HomeMy WebLinkAboutContract 60158-FP2Page 1 of 2
City Secretary
Contract No.__________________
Date Received ______________
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: Hampton Tract Ph 2
City Project No.: 104313
Improvement Type(s): Paving Drainage Street Lights Traffic Signals
Original Contract Price: $2,439,733.00
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:$2,439,733.00
Contractor Date
Title
Burnsco Construction, Inc.
Company Name
Project Inspector Date
Project Manager Date
CFA Manager Date
______________________________________ __________________________________
TPW Director Date
Asst. City Manager Date
Page 2 of 2
Notice of Project Completion
Project Name: Hampton Tract Ph 2
City Project No.: 104313
City’s Attachments
Final Pay Estimate
Change Order(s):Yes N/A
Contractor’s Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 300 WD
Work Start Date: 10/5/2023
Days Charged: 249 WD
Work Complete Date: 12/23/2024
Completed number of Soil Lab Test: 375
Completed number of Water Test: 18
CITY OF FORT WORTH
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type DRAINAGE
DOE Number 4313
Estimate Number 1 Payment Number 1 For Period Ending 12/23/2024
FINAL PAYMENT REQUEST
City Secretary Contract Number
249
WD
Contract Date
BURNSCO CONSTRUCTION, INC.
NA
6331 SOUTHWEST BLVD
FORT WORTH TX 76132
G. DEYON M.CAIN
300WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 104313
Tuesday, February 11, 2025 Page 1 of 5
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type DRAINAGE
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
Project Funding
City Project Numbers 104313
UNIT III- A: DRAINAGE IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 LARGE STONE RIPRAP, DRY 649 SY $96.00 $62,304.00 649 $62,304.00
2 TRENCH SAFETY 4583 LF $0.50 $2,291.50 4583 $2,291.50
3 21" RCP, CLASS III 210 LF $91.00 $19,110.00 210 $19,110.00
4 24" RCP, CLASS III 650 LF $103.00 $66,950.00 650 $66,950.00
5 27" RCP, CLASS III 86 LF $118.00 $10,148.00 86 $10,148.00
6 30" RCP, CLASS III 50 LF $129.00 $6,450.00 50 $6,450.00
7 36" RCP, CLASS III 893 LF $166.00 $148,238.00 893 $148,238.00
8 42" RCP, CLASS III 2327 LF $217.00 $504,959.00 2327 $504,959.00
9 54" RCP, CLASS III 367 LF $311.00 $114,137.00 367 $114,137.00
10 4' STORM JUNCTION BOX 5 EA $6,300.00 $31,500.00 5 $31,500.00
11 5' STORM JUNCTION BOX 5 EA $7,200.00 $36,000.00 5 $36,000.00
12 6' STORM JUNCTION BOX 1 EA $9,400.00 $9,400.00 1 $9,400.00
13 7' STORM JUNCTION BOX 1 EA $12,100.00 $12,100.00 1 $12,100.00
14 10' CURB INLET 2 EA $5,900.00 $11,800.00 2 $11,800.00
15 15' CURB INLET 22 EA $8,000.00 $176,000.00 22 $176,000.00
16 4' DROP INLET 2 EA $6,500.00 $13,000.00 2 $13,000.00
17 42" SLOPING HEADWALL 2 EA $3,500.00 $7,000.00 2 $7,000.00
18 54" SLOPING HEADWALL 1 MO $4,500.00 $4,500.00 1 $4,500.00
$1,235,887.50 $1,235,887.50Sub-Total of Previous Unit
UNIT III- B: DRAINAGE IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE HEADWALL/SET 2 EA $7,500.00 $15,000.00 2 $15,000.00
2 LARGE STONE RIPRAP, DRY 837 SY $96.00 $80,352.00 837 $80,352.00
3 TRENCH SAFETY 140 LF $0.50 $70.00 140 $70.00
4 21" RCP, CLASS III 32 LF $92.00 $2,944.00 32 $2,944.00
5 27" RCP, CLASS III 88 LF $123.00 $10,824.00 88 $10,824.00
6 15' RECESSED INLET 2 EA $8,000.00 $16,000.00 2 $16,000.00
7 SKEW WINGED HEAD WALL 2 EA $106,500.00 $213,000.00 2 $213,000.00
8 MBC 5B-10'X5'20 LF $6,211.00 $124,220.00 20 $124,220.00
Tuesday, February 11, 2025 Page 2 of 5
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type DRAINAGE
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
Project Funding
City Project Numbers 104313
9 MBC 5B-10'X5'12 LF $7,430.00 $89,160.00 12 $89,160.00
$551,570.00 $551,570.00Sub-Total of Previous Unit
UNIT III- C: DRAINAGE IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE HEADWALL/SET 1 EA $7,500.00 $7,500.00 1 $7,500.00
2 LARGE STONE RIPRAP, DRY 622 SY $96.00 $59,712.00 622 $59,712.00
3 TRENCH SAFETY 673 LF $0.50 $336.50 673 $336.50
5 27" RCP, CLASS III 604 LF $124.00 $74,896.00 604 $74,896.00
6 33" RCP, CLASS III 6 LF $176.00 $1,056.00 6 $1,056.00
