Loading...
HomeMy WebLinkAboutContract 48508-FP1 (3) Department of TP SSW Const. Services r # Date Project Manager Risk Management Canady � ' — � 'kT WORTH® cnySECRETARY,( } D.O.E. Brotherton — �-� _ CONTRACT NO. CFA Morales/Scanned Gutzler/Scanned H1"�—�'d The Proceeding people have been Contacted concerning the request for final payment& have 4TION AND PUBLIC WORKS 59 (o 1;-G05 released this project for such payment. F PROJECT COMPLETION )eveloper Projects) 'DU� Clearance Conducted By P City Project Ns: 02305 Regarding contract 02305 for TWIN MILLS SECTION 2 PH 2B as required by the 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.AssistantIti '"Gta `" &Public Works Department has accepted the project as complete. • ' E. B 0 7 2018 „ r Original Contract Price: _ $191,485.50 I . Amount of Approved Change Orders: $1.35 Ns 4 Revised Contract Amount: $191,486.85 Total Cost Work Completed: 5191,486.85 Recommended Nwr-cinjt,_ �g'n eptance Date Asst. Director, �annstruc ion Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Comments: FT.WORT�I,TX RECEIVED FES ' a v x365" Rev.9/22/16 i a 0 lois # 5-460 ) — C6 a 365 City Project Numbers 02305 DOE Number 2305 Contract Name TWIN MILLS SECTION 2 PH 213 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/19/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / DAVIS Contract Date Contractor JACKSON CONSTRUCTION LTD Contract Time 200 CD 5112 SUN VALLEY DRIVE Days Charged to Date 283 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 $191,486.85 Less %Retained 50.00 Net Earned S191,486.85 Earned This Period $191,486.85 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency 50.00 Less Penalty 50.00 Less Previous Payment 50.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $191,486.85 Tuesday,December 19,2017 Page 4 of 4 -P 2G���-. b -Q365 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TWIN MILLS SECTION 2 PH 2B Contract Limits Project Type WATER&SEWER City Project Numbers 02305 DOE Number 2305 Estimate Number 1 Payment Number 1 For Period Ending 12/19/2017 CD City Secretary Contract Number Contract Time 20(YD Contract Date Days Charged to Date 283 Project Manager NA Contract is 100.00 Complete Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors DICKINSON / DAVIS Tuesday,December 19,2017 Page 1 of 4 �1 City Project Numbers 02305 DOE Number 2305 Contract Name TWIN MILLS SECTION 2 PH 2B Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 12/19/2017 Project Funding WATER Item Description of Items Estimated Estimated Completed Completed No. P Unit Unit Cost P p —— _— Quanity Total Quanity Total 1 8"PVC WATER PIPE 25 LF $95.00 $2,375.00 25 $2,375.00 2 8"GATE VALVE 1 EA $2,961.00 $2,961.00 1 $2,961.00 3 6"GATE VALVE 1 EA $2,961.00 $2,961.00 1 $2,961.00 4 CONNECT TO EXISTING 4-12"WATER MAIN 1 EA $1,928.00 $1,928.00 1 $1,928.00 5 FIRE HYDRANT 1 EA $4,173.00 $4,173.00 1 $4,173.00 6 DUCTILE IRON WATER FITTINGS 0.5 TN $6,533.00 $3,266.50 0.5 $3,266.50 W/RESTRAINS 7 TRENCH SAFETY 25 LF $1.00 $25.00 25 $25.00 8 PRESSURE/STERILIZATION TEST 1 LS $1,933.00 $1,933.00 1 $1,933.00 9 1"WATER SERVICE 65 EA $873.00 $56,745.00 65 $56,745.00 10 WATER SERVICE-REMOVE AND CAP 10 EA $390.00 $3,900.00 10 $3,900.00 Sub-Total of Previous Unit $80,267.50 $80,267.50 SEWER Item Description of Items Estimated Estimated Completed Completed No. P Unit Unit Cost P p — Quanity Total Quanity Total 1 8"PVC SEWER PIPE CO#4 765 LF $29.79 $22,789.35 765 $22,789.35 2 8"PVC SEWER PIPE CSS BACKFILL 76 LF $48.00 $3,648.00 76 $3,648.00 3 4'MANHOLE 5 EA $4,170.00 $20,850.00 5 $20,850.00 4 4"SEWER SERVICE 2-WAY CLEANOUT 25 EA $696.00 $17,400.00 25 $17,400.00 5 4"SEWER SERVICE RECONNECTION 9 EA $209.00 $1,881.00 9 $1,881.00 6 4"SEWER SERVICE,TWO-WAY CLEANOUT; 35 EA $1,110.00 $38,850.00 35 $38,850.00 CONNECT TO EXISTING SEWER PIPE IN PL 7 REMOVE PLUG CONNECT TO MAIN 2 EA $1,179.00 $2,358.00 2 $2.358.00 8 POST CCTV INSPECTION 841 LF $2.00 $1,682.00 841 $1,682.00 9 MANHOLE VACUUM TESTING 5 EA $184.00 $920.00 5 $920.00 10 TRENCH SAFETY 841 LF $1.00 $841.00 841 $841.00 ---------------------- ------------ ------ -- Sub-Total of Previous Unit $111,219.35 $111,219.35 Tuesday,December 19,2017 Page 2 of 4 City Project Numbers 02305 DOE Number 2305 Contract Name TWIN MILLS SECTION 2 PH 213 Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 12/19/2017 Project Funding Contract Information Summary Original Contract Amount $191,485.50 Chan6e Orders Change Order Number Change Order Number 4 $1.35 Total Contract Price $191,486.85 Total Cost of Work Completed P $191,486.85 Contracto Less %Retained $0.00 Net Earned $191,486.85 Date Insectiq pe is r Earned This Period $191,486.85 /J Date 6—P N Retainage This Period $0.00 .1 Pro ect er Less Liquidated Damages Days @ /Day $0.00 Date �K `"' Y LessPavement Deficiency $0.00 Asst.Dire c �f W-Infrastructure Design and Construction Less Penalty $0.00 Date 2ly rej Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $191,486.85 Tuesday,December 19,2017 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: NAME OF PROJECT: Twin Mills Sec.2B ph.2 PROJECT NO.: 2305 CONTRACTOR: Jackson Construction DOE NO.: N/A PERIOD FROM:02/27/17 