HomeMy WebLinkAboutContract 48435-FP3 FORT WORT
CITY SECRETARY r-
CQNTRACT Nd.,�_� • t ✓. r J
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
(Developer Projects)
FA So.a n Cid 1 115'k City Project Ns: 100327
ds"ll ev_?_5
Regarding contract 100327 for THE VILLAGES OF EAGLE MOUNTAIN PHASE III as required by the
TRANSPORTATION& PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director
of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the
Transportation&Public Works Department has accepted the project as complete.
.�
mow.,
Original Contract Price: $258,233.90
ir
Amount of Approved Change Orders: Ne "
fi_ }
A ,tom
i. U
Revised Contract Amount:
Total Cost Work Completed; �"'�'' `�` $258,233.90
"T
r
f
. n
S t
a� KL
Recomm for Acceptance Date
Asst. Dire r TPWesign an onstruc ion
e S
Accepted Date
Director, TRANSPORTATION & PUBLIC WORKS ,
Asst. City Manager Date
Department of TP &W Const.Services
CPN# Date
Project anager
Risk Management Canad
Comments: Brotherton ®—L;S-
D.O.E. V')
CFA Morales /Scanned OFFICIAL RECORD
Gutzier/Scanned
The Proceeding people have been Contacted CITY SECRETARY
DEC — 5 2017 concerning the request for final payment& have FTS WoxTrH TX
released this project for such payment.
b
Clearance Conducted By "I mW6
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name THE VILLAGES OF EAGLE MOUNTAIN PH III
Contract Limits
Project Type STORM DRAIN
City Project Numbers 100327
DOE Number 0327
Estimate Number 1 Payment Number 1 For Period Ending 11/1/2017
CD
City Secretary Contract Number Contract Time I IGD
Contract Date Days Charged to Date 115
Project Manager NA Contract is 100.00 Complete
Contractor BURNSCO CONSTRUCTION,INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
Inspectors DICKINSON / BUTLER
i
I
i
Wednesday,November 1,2017 Page 1 of 4
c
f
City Project Numbers 100327 DOE Number 0327
Contract Name THE VILLAGES OF EAGLE MOUNTAIN PH III Estimate Number 1
Contract Limits Payment Number I
Project Type STORM DRAIN For Period Ending 11/1/2017
Project Funding
STORM DRAIN
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 REMOVE 4'DROP INLET I EA $800.00 $800.00 1 $800.00
2 LARGE STONE RIPRAP 50 SY $50.00 $2,500.00 50 $2,500.00
3 TRENCH SAFETY 2451 LF $0.40 $980.40 2451 $980.40
4 21"RCP 290 LF $47.00 $13,630.00 290 $13,630.00
5 24"RCP 1114 LF $52.00 $57,928.00 1114 $57,928.00
6 27"RCP 271 LF $58.50 $15,853.50 271 $15,853.50
7 30"RCP 669 LF $67.00 $44,823.00 669 $44,823.00
8 36"RCP 33 LF $91.00 $3,003.00 33 $3,003.00
9 42"RCP 74 LF $116.50 $8,621.00 74 $8,621.00
10 4'STORM JUNCTION BOX 6 EA $3,850.00 $23,100.00 6 $23,100.00
I 1 Y STORM JUNCTION BOX 1 EA $4,395.00 $4,395.00 1 $4,395.00
12 10'CURB INLET 19 EA $3,400.00 $64,600.00 19 $64,600.00
13 20'CURB INLET 1 EA $5,900.00 $5,900.00 1 $5,900.00
14 10'CURB INLET I EA $3,500.00 $3,500.00 1 $3,500.00
15 42"SLOPED END HEADWALL 1 EA $2,300.00 $2,300.00 1 $2,300.00
16 PIPE COLLAR I EA $300.00 $300.00 1 $300.00
17 20'CURB INLET 1 EA $6,000.00 $6,000.00 1 $6,000.00
Sub-Total of Previous Unit $258,233.90 $258,233.90
Wednesday,November 1,2017 Page 2 of 4
City Project Numbers 100327 DOE Number 0327
Contract Name THE VILLAGES OF EAGLE MOUNTAIN PH III Estimate Number I
Contract Limits Payment Number I
Project Type STORM DRAIN For Period Ending 11/1/2017
Project Funding
Contract Information Summary
Original Contract Amount $258,233.90
Chane Orders
Total Contract Price $258,233.90
f i I1
�r Date F ` ' �a I Total Cost of Work Completed $258,233.90
ontractor . Less %Retained $0.00
+ Net Earned $258,233.90
Inspection Supervisor Earned This Period $258,233.90
Date ///97/17Retainage This Period $0.00
Less Liquidated Damages
Proje anager
`�•1 Days @ /Day $0.00
Date p `/ LessPavement Deficiency $0.00
Asst.Di c W-infrastrwflsR[iCiibn Less Penalty $0.00
2 Da ( 4- ���� Less Previous Payment $0.00
Director/Contracting epartment Plus Material on Hand Less 15% $0.00
Balance Due This Payment $258,233.90
i
�i
Wednesday,November 1,2017 Page 3 of 4
i
i
City Project Numbers 100327 DOE Number 0327
Contract Name THE VILLAGES OF EAGLE MOUNTAIN PH III Estimate Number I
Contract Limits Payment Number I
Project Type STORM DRAIN For Period Ending 11/1/2017
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors DICKINSON / BUTLER Contract Date
Contractor BURNSCO CONSTRUCTION,INC. Contract Time 115 CD
6331 SOUTHWEST BLVD Days Charged to Date 115 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 $258,233.90
Less %Retained $0.00
Net Earned $258,233.90
Earned This Period $258,233.90
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 $258,233.90
Wednesday,November 1,2017 Page 4 of 4
FORT WORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: The Villages of Eagle Mountain Phase#3
PROJECT NO.: 327 CONTRACTOR: Burnsco Construction
DOE NO.: NA
PERIOD FROM:01/04/17 TO: 10/13/17 FINAL INSPECTION DATE: 23-Oct
WORK ORDER EFFECTIVE:10/30/2017 CONTRACT TIME: 115/CD O W[* CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED CREDITED MONTH CHARGED CREDITED
DURING DURING
1. 16.
