Loading...
HomeMy WebLinkAboutContract 48724-FP3 FORTWORTH® �,... ...� CITY SECRETARY CC TRACT NO. 4? TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) � � City Project Nq. 100573'rA scaelll Reding contract 100573 for GLENWYCK 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. Original Contract Price: $928,783.50F Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $928,783.501---' 9 Recommen Acceptance Date Asst. Direc PW - Infrastructure Design and Construction Accepted Date Ift Director, TRANSPORTAT ON & PUBLIC WORKS Asst. City Manager Date Department of TP&W Const.Services CPN# Date Project anager —.���'�'11G� 'm6k ` Comments: Risk Management Canad Z. l� D.O.E. Brotherton "Ca "11 OFFICIAL RECORD CFA Morales/Scanned ( -L x''11 CITY SECRETARY Gutzler/Scanned 1 7 The Proceeding people have been Contacted FTS WORTH,TX Ott'tIVE0 M � 6 2moncerning the request for final payment& have released this project for such payment. Z) Rev.9122j16 Clearance Conducted By R/(awa4a Danmot FORT WQ RT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name GLENWYCK Contract Limits Project Type PAVING City Project Numbers 100573 DOE Number 0573 Estimate Number 1 Payment Number 1 For Period Ending 12/26/2017 CD City Secretary Contract Number Contract Time 180;D l Contract Date Days Charged to Date 262 Project Manager NA Contract is 100.00 Complete Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors LAYER / SMITH I I i Tuesday,December 26,2017 Page 1 of 4 City Project Numbers 100573 DOE Number 0573 Contract Name GLENWYCK Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 12/26/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"CONCRETE PAVEMENT 21032 SY $29.50 $620,444.00 21032 $620,444.00 2 6"LIME TREATMENT 23135 SY $3.40 $78,659.00 23135 $78,659.00 3 HYDRATED LIME 463 TN $178.00 $82,414.00 463 $82,414.00 4 6"CONC CURB&GUTTER 11967 LF $1.50 $17,950.50 11967 $17,950.50 5 4"CONCRETE SIDEWALK 19604 SF $4.00 $78,416.00 19604 $78,416.00 6 BARRIER FREE RAMP 18 EA $1,250.00 $22,500.00 18 $22,500.00 7 BARRIER FREE RAMP 8 EA $1,250.00 $10,000.00 8 $10,000.00 8 BARRIER FREE RAMP 7 EA $1,250.00 $8,750.00 7 $8,750.00 9 TRAFFIC CONTROL 1 MO $1,000.00 $1,000.00 1 $1,000.00 10 SAWCUT AND REMOVE EXIST CONCRETRE 186 LF $5.00 $930.00 186 $930.00 CURB 11 EOR BARRICADE 1 EA $120.00 $120.00 1 $120.00 12 FURNISH/INSTALL ALUM SIGN GROUND 19 EA $400.00 $7,600.00 19 $7,600.00 MOUNT CITY STD Sub-Total of Previous Unit $928,783.50 $928,783.50 Tuesday,December 26,2017 Page 2 of 4 City Project Numbers 100573 DOE Number 0573 Contract Name GLENWYCK Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 12/26/2017 Project Funding Contract Information Summary Original Contract Amount $928,783.50 Chane Orders Total Contract Price $928,783.50 LDate Total Cost of Work Completed $928,783.50 ontractor Less %Retained $0.00 J Net Earned $928,783.50 Date Inspection Supervi Earned This Period $928,783.50 Retainage This Period $0.00 ate Less Liquidated Damages Projec tanager r„ Days @ /Day $0.00 d� Date YJl LessPavement Deficiency $0.00 Asst. t PW- nfrastructure Design and Construeio(/n Less Penalty $0.00 Date p Less Previous Payment $0.00 Director/ ontracting Departm t Plus Material on Hand Less 15% $0.00 j Balance Due This Payment $928,783.50 i �i I I Tuesday,December 26,2017 Page 3 of 4 I City Project Numbers 100573 DOE Number 0573 Contract Name GLENWYCK Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 12/26/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / SMITH Cont►•act Date Contractor JACKSON CONSTRUCTION LTD Contract Time 180 CD 5112 SUN VALLEY DRIVE Days Charged to Date 262 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 $928,783.50 Less %Retained $0.00 Net Earned $928,783.50 Earned This Period $928,783.50 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 $928,783.50 Tuesday,December 26,2017 Page 4 of 4 FORT WORTH rev 03/0 /07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Glenwyck PROJECT NO.: 100573 CONTRACTOR: Jackson Construction DOE NO. N/A PERIOD FROM 04/10/17 TO: 12/20/17 FINAL INSPECTION DATE: 20-Dec-17 WORK ORDER EFFECTIVE 4/10/2017 CONTRACT TIME -262 au o WD o CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CHARGED CREDITED MONTH 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. i 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 0 262 262 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 262 262 TO DATE *REMARKS i ONTRACTOR DATE IN P CTOR DAITE ENGINEERING DEP11RnIENT 0 The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (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 Ltd. Glenwyck Inspector City Project Number Kedric Smith 100573 Construction Components Project Manager ❑ Water ❑ Waste Water ❑ Storm Drainage o Pavement Fred Ehia Initial Contract Amount Project Difficult), $928,783.00 0 Simple o Routine O Complex Final