Y 2 60 30 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 GO 60 9 Daily Clean Up 5 Y 3 20 1� 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Propecty Restoration 5 Y 3 20 15 12 After Hours Response � Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE (A) BONUS POINTS (25 Maximum) (B) TOTr1L SCORG ('CS) IIn CONTRACTOR'S RATING Ma�imum Score (A4S) = 443 or sum of applicaUle element score maximums which = 448 RAti�ig ([TS ( I1'ISJ `' 100%) 37G / 448 = 8�4% Perform�nce Category E�cellent <20% = Inadequate 20% to <d0% = Deficient /0% ro<60% = Srn,7dard 60% �o <80% = Good >_80% = Escelle�rt Inspector's Commenfs (INCLUDING CITLANATION OT 130NUS POI�]TS A�VARD�D) 376 37C> /'/� /J � Q /�! --�--r Signahu•e Inspector �� / ���:- Si�nature Contractor � Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capitnl Piojects De(ivei}�, \\/atei Deparmient The City of Fo�t \��ordi • 1000 Tluockmorton Street • Foit �Uoidt,'TZ 7G012-6311 (817) 392 - 4477 • Fa�: (817) 392 - S4G0 FORTWORTH ; ' Capital Projects Deliveiy, Watei Departinent CONTRACTOR'S EVALUATION OF CITY I) PROJ�CT INFORMATION Date: r4-Mav-21 A�nme ojConlracla� Mountain Cascade of Texas JNalw• Errgi�teering Inspeclor Judy Die DOENun�ber• ProjeclD�calq� N/A � Simple QQ Routine Inilia( Cor�h•ac! �L�rorrnl $2,883,880.00 II) PERFORIVIANC� �VALUATION 0- Inadequate 1- Deficient 2- Standard ELEMENT INSPECTION EVALUATION 1 Availability ofInspector 2 ICnowledge of Inspector 3 Acci.u•acy of Measured Quantities 4 Display Of Professionalism 5 Citizen Complaint Resolution 6 Performance - Settin� up Valve Crews, Labs ADMINISTRATION 1 Chan;e Ordei• Processing Time 2 Timliness of Conh•actor Payments 3 Bid Opening to Pre-Con Meeting Tim •ame IIn COMII�NTS & SIGNATUItES COIVIIVIEN'I'S Si�natui•e Conh•actor Signature Inspector Signariire lnspector's Supervisor INSP�CTOR'S CONIM�NTS PLANS & SP�CIFICATIONS 1 Accuracy of Plans to Existing Conditions 2 Clarity & Sufficiency of Details 3 Applicability of Specifications 4 Accuracy of Plan Quantities PRO,T�CT MANAG�R �VALUATION 1 Knowledtre AncUOr Problem Resolution Availability of Project Ma�a�� Comruunication Resolution of Utilitv Conflicts �� � /'/�- J �4 � Ili Q Complex RE�: �2,22,�� Projecl �Vnine Sycamore Creek Relief lnterceptor Pllase I Projecl d�lnnnger Liam Conlon T}pe ojConh•ac! � Water 0 Waste Water ❑ Storm Drainage 0 Pavement Fina! Conlracl �Imotuil $2,883,880.00 3 - Good 4 - Excellent RATING ELEMENT (� -'�) RATR�IG (0 - �) Capital Pcojects DeliveiZ�, �Vatei DepaLtment The Ciq� of Fort �\/oLdi • 1000 Tlirockmoiton Stieet • Fort ��'otdi, TZ 76012-G311 (817) 392 - 4=477 • Fax: (S17) 392 - 8460 CSC No. 51144-CO1 FORT WORTH City of Fort Worfh Change Order Request Project Name: Sycamore Creek Relief Interceptor Phase I City Sec No.: 51144 Project No.(s): SSOtEo7ooaao-co��s3 DOE No. N/A City Praj. No.: 02200 Project Description:l This project will provide additional wastewater capacity to the Sycamore Creek Drainage Basin. Contractor. Mountain Cascade of Texas, LLC Change Order# � Date: 5/712021 City Project Mgr. Liam Conlon City Inspector: David Johnson Phone Number: 817-392-6824 Phone Number: 817-392-8455 Dept. Original Contract Amount Extras to Date Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date Unit I Sewer � Unit II Water � Alternative B Totais Contract Time (Caiender days) Revised Contract Amount Original Funds Available for Change Orders Remaining Funds Available for this CO Additional Funding (if necessary) 1.00 S1 51 CHANGE ORDERS to DATE (INCLUD/NG 7H1S ONE) AS % OF ORIGINAL CONTRACT 0.00% Ij MAXALLOWABLE CONTRACTAM�UNT (ORIGINAL CONTRACT C05T+ 25%) 53,604,850.00 - ".