Loading...
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.