Loading...
HomeMy WebLinkAboutContract 55683-FP2 City Secretary 55683 -FP2 Contract No. FORTWORTH, Date Received M a r 29,2022 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: Talon Hills Phase III City Project No.: 102190 Improvement Type(s): Water ® Sewer N Original Contract Price: $268,833.00 Amount of Approved Change Order(s): $7,710.00 Revised Contract Amount: Total Cost of Work Complete: $276,543.00 M a r 22,2022 Albert Grantges(MIX2,2022 13:1 T) Contractor Date Vice President Title Burnsco Construction, Inc. Company Name Ja Br dley(Mar22,202213:27CDT) Mar 22,2022 Project Inspector Date cj"A4.,P�. M a r 23,2022 Project Manager Date huui-Scarkeff-Ai&w4k Janie Scarlett Morales(Mar 23,2022 08:04 CDT) M a r 23,2022 CFA Manager Date Dana auwLdOAC Mar23 2022 Dana Burghdof((War 23,2022 18:42 CDT) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Talon Hills Phase III City Project No.: 102190 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 I Statement of Contract Time Contract Time: 105 WD Days Charged: 164 Work Start Date: 6/7/2021 Work Complete Date: 2/16/2022 Completed number of Soil Lab Test: 170 Completed number of Water Test: 4 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TALON HILLS PHASE 3 Contract Limits Project Type WATER&SEWER City Project Numbers 102190 DOE Number 2190 Estimate Number 1 Payment Number 1 For Period Ending 3/21/2022 City Secretary Contract Number Contract Time Contract Date Days Charged to Date 164 Project Manager NA Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION,INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors / BRADLEY Tuesday,March 22,2022 Pagel of 4 City Project Numbers 102190 DOE Number 2190 Contract Name TALON HILLS PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/21/2022 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 TRENCH SAFETY 1450 LF $0.10 $145.00 1450 $145.00 2 DUCTILE IRON WATER FITTINGS 0.7 TN $5,000.00 $3,500.00 0.7 $3,500.00 W/RESTRAINT 3 8"PVC WATER PIPE 1450 LF $48.00 $69,600.00 1450 $69,600.00 4 FIRE HYDRANT 1 EA $4,740.00 $4,740.00 1 $4,740.00 5 CONNECTION TO EXISTING 4"-12"WATER 2 EA $1,300.00 $2,600.00 2 $2,660.00 MAIN 6 1"WATER SERVICE 43 EA $1,100.00 $47,300.00 43 $47,300.00 7 8"GATE VALVE(CO 1) 3 EA $1,500.00 $4,500.00 3 $4,500.00 8 1"WATER SERVICE(CO 1) 2 EA $1,305.00 $2,610.00 2 $2,610.00 -------------------------------------- Sub-Total of Previous Unit $134,995.00 $134,995.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8"SEWER PIPE 896 LF $70.00 $62,720.00 896 $62,720.00 2 CONNECT TO EXISTMH/PIPE 1 EA $1,600.00 $1,600.00 1 $1,600.00 3 4"SEWER SERVICE 43 EA $1,060.00 $45,580.00 43 $45,580.00 4 4'MANHOLE 3 EA $3,210.00 $9,630.00 3 $9,630.00 5 EPDXY MANHOLE LINER 22 VF $400.00 $8,800.00 22 $8,800.00 6 TRENCH SAFETY 896 LF $1.50 $1,344.00 896 $1,344.00 7 TRENCH WATER STOPS 3 EA $300.00 $900.00 3 $900.00 8 IMPORTED EMBED/CSS 20 LF $34.00 $680.00 20 $680.00 9 MANHOLE VACUUM TESTING 3 EA $120.00 $360.00 3 $360.00 10 POST CCTV INSPECTION 896 LF $4.00 $3,584.00 896 $3,584.00 11 MANHOLE ADJUSTMENT MINOR 3 EA $916.67 $2,750.00 3 $2,750.00 12 EPDXY MANHOLE LINER(CO 1) 4 LF $400.00 $1,600.00 4 $1,600.00 13 REMOVE RAVEN COATING FROM EXISTING 2 EA $1,000.00 $2,000.00 2 $2,000.00 (CO 1) ------------------ Sub-Total of Previous Unit $141,548.00 $141,548.00 -------------------------------------- Tuesday,March 22,2022 Page 2 of 4 l City Project Numbers 102190 DOE Number 2190 Contract Name TALON HILLS PHASE 3 Estimate Number i Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/21/2022 Project Funding Contract Information Summary Original Contract Amount $268,833.00 Change Orders Change Order Number 1 $7,710.00 Total Contract Price $276,543.00 Total Cost of Work Completed $276,543.00 Less %Retained $0.00 Net Earned $276,543.00 Earned This Period $27,6,543.00 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 $276,543.00 Tuesday,March 22,2022 Page 3 of 4 City Project Numbers 102190 DOE Number 2190 Contract Name TALON HILLS PHASE 3 Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/21/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors / BRADLEY Contract Date Contractor BURNSCO CONSTRUCTION,INC. Contract Time 6331 SOUTHWEST BLVD Days Charged to Date 164 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 $276,543.00 Less %Retained $0.00 Net Earned $276,543.00 Earned This Period $276,543.00 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 $276,543.00 Tuesday,March 22,2022 Page 4 of 4 REVIEWED By Andrew Goodman at 11:19 am,Dec 20,2021 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: TALON HILL,PHASE III CHANGE CONTRACT: Bumsco Construction,Inc. ORDER No: CFA# CFA19-0096 CITY PARTICIPATION: NO CITY PROJECT# COFW#102190 FID# FILE# W-2636 INSPECTOR: Phone No: PROJECT Drew Goodman,P.E. Phone No: 817-392-6251 MANAGER: CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer DAYS Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost Developer Cost City Cost ORIGINAL CONTRACT $ 130,885.00 $ 137,948.00 $ 279,661.86 $ 21,654.00 $ 35,352.00 EXTRAS TO DATE CREDITS TO DATE CONTRACTTODATE $ 130.885.00 $ - $ 137,948.00 $ - $ 279,661.86 $ - $ 21,654.00 $ - $ 35,352.00 $ 105 AMOUNT OF PROP. CHANGE ORDER $ 4,110.00 $ 3,600.00 $ $ $ REVISED CONTRACT AMOUNT $ 134,996.00 $ - $ 141,548.00 $ - $ 279.661.86 $ - $ 21,664.00 $ - S 35,352.00 $ 105 TOTAL REVISED CONTRACTAMOUNT PER UNIT $ 134,995.00 1$ 141,548.00 $ 279,661.86 $ 21,654.00 $ 35,352.00 REVISED COST SHARE Dev.Cost: $613,210.86 City Cost: $0.00 TOTAL REVISED $613,210.86 CONTRACT Revised:10-22-2011 Pagel REVIEWED -1 1-- at 11:19 am,eac 20,2021 You are directed to make the folloyAng changes in the contract documents: Unit 1:Water Improvements PAY ITEM# CITY BID ITEM# QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 101 331210 2 EA 3312.2003 1"Water Service $ 1,305.0 $ 2,610.00 102 331220 1 EA 13312.3003 8"Gate Valve $ 1 500.00 $ 1 500.00 TOTAL 1$ 4110.00 Unit ll:Sewer Improvements PAY ITEM# CITY BID ITEM# QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 101 33 39 60 4 LF 3339.0001 Epoxy Manhole Liner $ 400.0 $ 1,600.00 102 99 99 99 2 EA 9999.0005 Remove Raven coating from Existing Manhole $ 1,000.00 $ 2,000.00 S $ TOTAL $ 3,600.00 REASONS FOR CHANGE ORDER: Add 1 Gate valve per city request and add 2--1"Water Service for Irrigations 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: APPROVED: APPROVED: (Developer) (Contractor) By: By, By. ICY �on — (1/ V Name: Osama Nashed,P.E. Name: Douglas Skomer Name: Ab Grantges Title:Pro*ect Manager Title: Division President Title: Vice President Revised:10-22-2011 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Talon Hills Phase 3 PROJECT NUMBER: 102190 DOE NUMBER: 2190 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8" PVC 1450 LF FIRE HYDRANTS: 1 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: All Passed NEW SERVICES: 1"Domestic 43 1,350 LF V Irrigation 2 40 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8" PVC 1,100LF { PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: All Passed NEW SERVICES: 4" 43 1,075 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 March 21, 2022 Burnsco Construction Inc. 6331 Southwest Blvd. Benbrook,TX 76132 RE: Acceptance Letter Project Name:Talon Hills Phase III Project Type: Developer Water,Sewer,Storm City Project No.: 102190 To Whom It May Concern: On March 4, 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 March 21, 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 March 21, 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- 392-6251. Sincerely, C,J, Andrew Goodman, Project Manager Cc:Jason Bradley, Inspector Mark Owens, Inspection Supervisor Jo Rogers,Senior Inspector Victor Tornero, Program Manager A.N.A Consultant L.L.C. , Consultant Burnsco Construction Inc, Contractor BYD Talon Hills Development, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 i i 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; Talon I fill Phase 3 - Water, Sanitary Sewer&Drainage BY _ , Ab Grantges,Contract Manager Subscribed and sword before me on this date 22nd of March,2022. YP��' MARY PANNELL nSNotary Public,State of Texas ary Public ••:.;�,�� Comm.Expires 10-19-2022 �4r�ipN` Notary ID 5144239 Tarrant County,Texas I i CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022230561 PROJECT: (name, address)Talon Hill Phase III-Water, Sanitary Sewer, and Drainage Improvements Fort Worth TX TO (Owner) BYD TALON HILL DEVELOPMENT,LLC AND CITY OF I ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 