Contract Amount Date $928,783.00 12/19/2017 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 W 448 Rating([TS/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 Contractor Signature iit6 � i 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 i . REV:02/22/07 SII FORTWORTH g, _ TRANSPORTATION AND PUBLIC WORKS CONTRACT'OR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 12/19/2017 Nance of Contractor Project Name Jackson Construction Ltd. Glenwyck DOE Inspector Project Manager Kedric Smith Fred Ehia DOE NumberProject Difficult)) T)pe of Contract 100573 Simple o Routine O Complex ❑ Water ❑ Waste Water o Storm Drainage ❑ Pavement Initial Contract Amount Final Contact Amount $928,783.00 $928,783.00 M 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 1 Accuracy of Plans to Existing Conditions G 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 U, 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Cormnunication 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts_ 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS i Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor ,j INSPECTOR'S COMMENTS ii TRANSPORTATION AND PUBLIC WORKS F The City of Fort North• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 Cr)NSENT OF SURETY OWn1FR n TO FINAL PAYMENT APClUTRCT o AIA.Docunzent G707 CONTRACTOR SURETY �7 Bond No. BCD1054919 QTH.R TO OWNER: ARCHITECT'S PROJECT NO.: (!Jame curet addmz) D.R. Horton -Texas, LTD 6751 North Freeway CONTRAC`I'FOR.- Paving Fort Worth, TX 76131 PROJECT: CONTRACT DATED: (titrate and a"Mh -'d Glenwyck In accordance vATh The provisions of the Contract between die Owner and the Contractor as indicatml above,the (awHmmnearrd addttxrQj,Srrrel7J The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 STJR) TY, on bond of (lncen nate and address gfContraciur) 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 (lawn mmnaemd adtlmo of0awer) D.R. Horton -Texas, LTD 6751 North Freeway Fort Worth, TX 76131 QWIviER, as set fonb in said Surety's brand. W WTNESS WHEREOF,the Surety has hereunto set its hand can this date: January 3, 2018 (lawn in ttv iti�r�tGc txontb jallou et!?�t tlx murreric dare and azar i The Hanover Insurance Company (SrnrNP) By. (AV) wmoJarrtGo>YzrQ��prrsz+ntati�r) Attest: Jack M Crowley Attorney-in-Fact CSS= (f'tinled uau+e antit:tlt) Surety Phone No. 508-853-7200 x-4476 G707--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 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 power to 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 BAY INSURANCE COMPANY � nrF 4: CITIZENS, SURANCE COMPANYOF AMERICA x904 1974 Robert Thomas.Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. Jot?.Arenstrom,Vice President 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. BAR8APAA.GARt.ICI( NotaryPublcm:asicr,�x�ir�Sep!.21.2at8 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 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 3rd day of Janua 2018. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA I :tOn Margosian,Vito President eCONSTRUCTION LTD. 5112 SUN VALLEY DRIVE FORT WORTH,TX 76119 TEL 817-572-3303 FAX:817-478-0443 January 3, 2018 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Glenwyck City Project#100573 The purpose of this letter is to acknowledge that we have been paid in full by D.R. Horton—Texas, Ltd for the public improvements constructed to serve Glenwyck in Fort Worth, Texas. As a result, we hereby waive,release and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sincerely, I Troy L. Jackson President CONSTRUCTION LTD. 5112 SUN VALLEY DRIVE FORT WORTH,TX 76119 TEL:817-572-3303 FAX:817-478-0443 Affidavit of All Bills Paid STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT I, Troy L. Jackson, of the undersigned principal hereby certify that all obligations, claims and debts due laborers, materialmen, subcontractors, suppliers, and others incurred in or contingent to the performance of the work on the project known as Glenwyck Paving in the City of Fort Worth, Texas have been fully paid. This affidavit is made for the purpose of obtaining payment from the City of Fort Worth on above construction work. Subscribed and sworn to before me this Jackson Construction, Ltd. Principal 3rd Day of January, 2018 �/Y Y1,24� By: Notary Signature Troy L. Jackso , President Commission Expires: 04/06/2020 CARMEN L. ESTEP � Com••. ''.•,�' . Notary Public,state of Texas Comm.Expires 04-06-2020 Notary ID 2910611 mnv I it 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, ice 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; i Glenwyck Paving i BY Tr4 L. Jackson, President Subscribed and sworn before me on this date 3rd of January, 2018. it Notary Public Tarrant, Texas CARMEN L. FSTFP i( Notary Public,State of Texas Comm. Expires 04-06-2020 Notary I© 2910611 _I