•,v,la.r.r.vv �v� � .v�a�v��u-�nu�.r.rnucn � The change order will provide an additional 720 Calendar days on the project for the following: • Negotiations with a property owner who demanded that all their parking spaces be repaved in areas that were not impcted by construction. The City ended up not paving these areas. • Negations with a gas company for access through their gas pad site to construct a porton of the project sewer main on the property. • Having to shut down construction numerous times to accomodate events at a church located at LancasterAvenue /Windham Drive intersection • The time period it took for TRWD to accept the restoration that was conducted on its propety after sewer installation. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaclion and represents payment in full (both time and money) for all costs arising out of, or incidentai to, the above Change Order. FO RT ��VC� RT H City of Fort Worth Change Order Additions Project Name Sycamore Creek Relief Interceptor Phase I City Sec No.: 51144 Project No.(s): 56016-0700430-001783 DOE No. N/A City Proj. No.: 02200 Project Description Contractor City Projecl Mgr. This project will provide additional wastewater capacity to the Sycamore Creek Drainage Basin. Mountain Cascade of Texas, LLC Change Order: � Date: 5/7/2021 Liam Conlon City Inspector David Johnson ADDITIONS FORT WCORri'I-� Cify of Fort Worfh Change Order Deletions Project Name Sycamore Creek Relief Interceptor Phase I City Sec No.: 51144 Project No.(s): 56016-0700430-001783 DOE No. N/A City Proj. No.: 02200 Project Description � This project will provide additional wastewater capacity to the Sycamore Creek Drainage Basin. Contractor Mountain Cascade of Texas, LLC Change Order: �1 Date 5l7/2021 City Project Mgr. Liam Conlon City Inspector: David Johnson DELETIONS Previous Change Orders co# DATE AMOUNT Total $0.00 Page 4 of 4 MIWBE Breakdown for this Change Order Contraci Compliance Mana�er By signing I acicnowledge that I am the person responsible for the monitoring and adm.inisiraiion of this con��act, including ensuring all performance and reporting requiremenfs. � Q/�'� �ki�'%1'��''`"1 ` Signaiure �9 � ►� 1''� �� �. 00� Name of Employee � ��/ w`�D � .e C� � %�l��G�'c- ,"l� Title . �• �i' /••���, /' � /' / MaryJ. Kayser Ciiy Secretary PROJECT NAME: PROJECT NUMBER: DOE NUMBER: PIPE LAID WATER WATER FIRE HYDRANTS: 2 PIPE ABANDONED WATER DENSITIES: NEW SERVICES: PIPE LAID SEWER SEWER SEWER PIPE ABANDONED SEWER DENSITIES: NEW SERVICES: FORTWORTH � �;�� �:. ':.�%�!�_ , �,-- WATER ENGINEERING & FISCAL SERVICES PIPE REPORT FOR: Sycamor Creek Relief Interceptor Phase I 2200 N/A WATER SIZE TYPE OF PIPE LF 8-Inch P VC 3 8 8 6-Inch PVC 55 SIZE 6-Inch VALVES (16" OR LARGER) TYPE OF PIPE CI � SIZE 66-Inch 8-Inch 6-Inch SIZE 6-Inch SEWER TYPE OF PIPE FRP PVC PVC TYPE OF PIPE CCP � LF 443 LF 1774 20 20 L,F 40 Wr�T'ER ENGINEEP�ING 8c FISCr�I. SERVICES The City of Fort Worth • 1000 Throckmorton Stxeet • Fort Worth, TZ 76012-6311 (S17) 392 - 4477 • Fa�: (S17) 392 - 5460 Bond No. 070207299 CONSENT OF SURETY GOMPANY TO F{NAL PAYMENT OWNER ❑ ARCHITECT � CONTRACTOR � SURETY � OTHER ❑ PROJECT: Svcamore Creek Relief Interceptor- Phase 1, Prolect No. 02200 TO: City of Fort Worth 1000 Throckmorton Street Fort Worth, CA 76102 CONTRACTOR: Mountain Cascade of Texas, LLC ARCHITECT'S PROJECT NO.: CONTRACT FOR:Sycamore Creek Relief Interceptor- Phase 1, Project No. 02200 CONTRACT DATE In accordance with the provisions of the Subcontract between McCarthy and the Subcontractor as indicated above, the Liberty Mutual Insurance Company , SURE7Y COMPANY 175 Berkeley Street , Boston, MA 02116 on bond of Mountain Cascade of Texas, LLC , SUBCONTRACTOR, 11729 East FM 917, Alvarado, TX 76009 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 obiigations to City of Fort Worth 1000 Throckmorton Street OWNER, Fort Worth, CA 76102 as set forth in the said Surety Company' IN WITNESS WHEREOF, the Surety has hereunto set its hand this 24th day of April 2020 Attest: {Seal): Libertv Mutual Insurance Companv Surety"� ; �` ` .