2. 17.
3. 18.
4. 19.
5. 20.
6. 21.
7. 22.
8. 23.
9. 24.
10. 25.
11. 26.
12. 27.
13. 28.
14. 29.
15. 30.
31.
SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS OTHERS" CHARGED DAYS
THIS
PERIOD 0 0 0 184 115 299
PREVIOUS 0 0 0 0 0 0
PERIOD
TOTALS 0 0 0 184 115 299
TO DATE
*REMARKS:
C N RACTO DATE INSPECTOR DATE
ENGINEERING DEPARTMENT
la The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845
. `11
�ORT WORTH
REV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I)PROJECT INFORMATION Date: 11/3/2017
Name of Contractor Project Name
Burnsco Construction The Villages of Eagle Mountain Phase#3
DOE Inspector Project Manager
Donald Watson Aron Long
DOE Number ProjectDicully Type of Contract
100327 0 Simple QQ Routine Q Complex ❑ water[:] Waste Water❑✓ Storm Drainage❑ Pavement
Initial Contract Amount Final Contract Amount
$258,233.90 1$258,233.90
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION I PLANS & SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector 12 Clarity& Sufficiency of Details
3 Accuracy of Measured Quantities 14 13 Applicability of Specifications
4 Display Of Professionalism 4 Accuracy of Plan Quantities
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance- Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 12 Availability of Project Manager
-- _ -
1 Change Order Processing Time 13 Communication
2 Timliness of Contractor Payments q14 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
II1)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311
(817) 392-7941 •Fax: (817) 392 7845
FORTWORT-H REV:02/20/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
1) CONTRACTOR&PROJECT DATA
Name of Contractor Project Name
Burnsco Construction The Villages of Eagle Mountain Phase#3
DOE Inspector DOE Number
Donald Watson 100327
DOElnspector Project Manager
❑ Water❑ Waste WaterQ Storm Drainage[] Pavement Aron Long
Initial Contract Amount ProjectDifftadty
$258,233.90 O Simple Routine O Complex
Final Contract Amount Date
$258,233.90 11/3/2017
II)PERFORMANCE EVALUATION
0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE
1 Submission of Documents 2 Y 4 8 8
2 Public Notifications 5 Y 4 20 20
3 Plans on Site 5 Y 3 20 15
4 Field Supervision 15 Y 3 60 45
5 Work Performed 15 Y 3 60 45
6 Finished Product 15 Y 4 60 60
7 Job Site Safety 15 Y 4 60 60
8 Traffic Control Maintenance 15 Y 3 60 45
9 Daily Clean Up 5 Y 3 20 15
10 Citizen's Complaint Resolution 5 Y 4 20 20
11 Property Restoration 5 Y 3 20 15
12 After Hours Response 5 Y 3 20 15
13 Project Completion 5 Y 3 20 15
TOTAL ELEMENT SCORE(A) 378
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 378
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 448
Rating([TS/MS] * 100%) 378 / 448 = 84%
Performance Category Excellent
<20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspector Sigpature Contractor
005,
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845
CONSENT OF OWNER
SURETY COMPANY ARCHITECT
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707
Bond No 022056037
PROJECT: The Villages of Eagle Mountain Phase III-Water, Sewer and Drainage Improvements
(name, address) Fort Worth Texas
TO (Owner)
ID.R. HORTON-TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT NO:
WORTH CONTRACT FOR:
6751 North Freeway The Villages of Eagle Mountain Phase III-Water,Sewer and Drainage
Improvements
Fort Worth TX 76131 __j 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 , CONTRACTOR,
Benbrook TX 76132
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)
D.R. HORTON-TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort 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 20th day of October, 2017
LIBERTY MUTUAL INSURANCE COMPANY
Surety Company
Attest:V. DeLene Marshall
(Seal): Signa re of Authorized Representative
Sophinie Hunter Attorney-in-Fact
Title
NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
Current Edition
ONE PAGE
\r- THIS•POWER OF ATTORNEY IS VALID UNLESS IT IS PRINTED ON RED BACKGROUND:
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.