5 36" RCP, CLASS III 42 LF $170.00 $7,140.00 42 $7,140.00
6 4' STORM JUCTION BOX 2 EA $6,300.00 $12,600.00 2 $12,600.00
7 15' CURB INLET 1 EA $8,000.00 $8,000.00 1 $8,000.00
8 4' DROP INLET 1 EA $6,500.00 $6,500.00 1 $6,500.00
9 SKEW WINGED HEAD WALL 1 EA $352,000.00 $352,000.00 1 $352,000.00
10 MBC 5B- 10'X4'21 LF $5,835.00 $122,535.00 21 $122,535.00
$652,275.50 $652,275.50Sub-Total of Previous Unit
Tuesday, February 11, 2025 Page 3 of 5
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type DRAINAGE
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
Project Funding
City Project Numbers 104313
Contract Information Summary
Change Orders
$2,439,733.00Original Contract Amount
$2,439,733.00Total Contract Price
$2,439,733.00
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $2,439,733.00
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $2,439,733.00
Less Liquidated Damages
Days @ / Day
$0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$2,439,733.00
$0.00
Tuesday, February 11, 2025 Page 4 of 5
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type DRAINAGE
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
Project Funding
City Project Numbers 104313
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$2,439,733.00
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $2,439,733.00
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $2,439,733.00
Less Liquidated Damages
0 Days @ $0.00 / Day $0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$2,439,733.00
$0.00
City Secretary Contract Number
249
WD
Contract Date
BURNSCO CONSTRUCTION, INC.
NA
6331 SOUTHWEST BLVD
FORT WORTH TX 76132
G. DEYON M.CAIN
300
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Tuesday, February 11, 2025 Page 5 of 5
Rev. 8/20/19
TRANSPORTATION AND PUBLIC WORKS
January 27, 2025
Burnsco Construction, Inc.
6331 Southwest Blvd.
Benbrook, TX. 76132
RE: Acceptance Letter
Project Name: Hampton Tract Ph.2
Project Type: water, sewer, paving, storm drain, street lights
City Project No.: 104313
To Whom It May Concern:
On December 23, 2024 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 January 27, 2025. 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 January 27, 2025, 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)
392-6826.
Sincerely,
George Marquez, Project Manager
Cc: Matt Cain, Inspector
Gary Deyon, Inspection Supervisor
Edward D’Avila, Senior Inspector
Andrew Goodman, Program Manager
Shield Engineering, Consultant
Gilco Contracting, Inc., Contractor
D.R. Horton, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
AFFIDELVI'I'
STA�r� n� �r'�XAS
CQi1NTY C7P TARRANT
Before me, tlle ui��ie��si�;�7ed autl�ority, a notary ptiblic in the 5tate
and cc�unty att�resaid, on this clay pc:rsc�naIly ap�carcd Ab Graz�tges,
C�mtract M�;r, Of Surns�n Cnr�stnietion, knc�wn tc� ine tc3 he a cred�hlc
��erson, whc� being �y me duly sw�}rn, up�ia ]�is oath deposed and said;
That all pc�-snns, fit-�ns, associ�itic}Fls, ct�r��oraticros, nr c�ther
arganizatic7i�s furnishing ��ibor andlc�r materials have been paid in full;
That thc wa�e scale established by the City Council i�i thc City of
Fort Warth lias been paid iil f�ill;
That thcrc are no claiins pendin� tt7r perst7naI inju�y aridl��r
property aa�nages;
�n Contract dcscrihed as;
Hantptc3n �I'ract Phase 2- Watcr, Sanitary SeGver and Stot-�n Dr�iin
� _ .�.------
BY
Ah rant�;es, Cont • •t Manager
Subscribed and swori� before mc on t�is �ate l2th af February, 2025.
,
_� ��._�—�-J
Notary PubIic
Tau-rant Coui�ty, '1'exas
,,,,��"�� xA55ANQ�A CANA��S
_ c•`°��,:�'9�•, Pfer� S�ata ol Texa�s
'�,,�'• : Nntary lic.
'�,'. %'\ . = i:nmm. Cxp{res 01-23-2U�7
���i�� e'� l4 A158873
� �,��,«��' r��t��v tis
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Archkects, AIA Document G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No 022236960
PROJECT:
(name, addl'eSSjSunnycreek Phase 2(Hampton Tract 2) - Water, Sanitary Sewer, Storm Drain Improvements
TO (Owner)
ID.R. HORTON - TEXAS, LTD AND CITY OF FORT
WORTH
6751 North Freeway
Fort Worth TX 76131
CONTRACTOR: BURNSCO CONSTRUCTION, INC.
