Loading...
HomeMy WebLinkAboutContract 48057-FP1 FORTWORTH, C N�� T TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) n!A 29caAwud City Project NQ: 02427 Regarding contract 02427 for THE BRIDGES PHASE 2 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. 4 Original Contract Price: $1,018,451.10 Amount of Approved Change Orders: Ne Revised Contract Amount: Total Cost Work Completed: $1,018,451.10 y h Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction ,L:)a. t'j, Accepted Date Directo , RANSPORTATIO & PUBLIC WORKS Asst. City Manag' Departm of W Const. Services Date CPN# pat _ 14 Project,Manager Risk Managemen S. ana y '"l Comments: D.O.E. Brotherton Water V. Gutzier _ OFFICIAL RECORD CFA ani Mor es/Scanned o C171(SECRETiR1f . PT.WORTH,TX The Proceeding people have been Contacted concerning the request for final payment&have released this project for such payment. Rev.9/22/16 Clearance Conducted By Etta Bacy FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE BRIDGES,PHASE 2 Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 02427 DOE Number 2427 Estimate Number 1 Payment Number 1 For Period Ending 3/28/2017 CD City Secretary Contract Number Contract Time 216D Contract Date Days Charged to Date 215 Contract is 100.00 Complete Project Manager NA Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors DICKINSON / BENNETT Tuesday,March 28,2017 Page 1 of 4 City Project Numbers 02427 DOE Number 2427 Contract Name THE BRIDGES,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 3/28/2017 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No Quanity Total Quanity Total I REMOVE RIP RAP 207 SF $5.00 $1,035.00 207 $1,035.00 2 REMOVE HEADWALUSET I EA $800.00 $800.00 1 $800.00 3 LARGE STONE RIP RAP DRY 320 SY $72.00 $23,040.00 320 $23,040.00 4 21"RCP 93 LF $64.00 $5,952.00 93 $5,952.00 5 48"RCP 84 LF $169.00 $14,196.00 84 $14,196.00 6 4X4 BOX CULVERT 20 LF $205.00 $4,100.00 20 $4,100.00 7 6X4 BOX CULVERT 154 LF $308.00 $47,432.00 154 $47,432.00 8 7X4 BOX CULVERT 121 LF $370.00 $44,770.00 121 $44,770.00 9 9X8 BOX CULVERT 748 LF $482.00 $360,536.00 748 $360,536.00 10 HEADWALL,BOX CULVERT 273.1 CY $814.00 $222,303.40 273.1 $222,303.40 11 10'RECESSED INLET 3 EA $3,300.00 $9,900.00 3 $9,900.00 12 TX DOT PR 1 PEDESTRAIN GRAL 530 LF $94.00 $49,820.00 530 $49,820.00 Sub-Total of Previous Unit $783,884.40 $783,884.40 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 HYDRATED LIME 72.7 TN $171.00 $12,431.70 72.7 $12,431.70 2 8"LIME TREATMENT 4039 SY $3.00 $12,117.00 4039 $12,117.00 3 10"CONC PAVEMENT 3740 SY $49.00 $183,260.00 3740 $183,260.00 4 4"CONC SIDEWALK 516 SY $43.00 $22,188.00 516 $22,188.00 5 BARRIER FREE RAMP 2 EA $1,460.00 $2,920.00 2 $2,920.00 6 TYPE I (R)BARRICADE 1 EA $1,650.00 $1,650.00 1 $1,650.00 Sub-Total of Previous Unit $234,566.70 $234,566.70 Tuesday,March 28,2017 Page 2 of 4 City Project Numbers 02427 DOE Number 2427 Contract Name THE BRIDGES,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 3/28/2017 Project Funding Contract Information Summary Original Contract Amount $1,018,451.10 ChanIze Orders Total Contract Price $1,018,451.10 i7 i Total Cost of Work Completed $1,018,451.10 Z��14�kDate 7 Contractor r Less %Retained $0.00 Net Earned $1,018,451.10 ate -7 Earned This Period $1,018,451.10 Inspection Supervisor / Retainage This Period $0.00 ,`/r,�W o�et� a✓` Date ZZ Less Liquidated Damages G ' ana r Days @ /Day $0.00 Date 'Z;7 I LessPavement Deficiency $0.00 Asst. 'rec r/TPW-Infrastructure Design an Cons ucti Less Penalty $0.00 uate Less Previous Payment $0.00 Director 6Contracting Departure Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,018,451.10 Tuesday,March 28,2017 Page 3 of 4 City Project Numbers 02427 DOE Number 2427 Contract Name THE BRIDGES,PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 3/28/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / BENNETT Contract Date Contractor JACKSON CONSTRUCTION LTD Contract Time 215 CD 5112 SUN VALLEY DRIVE Days Charged to Date 215 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 Cost of Work Completed $1,018,451.10 Less %Retained $0.00 Net Earned $1,018,451.10 Earned This Period $1,018,451.10 Retainage This Period $0.00 Less Liquidated Damages 0 Days n $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 $1,018,451.10 Tuesday,March 28,2017 Page 4 of 4 CONSENT OF SURETY OWNER ° ARMTECT ° TO FINAL PAYMENT CONTRACTOR o AIA Document G707 SURETY U OTHER 0 Bond No. BCD1032157 TO OWNFR: ARCHITECTS PROJECT NO.: fwarne Surd addrez) LGI Homes, LLC CONTRACT FOR- Paving and Drainage PROJECT: CONTRACT DATED, pmyneanda}drmo The Bridges Phase Two In accordance with