TO: 12/06/17 FINAL INSPECTION DATE: 6-Dec-17 WORK ORDER EFFECTIVE:2/27/2017 CONTRACT TIME: 200 O WD O 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 OTHERS * DAYS TOTAL &HOLIDAYS & TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 283 PREVIOUS PERIOD TOTALS TO DATE 283 *REMARKS: CONTRACTOR DATE I�S ECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 f r (817)392-7941 •Fat: (817) 392-7845 �,\ ` 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 COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: 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 Twin Mills Section 2, Phase 2B 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 3rd Day of January, 2018 Principal By: Notary Signature Tro L. Jack n, President Commission Expires: 04/06/2020 CARMEN L. ESTEP `�pPY Ppe 4� 2; 4� Notary Public,state of Texas Comm.Expires 04-06-2020 Notary ID 2910611 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: Twin Mills Sec 2 PH 2B City Project#02305 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 Twin Mills Sec 2 PH 2B 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, Troy L. Jackson 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, 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 2 Phase 2B B Y 7_�'_ TroyX. Jackson, President Subscribed and sworn before me on this date 3rd of January, 2018. Notary Public Tarrant Texas E1 .00--.0 CARMEN L. ESTEP ' n Notary Public,state of Texas Comm.Expires 04-Ob-2020 °� Notary ID 2910611 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Jackson Construction Twin Mills Sec.2B Ph.2 Inspector City Project Number Jesse Davis 2305 Construction Components Project Manager 11 Water I] Waste Water p Storm Drainage E Pavement Patrick Buckley Initial Contract Amount Project Difficulty $1,167,332.60 0 Simple O Routine O Complex Final Contract Amount Date $1,167,332.60 15-Dec-17 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 3 8 6 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 341 / 448 = 76% Performance Category Good <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 nj Contractor Signature r _ t Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •FortWorth,Thi 76116• (817)392-8306 FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: Name of Contractor Project Name Jackson Construction Twin Mills Sec.213 ph.2 DOE Inspector Project Manager Jesse Davis Patrick Buckleyh DOE Number Project Difficulty Type of Contract N/A O Simple O Routine O Complex O Water p Waste Water E Storm Drainage E Pavement Initial Contract Amount Final ContractAmount $1,167,332.60 $1,167,332.60 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 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 T 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 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 ft ' Signature DOE Inspector's Supervisor 7 INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845 CONSENT OF SURETY OV/NFR TO FINAL PAYMENT ARCIETECT 0 AZA Documeni'G707 CONTRACTOR C SuRmy Bond No. 1054910 OTHER TO OWNER AI 0-HTECrS PROJECT NO.: rJdaxne curd addres�,j D.R. Horton -Texas, Ltd. 6751 North Freeway CO- +ACT FOR-' water,Sewer,Storm Drainage,Paving and Street Lights Fort Worth, TX 76131 PROJECT- CONTRACi DATE>: (AWy):e and add m;) Twin Mills- Section 2, Phase 2B In accordance v ith The provisions of tlae Oo ntract between the Owner and the Contractor as indimted above,the (lrtsrrtnatnrand address�Srar�) The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 SUETTY, on bond of oaten name and addrras ofContractor) Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 CONTR&CTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall ntat relieve the Surety of any of its obligations to (Irrwttnameandaddmz ofOwrim-) D.R. Horton -Texas, Ltd. 6751 North Freeway Fort Worth, TX 76131 OWNER, as set fbrtb in said Surety's bored. Lei WITNESS WHEREOF,the S=urety has hereonm se€its hand on this date: January 3, 2018 fin wil in u4itfr4"rbe montrafollourd'1{1-Ax,nranaTk c&zreand ymm; The Hanover Insurance Company (SxrrgYi By: (S�matxtr urttbarl�r ntatrtr) AMeSt; C� Gam- Jack M. Crowley Attorney-in-Fact if'ritttrd ttnTrre ut7�r,•.Ylep Surety Phone No. 508-853-7200 x-4476 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 Attorneys)-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 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 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 COMr ANy MrkSSa4C1-1E,ISE:TTS BAY INSURANCE COMPANY Cf'IZENS, SIJRANCE�POMP.r-"rNY OF AMERICA Robert Thomas.Vicc President THE COMMONWEALTH OF MASSACHUSETTS ) -- � -- COUNTY OF WORCESTER )ss. Joe Brea strorm,VtCC Pn-CSidCrIT 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 thatthe 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. 00(1�' BARBARA A.GAFiLICK N..ty Public CommanrealSA a;tAassadsuseits (f }' fl 4fi,^.ortmvssc.,cz�cgs Sep�.21.2'SB fr 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 respecttheretc,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 January 2018. TETE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CI's IZENS INSURANCE COMPANY OF AMERICA tr"`iQSln ltcargosian,Vice President