Certificate No.7876988
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company 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
LibertyMutual 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 undertilelaws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint,
Don E.Cornell;Kell A.Westbreo -Ricardo J.Re- na:Robb)Morales,,Sonriie Hunter Tma�vlcEwan;:V DeLene Marshall
all of the city of Dallas state of TX each individually if there be more tban:one named;.its rue and7awful attorney m fact to make,execute,seal,acknowledge
and deliver,for and on its behalf as surety and asits act and deed,any and all undertakings;bo11 nds,recognizances and-other-surety obligatlon5 Sri Jpursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed bythe.president and attestedby:the secretary of the Conipanie§in their o rn pr er persons.
IN WITNESS WHEREOF,_this Power Attorney has-been subscribed bq an authorized officer or official ofthe Companies and the corporate seals of the Companies have been affixed
thereto this 25th day of August 2017
ry
The Ohio Casualty Insurance Company W
l F\
Liberty Mutual Insurance Company d
,91, �
WestAmerican Insurance Company
David M Carey,Assistant Secretary
C STATE OF PENNSYLVANIA ssCU
-
�+ COUNTY OF MONTGOMERY O
O
N ED On this 25th day of August 2017 before me personally appeared David M.Carey..who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v f-
V:N: 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 >,(
yW
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. O
@`->: IN WITNESS WHEREOF,f have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O a
COMMONWEALTH OF PENNSYLVANIA Q M
Notarial Seal O d
• I t-p°� A
Teresa Pastella,Notary Public By=
N
OF
C6 y ( i UpperMerinn7wp.,NiontgonneryCounty Teresa Pastella,Notary Public 3
My Commission Expires March 22.2021
Member.Pennsylvania Association et Notaries
O .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 .(n CG
Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as Follows:
W a) 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 O r-
0)0)
d% to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact;as may be necessary to act in behalf of the Corporation to make,execute,seal, �4)
O,E 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 3:
E 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 as
O 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 attorney-in-fact under >
the provisions of this article maybe revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. d
-_� 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, E o0
> and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to actin behalf of the Company to make,execute, ,=
a 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 "
Z.t3 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 0 C
executed such instruments shall be as binding as if signed bythe president and attested by. ecretary. H
Certificate of Designation The President of the Company,_acting pursuant-to-the Bylaws-if the Company,authorizes David m Carey,Assistant Secretary to appoint such attorneys-in-
factas may be necessary to act on behalf of he Companyaa 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 appearingupon a certified copy of any power of_2ttorney issued by the Company_in connection with spiety 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, Assis ant: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-�o-rrgct:Gopy of the Power of Atto`rnep axecutecfby said;Companies,is in full force and effect and
-has-not been revoked. p sy
IN TESTIMONY WHEREOF I have hereunto set my hand and affixed the seals of said Companies this +✓ day of 20 l P
e
19T7 By. Renee C.Llesvei ssistant Secretary
r
r ,f
1.
123 of 400
Lti1S 12873 022017 -
Liberty
Mutual
SURETY
TEXAS TEXAS
IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint: Para obtener informacion o para someter una
quej a:
Usted puede hamar al numero de telefono gratis
You may call toll-free for information or to para inormcion o para someter una queja al
make a complaint at 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 D obtenepartamentocion de
Insurance to obtain information on companies, acg r sde ecompanias,Texasarcobe turri, derechos o
coverages, rights or complaints at
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(111-1A) de Texas Consumer Protection (111-1A)
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: http://www tdi texas.gov
Web: http'/r��'�'�'tdi texas.gov
E-mail: ConsuinerProtectionna tdi texas gov
E-mail: ConsumerProtectionna tdi.texas.�ov
PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS:
Should you have a dispute concerning your Si tiena una dibetcomuni arsetconselprima
agente o
premium or about a claim you should first un reclamo, de puede
contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, p
contact the entonces comunicarse con el departamento (TDI)
If the dispute is not resolved, you may
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR
UNA ESTE AVISO A SU POLIZA:
POLICY:
ion
This notice is for information only and does not Este aviso es solo para prop to itoo d o d _cion c del
become a part or condition of the attached y no se convierte en p
documento adjunto.
document.
NP 70 68 09 01
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 Bumsco construction, Inc., 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;
Villages of Eagle Mountain Ph. 3-Water, Sanitary Sewer and Storm Drain
BY
Ab Grantges ract Manager
Subscribed and sworn before me on this date 23rd of October, 2017.
No Public
=$III
MARY PANNELL
Tarrant County, Texas Public,State of Texas
,Ex ires 10-19-2018
otary ID 5144239