Fort Worth
TX
� ARCHITECT'S PROJECT NO:
CONTRACT FOR:
Sunnycreek Phase 2(Hampton Tract 2) -1/Vater, Sanitary Sewer,
Storm Drain Improvements
.� CONTRACT DATE:
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 fhere insert nema 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 final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to Ihere insert name and address of Ow�er)
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
Attest:
(Seal): �- 1N��w�_
29th day of January, 2025
LIBERTY MUTUAL INSURANCE �OM��VY
Surety Company
Signa re of Authorized Representative
, onhinie H�nter AttorneV-in-Fact
Title
NOTE: This form is to be used as a companion documant to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OP DEBTS AND CLAIMS,
Current Edition
ONE PAGE
Liberty
Mutual�
SURETY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
IN WITNESS WHEREOF, I have hereunto su6scribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
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 organlzed
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, Don E.
Cornell; Joshua Saunder..: Kell� A. Westbrnc,k: Mikaela Pcppers_ Ricarclu J Reyna; Robbi Morales; Saphinie Hunter; Tina McEwan; Tonie Petranek
all of the city of Dailas 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.
tN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized offcer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 23rd day of April , 2021 .
N
�
�
c
m
c`o State of PENNSYLVANIA
� County of MONTGOMERY ss
Liberty Mutual Insurance Company
`�P oa °'r��y QP�oaP°Ra�'9 4PaoN�'La��' West�Americanalnsuran enComo npany
; 3` Fo �'c� Q 3` Fo �c+ p�c Fo C+� P Y
�;1912y o 0 1919 � � 1991 � /�
�dV19sSACHU`�� dD y�y�HAMPS�`p,aDO `!s �NDIANP da3 '" " ` �il.�
9i� * �,� dyl * �� ,�M * �� By: �..
David M. Carey, Assistant Secretary
o� I On this 23rd day of :apri[ , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
� c� Company, The Ohio Casualty Campany, 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.
N @
3
�
�'�
o�
N �
O �
C�
��
N �
'C �
�'—
L �
om
�p PasF
,�.�f gpONW�; �y CommonwealthofPe�ns•:ivania-YctarySeal
�4,r p�� �R� � Teresa Pastella, Notary Public �
�F Montgomery County
My commission expires March 28, 2025 By•
��r Commission number 1126044
� HSYk.��'@ e�G Mem6er, Pennsylvania Association of Notaries eresa Pastelia,.
�4F3y+ F+tS�°" .
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The
Insurance Company, and West American Insurance Company which resolutions are now in fuil force and effect reading as follows:
Certificate No: 8205467-022020
/ //
/i
Public
Ohio Casualty Insurance Company, Liberty Mutual
ARTICLE IV— OFPICERS: 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 attorneys-in-fact, as may be necessary to act in behalf of the Corporation 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 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 attorney-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 wri6ng 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, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have ful� 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 ceRified 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. Lleweliyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutu21 Insurance Company, and West American Insurance Company do
hereby ce�ify that the originai power of attorney of which the foregoing is a full, true and correct copy of the Rower of Aktorney 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 29th day of January , 2025 .
� 1NSU
�� p'4opror��y��
2 F
Y;1912g o
rd,� ss.a�x�5� da
9j� * �,l�
LMS-12873 LMIC OCIC WAIC Multi Co 02/21
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.
�qY INsv a �NS(/,4
c�yJ3°oaPo�T�O'�qym \V 3°oaPa�roZ�cn
�
o y 1919 � o Q 1991 0 "' G,�Cp``�„
��� "AMPS� aa �s �N��ANP da BY� Renee C. Liewellyn, Assistant Secretary
yl * i-a dM * �-�
p O
` �'
� N
00
O N
d�
�. ,
00
c�
m—
� U
c
��
��
o�
LL ❑
��• Liberty
Mutualm
SURETY
TEXAS
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call toll-free for information or to
make a complaint at
1-877-751-2640
You may also write to:
2200 Renaissance Blvd., Ste. 400
King of Prussia, PA 19406-2755
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
Consumer Protection (111-1 A)
P. O. Box 149091
Austin, TX 78714-9091
FAX: (512) 490-1007
Web: htt�://www.tdi.te�as. o�v
E-mail: ConsumerProtection�tdi.texas.�ov
PREMI[!M OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should first
contact the agent or call 1-800-843-6446.
If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY:
This notice is for infortnation only and does not
become a part or condition of the attached
document.
NP70680901
LMS-15292 10/15
TEXAS
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede llamar al numero de telefono gratis
para informacion o para someter una queja al
1-877-751-2640
Usted tambien puede escribir a:
2200 Renaissance Blvd., Ste. 400
King of Prussia, PA 19406-2755
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companias, coberturas, derechos o
quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros
de Texas Consumer Protection (111-1 A)
P. O. Box 149091
Austin, TX 78714-9091
FAX # (512) 490-1007
Web: http://www.tdi.texas.�ov
E-mail: ConsumerProtectionnao,tdi.texas.gov
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiena una disputa concerniente a su prima o a
un reclamo, debe comunicarse con el agente o
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI)
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para proposito de informacion
y no se convierte en parte o condicion del
documento adjunto.