Loading...
HomeMy WebLinkAboutContract 46887-FP3 Depart en f TP&W Const. Services DOE}, Date-4,( Project agagerZT WORTHS `ECRFT Risk Management Canad �38� �� AW D.O.E. B othecton COCINTRACT NO. CFA Westerman/Scannec The Proceeding people have been C9iftaReda6ncernihg Me Xquest for final payment&have released this project for such payment. 'ATION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy IF PROJECT COMPLETION 5,q D.O.E.Ns: 7220 '' 02 2 7�/ Regarding contract 117220 for TWIN MILLS-SECTION 1,SECTION 1C as required by the L5#V'4 e 8'7 WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: i� "j $213,181.00 i1 Amount of Approved Change Orders: �s MAY 2 0 2016 i JVQ Revised Contract Amount: gY Total Cost Work Completed: $213,181.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $213,181.00 Less Previous Payments: $0.00 Final Payment Due $213,181.00 Recomm nde or Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction C /�4 S%7c /b `ZIw 1 IG, Accepted J Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: P265-541200-607150227483,P275-541200-707130227483 MAY 2 2016 OFFICIAL RLWO W16 C iTy SECRETARY FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TWIN MILLS-SECTION 1,SECTION 1C Contract Limits Project Type WATER&SEWER City Project Numbers 02274 DOE Number 7220 Estimate Number 1 Payment Number 1 For Period Ending 4/22/2016 CD City Secretary Contract Number 117220 Contract Time 12CD Contract Date Days Charged to Date 224 Project Manager Long Contract is 100.00 Complete Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors LAYER / ODEN Friday,April 22,2016 Page 1 of 4 City Project Numbers 02274 DOE Number 7220 Contract Name TWIN MILLS-SECTION 1,SECTION I C Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/22/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 ---------------- ------------- - 1 8"PVC WATER PIPE 1970 LF $22.00 $43,340.00 1970 $43,340.00 2 6"PVC WATER PIPE 10 LF $20.00 $200.00 10 $200.00 3 8"GATE VALVE 2 EA $1,000.00 $2,000.00 2 $2,000.00 4 6"GATE VALVE 2 EA $700.00 $1,400.00 2 $1,400.00 5 CONNECT TO EXISTING 8"WATER MAIN 2 EA $700.00 $1,400.00 2 $1,400.00 6 FIRE HYDRANT 2 EA $2,500.00 $5,000.00 2 $5,000.00 7 DUCTILE IRON WATER FITTINGS 1.5 TN $4,300.00 $6,450.00 1.5 $6,450.00 8 TRENCH SAFETY 1980 LF $1.00 $1,980.00 1980 $1,980.00 9 1"WATER SERVICE 62 EA $565.00 $35,030.00 62 $35,030.00 10 PRESSURE/STERILIZATION 1980 LF $1.00 $1,980.00 1980 $1,980.00 11 TEMPORARY WATER SERVICES 100 LF $5.00 $500.00 100 $500.00 -------------------------------------- Sub-Total of Previous Unit $99,280.00 $99,280.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8"PVC SEWER PIPE 1969 LF $26.00 $51,194.00 1969 $51,194.00 2 8"PVC SEWER PIPE,CSS BACKFILL 20 LF $25.00 $500.00 20 $500.00 3 4'MANHOLE 7 EA $3,000.00 $21,000.00 7 $21,000.00 4 4'EXTRA DEPTH MANHOLE 5 VF $150.00 $750.00 5 $750.00 5 4"SEWER SERVICE,TWO-WAY CLEANOUT 64 EA $520.00 $33,280.00 64 $33,280.00 6 POST CCTV INSPECTION 1989 LF $2.00 $3,978.00 1989 $3,978.00 7 MANHOLE VACUUM TESTING 7 EA $150.00 $1,050.00 7 $1,050.00 8 TRENCH WATER STOPS 1 EA $160.00 $160.00 1 $160.00 9 TRENCH SAFETY 1989 LF $1.00 $1,989.00 1989 $1,989.00 -------------------------------------- Sub-Total of Previous Unit $113,901.00 $113,901.00 -------------------------------------- Friday,April 22,2016 Page 2 of City Project Numbers 02274 DOE Number 7220 Contract Name TWIN MILLS-SECTION 1,SECTION 1C Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/22/2016 Project Funding Contract Information Summary Original Contract Amount $213,181.00 Change Orders Total Contract Price $213,181.00 /1 1 ate 7 /VI I Total Cost of Work Completed $213,181.00 Contr �2 ILess %Retained $0.00 / Net Earned $213,181.00 Date Inspection S rs Earned This Period $213,181.00 1 Retainage This Period $0.00 4✓1 7—117 Date s �U Less Liquidated Damages Project Manager Jl / Days @ /Day $0.00 Date 6�� tP LessPavement Deficiency $0.00 Asst. /D iilre�ctor/'IPW-Infrastructure Design and Construction Less Penalty $0.00 �1,, //G� Date 17;"114Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $213,181.00 S Friday,April 22,2016 Page 3 of LEI J 1 MAY 2 0 2016 � ; City Project Numbers 02274 DOE Number 7220 Contract Name TWIN MILLS-SECTION 