� , ,� ,-� � � • BY. �, I � f��� ' i ,: -�_!._„� __— _ Signature of Authorize'd Representative � �r�— Bradley N. Wright, At4orney-in-Fact Title NOTE: This forms is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition. surety.doc-12/1194 _ ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validit of that document. State of California County of San Francisco On APRIL 24, 2020 before me, S. Nicole Evans, Notary Public (insert name and title of the officer) personally appeared BRADLEY N. WRIGHT --------------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(� whose name(�) is� subscribed to the within instrument and acknowledged to me that hel�fi��executed the same in his/k�f#I��authorized capacity�, and that by hisli�a��g� signature(�) on the instrument the person(�), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �•,s�x..s�c,� y^�-- ,, �. .+ � � �CI � V �.. WITNESS my hand and official seal. � ,,� ,, ���� F����� a� �or���1 e. :. a e� (�%� �. n F enc � � Cu��ly ��� �d''��.YlI ���!"1^115`,=1Cf! 4 J7'1�%! / �/1"'�( //rl/ti ,�'9 '`'�—y'�� M r Ccmir�. t<pires f c: 1�. 2020 _ ;�� Signature (Seal) _• I,il�er�`�T 1�'�t��al SURETY. 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. Liberty Mutual Insurance Company The Ohio Casuaity Insurance Company West American Insurence Company POWER OF ATTORNEY Certificate No: 8196953 - 395022 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberry Mutual Insurance Company is a corpora6on duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organ¢ed 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, Carolync Emery, S. Nicole Evans, Frances M. Murphy, Bradley N. Wright all of the city of San Fnncisw state of California each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surery and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligaUons, in pursuance of these presents and shall be as binding upon the Companies as if Ehey 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 Attomey has been subscribed by an authorized officer or offidal of the Companies and the corporate seals of the Companies have 6een affixed thereto this Sth day of Occober , 2018 . Liberty Mutual Insurance Company �, Ws�R �ZY �NSV ��NsuR The Ohio Casualty Insurance Company �pP'GoµvoRyTqy� �JP�oaPor�r'Qyy \P`oµvogqr9y� WestAmencan Insurance Company J 3 Fo m Q 3 "'o c� � r Fo t� ` 9912 0 0 1919 � t 1991 � �� �' 3 Z a. O 6 O �/ Yd�9sSNCHU9�.La1' yO�h'/�AMPS� a� �C �NOIANP a /1�./'��-��� g�> � t-`' ,,Ht *��a s''M * 1��a BY= � David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY � On this Sch day of October 2013 before me personally appeared David M. Carey, who acknowledged himseli to be the Assistant Secretary of Liberty Mutual Insurance � 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 > therein contained by signing on behalf of 1he corporations by himseff as a duly authorized offcer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and yearfirst above written. �O O � C � �� C� � COMMONWEALTH OF PENNSYLVANIA Notarial Seal - Teresa Pastelia, Notary Public UpperMenonTwp..MontgameryCounry B�/: I My Cort'�.mission Expires March 28.2021 � MemDer. Per.nsylvanla Associanon of Noianes /!,� ���L.dJ �'� This Power of Attorney is made and execu[ed pursuant to and by authority of the foliowing By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance o.� Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: � a? ARTICLE IV — OFFICERS: Section 12. Power of Attomey. o� Any offcer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such IimitaGon as the Chairman or the President 'a � may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seai, acknowledge and deliver as surety any and all �� undeRakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full » o� power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporetion. When so executed, such instruments shall Z � 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 provisions of this articie may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety 6onds and Undertakings. Any offcer 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 attomeys-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, recogniza�ces and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, 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 insVuments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuan[ to the Bylavrs of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- 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 assist�nt secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connecGon 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, ihe undersigned, Assistant Se�retary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey 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 24 day of APRIL 2020 . P� \NSU,� P�jY INgV � \NSUR aJ c°RPOR'0r Lc+ yJ u°ap�eq>R92 `'Po°RPaR°T'9y�' J 3 Fo i� Q 3 Fo c+ 4 r Fo m � � 1912 � 0 1919 � � 1991 � �,G,.dGy�_. Y 93, S� Z Zt�` P�v O a A By: b.� SqCHU`+�.da ��HAMp`�" aa3 �s ��'DIAN�' ,da Renee C. Llewell n Assistant Secreta g�> + �� '�y1 * h� �M * r� Y , ry � c .� � s �o �� �m �d � O �P LM&12873 LMIC OGC WAIC Multi Co_062018 Arrlvnvli STAT� OF T�XAS COUNTY OF JOHNSON Before me, the undersigned atithoi•ity; a notaiy public in the state and county aforesaid, on this da}� personall}� appeared Andi•ew L. NicCulloch, Vice President Of Mountain Cascade of Texas, LLC, la�own to me to be a credible person, who being by me duly s��orn; upon his oath deposed and said; That all persons, firms; associations, corporations, or other organizations fiu�nislzina !abor and/or materials have been paid in fiill; That the wabe scale establishecl by the City Council in the City of Foi•t Woi•th has been paid in fi�ll; That there are no claims pendin� for personal injury and/or property damages; On Contract described as; Sycamore Creek Relief Interce�tor - Phase 1 �, BY Andre L. McCulloch, Vice President Subscribed and s�vorn before me on this date 24th of April, 2020. Notary Public Jol-uzson County, Te�as ,a�������,, VJANDA SUC JARRELL :r ��'Y�pu°� ��';NotarY Public, State of Texas ac ;;�,�:. �,��� Camm. �xpires 06-29-2020 �'�"f�'oF���,;.'� Nutary ID 11952407 '���,,,r�,,,�_,_.._ - _�� �ORTWORTH May 14, 2021 Mountain Cascade of Teias 11729 E FM 917 Alvarado, TZ 76009 Re: Acceptance Letter Project Name: Sycamore Creek Relief Interceptor Phase I Project Type: Se��er, Water and Paving Project Ns: 02200 D.O.E. Ns: N/A Contiact Ns: 51144 Dated: 6/26/2015 �endeman: On February ZS, 2020 a final inspecrion was made on the subject project. There were no punch list items identified at the time. The final inspection indicates that the ��ork meets the City of Fort Wortl.z specificauons and is therefore accepted by the City. The warranty period �vi]1 start on February 28, 2020, which is the date of fmal inspection and will eztend for (2) years in accordance �vith the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at (�17) 392-60�4 Yours Truly, _ ; � �e: ;`. � ��` " �;> '� Tony Sholola, P.E., Assistant Director Water Departrnent MP / cc: Chris Harder, P.E., Director, Water Department Laura Wilson, P.E., Deputy Director, Water Department Captain Michael Skains, Fire Department Cesar Zavala, Field Operations Superintendent, Water Department Bill Lund�Tall, Field Operations Superintendent, Waste Water Department Liam Conlon, Project Manager Greg Vauglin, P.F,., LAN, Consultant Mountain Cascade of Tetias , Contractor David Johnson, Inspection Supervisor, ��later Engineerin� and Fiscal Services Judy Die, Inspector, Water En�ineering and Fiscal Services File WATER DEPARTMENT ENGINEER[NG AND FISCAL SERVICES THE CITY OF FORT WORTH * IOOO THROCKMORTOIV STREET * FORT WORTH, TF..Xt1S 76102 817-392-8240 * F.vc 817-392-8195 `y Printed on recycled paper