the pros cions of the Contract between the Owner and the Contractor as indiCRted above,the (lnrser!nmizeand addmvta Strreh9 The Hanover Insurance Company 440 Lincoln Street Worcester MA 01653 SURETY, on bond of flnsen name and addrecsofConiractur) 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 its obligations to (11sY a name and address ofou'ver) LGI Homes, LLC OWNER, as sec forcb in said Surety's bda & IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date; March 16, 2017 flrurrcl(n vgwn g the nnontb fotlourd ht;the nnotrerac dareand)war.) The Hanover Insurance Company {8laxgtI , . By: (,SY�ritatu�ojautbo:�zrdt� xanratitr) Attest. Jack M. Crowley Attorney-in-Fact (Seal)` (Pinned name and tidy) Surety Phone No. 508-853-7200 x-4476 G707---1394 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 Attorney(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 No/100($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-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 Attorneys-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 otherwritings obligatory in the nature thereof,with powerto attach thereto the seal of the Company.Any such writings so executed by such Attorneys-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 of America) 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,duly attested by two Vice Presidents, this 5th day of December 2011. THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY CITIZEMRAN7011.PANY CSF AMERICA I otvrt Thoma&Vicc Prl.,. n THE COMMONWEALTH OF MASSACHUSETTS ) Joe13r<ntritrrt Vin Prtsid4nt COUNTY OF WORCESTER )ss. 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 of America,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. M,Z'Arl"'AIIA A.GARIICK NPuartssier, Barbara A.Garlick,Notary Public My Commission Expires September 21,2018 1,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, 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 Attorney and Certified Copies of such Powers of Attorney 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 if all 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 September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 16th day of March 2017. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA ( !On 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; The Bridges, Ph 2 BY-I? Troy L. J kson, Vice President Subscribed and sworn before me on this date 23rd of March, 2017. Notary Public Tarrant,Texas �.•`;;r;;��, CARMEN L. ESTEP Notary Public,State of Texas Comm.Expires 04-06-2020 Notary ID 2910611 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 4/3/2017 Name of Contractor Project Name Jackson Construction The Bridges Phase H DOE Inspector Project Manager Karl Bennett Khal Jaafari DOE Number Project Difficulty Type of Contract 7370 . O Simple QQ Routine Q Complex ❑Water ❑Waste Water ❑✓ Storm Drainage Q Pavement Initial Contract Amount Final Contract Amount $$1,018,451.10 $1,018,451.10 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector I 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 I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 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 The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 0 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Jackson Construction The Bridges Phase II Inspector City Project Number Karl Bennett 2427 Construction Components Project Manager ❑Water [:]Waste Water ❑✓ storm Drainage 0 Pavement Khal Jaafari Initial Contract Amount Project Difficulty $1,018,451.10 O Simple Routine O Complex Final Contract Amount Date $1,018,451.10 4/3/2017 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 4 20 20 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 4 20 20 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) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 448 / 448 = 100% 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) Inspector Signature Ctntractor Signatur Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306 FORT WORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: The Bridges Phase II PROJECT NO.: 2427 CONTRACTOR: Jackson Construction DOE NO.: PERIOD FROM:08/22/16 TO: 03/23/17 FINAL INSPECTION DATE: 23-Mar-17 WORK ORDER EFFECTIVE:8/22/2016 CONTRACT TIME: 215 WD CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS CHARGED CHARGED MONTH DURING CREDITED MONTH DURING CREDITED 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 PERIOD PREVIOUS 215 215 PERIOD TOTALS 215 215 TO DATE *REMARKS: CONTRACTOR DATE ' INSPECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817).392-7941 •Fax:(817)392-7845 i