1,SECT O 'w--- , Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/22/2016 Project Funding Project Manager Long City Secretary Contract Number 117220 Inspectors LAYER / ODEN Contract Date Contractor JACKSON CONSTRUCTION LTD Contract Time 120 CD 5112 SUN VALLEY DRIVE Days Charged to Date 224 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded ------------—------------------------- Total ------------------------Total Cost of Work Completed $213,181.00 Less %Retained $0.00 Net Earned $213,181.00 Earned This Period $213,181.00 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 $213,181.00 Friday,April 22,2016 Page 4 of FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Twin Mills Section I Phase I C PROJECT NO.: 02274 CONTRACTOR: Jackson Construction DOE NO.: 7220 PERIOD FROM 9/15/115 TO: 04/26/16 FINAL INSPECTION DATE: 26-Apr-16 WORK ORDER EFFECTIVE:9/15/2015 CONTRACT TIME: 120 Q WU 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 0 0 0 0 224 224 PERIOD PREVIOUS 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 224 224 TO DATE *REMARKS: 4d�� CONTRACTOR' DATE INSPECTOR DATE ENGINEERING DEPARTMENT fi r' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTHREV:02/20/0' TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Jackson Construction Twin Mills Section 1 Phase 1 C DOE Inspector DOE Number Weyman Oden 7220 JOE Inspector Project Manager Q Water E Waste Water❑ Storm DrainageE] Pavement Aaron Long Initial Contract Amount Project Difilculty $213,181.00 Q Simple QQ Routine Q Complex Final Contract Amount Date 5213,181.00 4/20/2016 II)PERFORMANCE EVALUATION 0-Inadequate I-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 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 1 3 20 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 433 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 438 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] *100%) 438 1448 = 98% 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 �w .�", �Q �� ,^ Signature Contractorl 4 Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throcicmorton Street•Fort Worth,TK 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Twin Mills Section 1 Phase 1C PROJECT NUMBER: 02274' DOE NUMBER: 7220 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8in PVC SDR-14 1,970 Water 6in PVC SDR-14 10 FIRE HYDRANTS: 2 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 1 Inch Copper 760 SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8in PVC-SDR-26 1969 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4 inch PVC-SDR-26 725 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 SURETY OWNER ° TO FINAL PAYMENT ARMTHCT o CONnUCTOR to AM Doctsrnernt G707 Sup2w Bond No. 1032123 OTHER ° TO OWNER ARCHITECT'S PROJECT NO.: (Nmne urrdaddrew) Taurus Twin Mills, LP C0jNMkCT FOR:Excavation,Sewer,Storm Drain,Paving and water PROJECT: CONTRACT DATED: (anneandad&=j Twin Mills Section 1, Phase 1C In accordance vmh The prov,6ions of the Contract between the Owner-and the Contractor as indimted ahove,the (lrucwnarnaand addrewofsrrrcti9 The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 , SURETY, on band of flmwn name andaddmwofCornraaur) Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety of any of irs obligations to (brserr nameand adrlrw of Owner) Taurus Twin Mills, LP ovvNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: April 8, 2016 (limn(nu9ithWtbcraontbfoltoued-W-i&,rrraner7cdareand)Wr,) The Hanover Insurance Company 0-4.r) By: (9�pzatureofartftrized)rpn z=tathv) Jack M. Crowley Attorney-in-Fact (Sea)e � (Printed name acrd t.'rlr} Surety Phone No. 508-853-7200 x-4476 6707--1994 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint Steven R.Foster,Jack M.Crowley,Patricia A.Smith and/or Marie Perryman of Dallas,TX and each is a true and lawful Attomey(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings, contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Five Million and Noll 00($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorneys)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal ofthe Company.Any such writings so executed by such Attomeys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons.'(Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982- Massachusetts Bay Insurance Company,Adopted September 7,2001-Citizens Insurance Company ofAmerica) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duty attested by two Vice Presidents, this 5th day of December 2011. THE HANOVER INSURANCE COMPANY �uiwu, a,oin h r�'gawk MASSACHUSETTS BAY INSURANCE COMPANY CITIZENSINSURANCIE ONtPANY OF AMERICA 1972 Robert Thomas.Vice President .T THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. Joe$Te;;tstrom,Vice Presidw On this 5th day of December 2011 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARA A.GARLtCK Notary PublicCemmazraeatA+ottlxssachusetts ` 6y caren-ssicn'es�lr�s sea 21.Nt8 . . Barbara A.Garlick,Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. 'RESOLVED,That any and all Powers of Attomey and Certified Copies of such Powers of Attomey and certification in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as tfall signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile.' (Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company,Adopted September7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 8th day ofARL 2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA r• 019rfin Margosian,Vice President 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 Troy L. Jackson, Vice President Of Jackson Construction, Ltd, 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; Twin Mills Section 1, PH 1C BY Troy C1 Vice President Subscribed and sworn before me on this date 21st of April, 2016. ar CARMEN L.ESTEP 3r° Io=Notary Public,State of Texas Comm.Expires 04-06-2020 Notary P lic ++ Notary ID 2910611 Tarrant, Texas TAURUS INVESTMENT HOLDINGS, LLC 505 EAST HUNTLAND DR.SUITE 540 AUSTIN,TEXAS,USA 78752 TEL:512.615.8818 FAX:512.459.9001 www.tiholdingsxom Jackson Construction Attn: Mr.Steve Haberstroh,Operations Manager April 27,2016 5112 Sun Valley Drive Fort Worth,TX 76119 Re: Project:Twin Mills Section 1 Phase 1C City of Fort Worth-Acceptance dated 4-26-16 Dear Mr. Haberstroh: In response to the Twin Mills subdivision final acceptance on 4/27/2016 by the city of Fort Worth,this letter officially agrees that neither Taurus Investment Holdings nor Taurus Twin Mills Limited Partnership will be with holding liquidated damages against Jackson Construction LTD.The determination is based on the City Of Fort Worth's original schedule of 120 days to completion as set forth by the Notice To Proceed dated June 16th 2015.This time extension can be attributed to an unusual extended period rainfall during contract duration. In addition,dry utility installation took much longer than anticipated which was outside of Jackson Construction's control. Please provide all subdivision documentation,final lien release(s), &"As Built"information required by the City of Fort Worth for project close-out and final platting. Please feel free to contact me with any questions. Verryr�/R�espectfull , 1/7 ELENA M. TSHALL SENIOR D> NFLOP�dGN'Cll'L-\N.1G[:R—TH) •1S CC: Weyman Oden-City of Fort Worth Douglas Gilliland,President-Taurus of Texas Nancy Esparza,Vice-President-Taurus of Texas Timothy J.Welch,P.E.-WEI Jason Rawlings,RPLS-Miller Surveying Bruce Nipp,P.E.—RKI CM AUSTIN BOSTON DALLAS MUNICH ORLANDO TORONTO WASHINGTON DC RELIABILITY TRUST RESULTS r FORTWORTH REV:0'/2 '/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 4/20/2016 Name of Contractor Project Name Jackson Construction Twin Mills Section 1 Phase 1 C DOE Inspector Project Manager Weyman Oden Aaron Long DOE Number Project Difficulty Type of Contract 7220 0 Simple * Routine 0 Complex FZ] Water Waste Water(J Storm DrainageE] Pavement Initial Contract Amount Final Contract Amount $213.181.00 $213.181.00 I1)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION f PLANS&SPECIFICATIONS 1 Availability of Inspector IT, 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 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 2 Availability of Project Manager 1 Change Order Processing Time t 3 Communication 2 Timliness of Contractor Payments j 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor '��' INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS s' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845