Loading...
HomeMy WebLinkAboutContract 57209-FP1-FP1 City Secretar�7209 Contract No. FORTWORTH. Date Received 04/27/2023 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: Liberty Trails Phase 4 City Project No 103357 Improvement Type(s): Water 0 Sewer ❑x Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Dec 20, 2022 Albert Crantges (D 0, 202210:3 T) Contractor Date Vice President Title Burnsco Construction, Inc. Company Name mgv) Fabian Diaz (Dec 20, 202210:41 CST) Project Inspector K'i�aary K'aru7�w, P. E. Khan Konduru, P.E. (Dec 23, 202212:44 CST) Project Manager R , CFA Manager _'Ad— ' Lauren Prieur (Dec 23, 202212.57 CST) Interim TPW Director 0 William Juhnson(Do 4. 202217,25 CST) Asst. City Manager Dec 20, 2022 Date Dec 23, 2022 Date Apr 27,2023 Date Dec 23, 2022 Date Dec 24, 2022 Date $1,200,357.10 $21,426.30 $1,221,783.40 $1,221,783.40 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Liberty Trails Phase 4 City Project No.: 103357 City's Attachments Final Pay Estimate ❑x Change Order(s): 9 Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time100 WD Days Charged 126 Work Start Date 4/6/2022 Work Complete Date: 12/15/2022 Soil Lab Number of Tests 567 Water Number of Tests 22 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LIBERTY TRAILS PHASE 4 Contract Limits Project Type WATER & SEWER City Project Numbers 103357 DOE Number 3357 Estimate Number I Payment Number 1 City Secretary Contract Number Contract Date 3/1/2022 For Period Ending 12/l/2022 WD Project Manager NA Contractor BURNSCO CONSTRUCTION, INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors MILLER, W / DIAZ, F Contract Time I OWD Days Charged to Date 126 Contract is 100.00 Complete Tuesday, December 20, 2022 Page 1 of 5 City Project Numbers 103357 Contract Name LIBERTY TRAILS PHASE 4 Contract Limits Project Type WATER & SEWER Project Funding UNIT I: WATER IMPROVEMENTS DOE Number 3357 Estimate Number 1 Payment Number 1 For Period Ending 12/1/2022 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I TRENCH SAFETY- CO2 6065 LF $0.10 $606.50 6065 $606.50 2 DUCTILE IRON WATER FITTINGS 4.75 TN $10,300.00 $48,925.00 4.75 $48,925.00 W/RESTRAINT C01&2 3 8" PVC WATER PIPE COI&2 5449 LF $53.00 $288,797.00 5449 $288,797.00 4 8" DIP WATER 488 LF $75.00 $36,600.00 488 $36,600.00 5 20" CASING BY OPEN CUT 120 LF $220.00 $26,400.00 120 $26,400.00 6 FIRE HYDRANT 6 EA $5,400.00 $32,400.00 6 $32,400.00 7 1" WATER SERVICE 135 EA $1,040.00 $140,400.00 135 $140,400.00 8 8" GATE VALVE COI 20 EA $1,630.00 $32,600.00 20 $32,600.00 9 AUTOMATIC FLUSHING DEVICE 2 EA $8,500.00 $17,000.00 2 $17,000.00 10 12" WATER PIPEC01 128 LF $108.00 $13,824.00 128 $13,824.00 11 12" GATE VALVE COI 1 EA $3,150.00 $3,150.00 1 $3,150.00 12 -------------------------------------- 1 1/2" WATER SERVICE CO2 2 EA $1,960.00 $3,920.00 2 $3,920.00 Sub-Total of Previous Unit $644,622.50 $644,622.50 UNIT H: SANITARY SEWER IMPROVEMENTS Item Description of Items No. ---------------- 1 POST -CCTV INSPECTION 2 MANHOLE VACUUM TESTING 3 TRENCH SAFETY 4 TRENCH WATER STOPS 5 4" SEWER SERVICE 6 8" SEWER PIPE 7 8" SEWER PIPE, CSS BACKFILL 8 10" SEWER PIPE 9 10" SEWER PIPE, CSS BACKFILL 10 4' MANHOLE 11 4' DROP MANHOLE 12 4' EXTRA DEPTH MANHOLE 13 EPDXY MANHOLE LINER Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total ---------------------- 5473 LF $3.30 $18,060.90 5473 $18,060.90 31 EA $120.00 $3,720.00 31 $3,720.00 5473 LF $1.00 $5,473.00 5473 $5,473.00 14 EA $300.00 $4,200.00 14 $4,200.00 135 EA $1,040.00 $140,400.00 135 $140,400.00 3665 LF $47.00 $172,255.00 3665 $172,255.00 320 LF $83.00 $26,560.00 320 $26,560.00 1284 LF $56.00 $71,904.00 1284 $71,904.00 204 LF $92.00 $18,768.00 204 $18,768.00 30 EA $2,970.00 $89,100.00 30 $89,100.00 1 EA $4,060.00 $4,060.00 1 $4,060.00 98 VF $160.00 $15,680.00 98 $15,680.00 14 VF $370.00 $5,180.00 14 $5,180.00 Tuesday, December 20, 2022 Page 2 of 5 City Project Numbers 103357 DOE Number 3357 Contract Name LIBERTY TRAILS PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 12/1/2022 Project Funding 14 CONCRETE ENCASE SEWER PIPE 1.58 CY $1,139.24 $1,800.00 1.58 $1,800.00 -------------------------------------- Sub-Total of Previous Unit $577,160.90 $577,160.90 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Tuesday, December 20, 2022 Page 3 of 5 City Project Numbers 103357 Contract Name LIBERTY TRAILS PHASE 4 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number I Change Order Number 2 DOE Number 3357 Estimate Number 1 Payment Number 1 For Period Ending 12/1/2022 $1,200,357.10 $14,637.00 $6,789.30 Total Contract Price $1,221,783.40 Total Cost of Work Completed $1,221,783.40 Less % Retained $0.00 Net Earned $1,221,783.40 Earned This Period $1,221,783.40 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 $1,221,783.40 Tuesday, December 20, 2022 Page 4 of 5 City Project Numbers 103357 Contract Name LIBERTY TRAILS PHASE 4 Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors MILLER, W / DIAZ, F Contractor BURNSCO CONSTRUCTION, INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 DOE Number 3357 Estimate Number 1 Payment Number 1 For Period Ending 12/1/2022 City Secretary Contract Number Contract Date 3/1/2022 Contract Time 100 WD Days Charged to Date 126 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 $1,221,783.40 Less % Retained $0.00 Net Earned $1,221,783.40 Earned This Period $1,221,783.40 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 $1,221,783.40 Tuesday, December 20, 2022 Page 5 of 5 FORT WORTH, J TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Liberty Trails Phs4 CITY PROJECT NUMBER: 103357 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC Water Pipe 8" PVC 5449 8" DIP Water 8" DIP 488 12" PVC water Pipe 12" PVC 128 FIRE HYDRANTS: 7 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 1" Domestic 135 1.5" Irrigation 2 SEWER PIPE LAID SIZE TYPE OF PIPE LF 4" Sewer Pipe 4" PVC 135 8" Sewer Pipe 8" PVC 3985 10" Sewer Pipe 10" PVC 1488 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 4" Sewer Service PVC 135 TRr1NSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 04 q Co 04 � k E CL 0 � � � � W LLJLLJ § � 2 )2 // - 2 � I \ ± Q \ \ / /, / \ \ \ \ G , o ,,R e , ) \ \ E §'/ / \ w G bk § / F , ® w § o / o ± (2 ] au 0 0= k E \j <e G e zr) k \ ƒ \ \ k � \IN e % \ 0 § § \ § . £ .0IOU ( \ § '� \ § ` \, k 0 ! ) \ } } } \ / b 2 § r w 3! J o© o- ( / [ ƒ \ k` - 2 ) ¥ \ ; * w \ (\ \ ) \ / m w p K 0 w O z a x U K O LL z Z O N a W K o z o s z a N 0 O U U S O o c C c v 0 m m w a 0 W o > U a E o ui m a © z r 0 0 0 z r o W m muj a° o 1N J W W ^ t f cc>LU q 2 om 0 w wi o U O w O < W as E Im a m z i z J 0 J N_ ? S � � U z W p F > JO c 2 O a u Z G z 2 LU 0 w z a m LL (n W N m 0 O a U � U � o O W W G za x a CO d m E r z C*4 � 0 q � � � Q k Lo C*4 - % � � ULu \ � 2 S uj k cr ) \0 0 C14 § / / § \ � ( e o ( £ j co \j t E a & m / } ) m 8 \ f @ § r) / j m / b) & R x 4 \ .. \ < } u F # s _ g # § 0 ± / ®g # E LLI 5 = 0 0 0± i XI E \\ \ \ 5 j 0 ƒ e z0 ) ) ) 0 LU LU § o \ 0 \ m ] /IL IL \ _to LU \ 0 \ > k) [e/ - 0 ) <\F. / / r u } § ) § ( 2 ) § ± ! $ (If C) } \ �� / \ 0 » r ) & ) � § \ § § § 0 § o o « m 0 z z a 0 0 U m W 0 ft a S U W S O 0 0 0 w J m (N K Z w a O (A J W w W O Lu W W x m a r a O> m W m w = ❑ C9 m 0 r) O U E (n o Wm F- J J E � 3 ~o F U �+ Z w W ~ -j O OLL C Z F N z E NO W O Z W N j U � o W LL z K w w 0 O w U z a x v 0 w U) z 0 U) a w rlr FORTWORTH. TRANSPORTATION AND PUBLIC WORKS December 15, 2022 Burnsco Construction Inc 6331 Southwest Blvd Benbrook, Texas 76132 RE: Acceptance Letter Project Name: Liberty Trails Phs4 Project Type: New Water and Sewer City Project No.: 103357 To Whom It May Concern: On 12/15/2022 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on 12/15/2022, which is the date of the final inspection 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- 382-2237. Sincerely, Ki�-awy &�uLl , P, E. Kira n Ko nd a ru, P.E. ( Dec 23, 2022 12:44 CST) Kiran Konduru, Project Manager Cc: Fabian Diaz, Inspector Donal Watson, Inspection Supervisor Joseph Rogers, Senior Inspector Victor V. Tornoro jr, Program Manager Pape -Dawson Engineers, Consultant Burnsco construction Inc, Contractor DRH-HWY114,LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 