1105 Glade Road,Suite 100 Talon Hill Phase III-Water,Sanitary Sewer,and Drainage Improvements Colleyville TX 76034 --] CONTRACT DATE: 4/21/2021 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 Owner) BYD TALON HILL DEVELOPMENT, LLC AND CITY OF FORT WORTH 1105 Glade Road, Suite 100 Colleyville TX 76034 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 1st day of February,2022 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest: C � a r /CUT (Seal); Signature of Authorized Representative Sophinie Hunter Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT 6706, 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, Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8205467-022020 SURETY West American Insurance Company POWER OF ATTORNEY 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 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"Companiesl,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E. Cornell;Joshua Saunders;Kelly A.Westbrook;Mikacla Peppers;Ricardo J.Reyna;Robbi Morales;Sophinie 11unter;Tina McEwan,Tonie Petranek all of the city of Dallas state of TX 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 surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if(hey 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 23rd day of April , 2021 . Liberty Mutual Insurance Company INSUR �ZV INBU \NSUR The Ohio Casualty Insurance Company �opPOR9ray�F QJRPOLaT�y �GPb00.oR9TFy0 West American Insurance Company 1912 0 G m W 3 a m m y O Z1919 � o Q 1991 0 N Ya�~Ss�ceus�`as S���haeee�aa� YS �NOIANy' .dLy .vr ae'i oO David M.Carey,Assistant Secretary a co State of PENNSYLVANIA e_ 01 County of MONTGOMERY ss c o-�, o S On this 23rd day of April 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m i� 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 the corporations by himself as a duly authorized officer, a)Ud 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. < c'� p 0 commonv.vatth of Pennsylvania-Notary Seal T— ej O •v .r '�1`--,`: Teresa Pastella,Notary Public ///��� (1)•— Montgomery county ,/J c E I r My commission expires March 28,2025 By: v y: Commission numher 1126044 O Merrier.Pennsylvana Assccabw of Nctanes Teresa Pastella,Notary Public Q p CD This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual oNro •� Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o N ARTICLE IV—OFFICERS:Section 12.Power of Attorney. d 00 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 v o President may prescribe,shall appoint such attome s 1n fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety cco m Y P PP � Y- - Y rY rP any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall- o -_ 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 cc ar Z 0 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�0 c`"o 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. n ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. ILL 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 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,recognizances and other surety obligations.Such attorneys-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-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 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. 1,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 1st day of February 2022 . 1NSUR \-jV INSVq X14 /.Jp•pofkp aTQy� �'al xPoRgT`9y GP�'p"Wit 14, �`r = Fo IQ 3° o F r ; 1912y o o y1919� n Q 1991 r�jl9,'s•4 CNU`'�A y��ryhi P a�G Y NDI P, a3 By: *�-4 s�M * hid Renee C.Llewellyn,Assistant Secretary LIAS-12873 LMIC OCIC WAIC Multi Co 02J21 0�Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para sometcr una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para information o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (1 I 1-IA) de Texas Consumer Protection (I I I-IA) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX# (512)490-1007 Web: httl2://www.tdi.texas.gov Web: http://wxvw.tdi.texas.gov E-mail: Con sum erProtection cbtdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first Lin reclamo, debe comunicarse con el agente o contact the agent or call l-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved,you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP70680901 LMS-15292 10116