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, Vice President, 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; Liberty Trails Phase 4 - Water, Sanitary Sewer and Storm Drain BY Ab Gra gas, Vice President Subscribed and sworn before me on this date 20th of December, 2022. I W� Mpv) a(hA Notary Public Tarrant County, Texas EMMATU#iNEF3 Notary Pub€Ic, State of Texas My Commission Expires �grfoFT�,ay August 12, 2D25 '' ... NOTARY Ip 13328419 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER PROJECT: (name, addreSS)Liberty Trails Phase 4 - Water, Sewer and Drainage Fort Worth, TX TO (Owner) DRH - HWY 114, LLC AND THE CITY OF FORT WORTH 6751 North Freeway Fart Woth TX 76131 CONTRACTOR: BURNSCO CONSTRUCTION, INC. Bond No 022232663 ARCHITECT'S PROJECT NO: CFA No. 2021-0131 CONTRACT FOR: Uberty Trails Phase 4 - Water, Sewer and Drainage Improvements Fort Worth, TX _I CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Mass insert name and address of Surety Company) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of there insert name end address of Contractorl BURNSCO CONSTRUCTION, INC. 6331 Southwest Boulevard Benbrook TX 76132 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that anal payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owned DRH - HWY 114, I_LC AND THE CITY OF FORT WORTH 6751 North Freeway Fort Woth 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 19th day of December, 2022 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest: � L [ _ "7yl {Seal): �� r' -- Signature of Authorized Representative 3gob i Morales Attorney -in -Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT 0706, 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 tailed the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E Cornell, Joshua Saunders: Kelly A. Westbrook. Mikaela Peppers, Ricardo L Rcvna: Rubbi Morales; So hinge I funter: Tina McEwan: Tonle Petrsnek 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 shall 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 23rd day of April 2021 Liberty Mutual Insurance Company 1NSUR4 P01 1HSV,p lNar/R4 The Ohio Casualty insurance Company ar`oRPo a4rPy� �4oRPortA�PWyc7 a =�p0.Pa�rFOym West American Insurance Company �1912�0 0 1919 1991 0 s v o a a w rd��sAC.IJ da 'jQ YAMPa,A '(S NDIAO' 'aa� David M. Carey, Assistant Secretary m State of PENNSYLVANIA c w- m m County of MONTGOMERY ss o U 0 o 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 u w D 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 @) to 0� m c O L Z U 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. yp PAs?F MW CcmmonweaNh or Pennsylvsnia - Notary Seal o T = y Teresa PasWla, Notary Pubic Montgomery County OF My corn rswon ex0as March W 2025 'C Commiss* number 112W" By- 'tc L4P�.li Member, Pennsylvan,a As abw of Notaries eresa Paste RY Notary Public 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 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12, Power of Attorney. 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 President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deilver as surety any and all undertakings, bonds, recognizances 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 Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such 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 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. ARTICLE XIII - Execution of Contracts, Section 5 Surety Bonds and Undertakings. 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, recognrzances 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 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, recogMzances 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. , 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 Comparies this 19th day of December , 2022 . P� 1Nsb,g4 SY 1NgU a LM3tlRq +�4¢P9��Feyfi vJa`oPPoggrPPgy� `V?4�Po�TFC� 19i 2 o 1919 a 1991 0 Ydvl��'pgCH1i5 �aa� 5�� NA MPSa daq rs �tio,AM r' dD By. Renee C. Llewellyn, Assistant Secretary LMS-12973 MC OCIC WAIC Nl th Ca 02121 OU3 _ C E o Q O oCD CO 3 °O i C0 00 c� r>3 — -a 3