Loading...
HomeMy WebLinkAboutContract 49182-FP2 FORTWORTH, GOCR� ii ff fttTRACTNU. TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project Ns: 100872 trA 3e-Wifled 1/27118 e6'W-1/fF/,f2 Regarding contract 100872 For PRIMROSE CROSSING PHASE 3C 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: $412,558.42 ~ Amount of Approved Change Orders: NQ Revised Contract Amount: Total Cost Work Completed: $412,558.42 4K�__ '0111 Recommendeptance Date Asst. Director, - Development Services Z�ALJ Accepted 6 Date Director, TRANSPORTATION & PUBLIC WORKS Asst. City Manager - Date Departm nt f TP&W Const.Services CPN# Date 101i 17 Project Manager $� Risk Management Canady 1 enters,: D.O.E. Brotherton co �V CFA Morales/Scanned — l0 \� GutzlerlScanned —t� --I�b OFFICIAL RECORD The Proceeding people have been Contacted 0� �� concerning the request for final payment& have CITY SECRETARY ��' � j` released this project for such payment. . WPI11 H . Rev.9/22/16 Clearance Conducted By 04ar 6 9Gnet# ���� FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRIMROSE CROSSING PHASE 3C Contract Limits Project Type PAVING City Project Numbers 100872 DOE Number 8720 Estimate Number 1 Payment Number 1 For Period Ending 2/9/2018 WD City Secretary Contract Number 2110872 Contract Time I IWD Contract Date 5/16/2017 Days Charged to Date 198 Project Manager NA Contract is 100.00 Complete Contractor JLB CONTRACTING,L.L.C. PO BOX 24131 FORT WORTH, TX 76124-1131 Inspectors DICKINSON / DIVER Friday,February 9,2018 Page 1 of 4 City Project Numbers 100872 DOE Number 8720 Contract Name PRIMROSE CROSSING PHASE 3C Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/9/2018 Project Funding UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I HYDRATED LIME(32 LBS/SY) 166 TN $162.50 $26,975.00 166 $26,975.00 2 6"LIME TREATMENT 10354 SY $2.30 $23,814.20 10354 $23,814.20 3 6"CONE PVMT 9707 SY $34.91 $338,871.37 9707 $338,871.37 4 BARRIER FREE RAMP TYPE M-I 1 EA $686.00 $686.00 1 $686.00 5 BARRIER FREE RAMP TYPE P-1 2 EA $686.00 $1,372.00 2 $1,372.00 6 BARRIER FREE RAMP TYPE P-1(X-2) 10 EA $927.00 $9,270.00 10 $9,270.00 7 REMOVE&RELOCATE STANDARD EOR 1 EA $996.00 $996.00 1 $996.00 BARRICADE 8 REMOVE&RELCOATE STANDARD EOR 2 EA $1,440.00 $2,880.00 2 $2,880.00 BARRICADE AND ROCK RIPRAP 9 CONCRETE PAVEMENT HEADER 87 LF $10.15 $883.05 87 $883.05 10 STOP SIGNS 3 EA $268.80 $806.40 3 $806.40 11 STREET NAME BLADE 12 EA $268.80 $3,225.60 12 $3,225.60 12 STREET SIGN POLE 1 EA $305.00 $305.00 1 $305.00 13 REMOVE&RELOCATE STOP SIGN AND 1 EA $573.80 $573.80 1 $573.80 STREET SIGN POLE 14 TRAFFIC CONTROL 1 MO $1,900.00 $1,900.00 1 $1,900.00 Sub-Total of Previous Unit $412,558.42 $412,558.42 Friday,February 9,2018 Page 2 of 4 City Project Numbers 100872 DOE Number 8720 Contract Name PRIMROSE CROSSING PHASE 3C Estimate Number 1 Contract Limits Payment Number I Project Type PAVING For Period Ending 2/9/2018 Project Funding Contract Information Summary Original Contract Amount $412,558.42 Change Orders Total Contract Price $412,558.42 Date Z // Total Cost of Work Completed $412,558.42 Contractor Less %Retained $0.00 Net Earned $412,558.42 Earned This Period $412,558.42 Inspection Supervisor l I Retainage This Period $0.00 1G d 1. 011e^Date 7 t Less Liquidated Damages Proje t anager Days @ /Day $0.00 Date ��i �/ LessPavement Deficiency $0.00 Asst. 'r or PW tj Less Penalty $0.00 ate �' Z� �D Less Previous Payment $0.00 Director/Antracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $412,558.42 Friday,February 9,2018 Page 3 of 4 City Project Numbers 100872 DOE Number 8720 Contract Name PRIMROSE CROSSING PHASE 3C Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/9/2018 Project Funding Project Manager NA City Secretary Contract Number 2110872 Inspectors DICKINSON / DIVER Contract Date 5/16/2017 Contractor JLB CONTRACTING,L.L.C. Contract Time 115 WD PO BOX 24131 Days Charged to Date 198 WD FORT WORTH, TX 76124-1131 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 $412,558.42 Less %Retained $0.00 Net Earned $412,558.42 Earned This Period $412,558.42 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 $412,558.42 Friday,February 9,2018 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Primrose Crossing Phase 3 C PROJECT NO.: 100872 CONTRACTOR: JLB Contracting LLC DOE NO.: PERIOD FROM;07/05/17 TO: 01/19/18 FINAL INSPECTION DATE: 19-Jan-18 WORK ORDER EFFECTIVE:7/5/2017 CONTRACT TIME: 115 WKD 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 198 PERIOD PREVIOUS PERIOD TOTALS 198 TO DATE *REMARKS: CONTRACTOR DATE ' INSPaR D TE ENGINEERING DEPATT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 Q9 (817)392-7941 •Fax: (817)392-7845 CONSENT OF OWNER ❑ SURETY COMPANY CHITECT Q CONTRACTOR TOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER (SIMILAR TO AIA DOCUMENT G707) Bond No. 5063196 PROJECT: Paving for Primrose Crossing, 3C (name,address)City Project #100872 TO (Owner) ARCHITECT'S PROJECT NO: F—City of Fort Worth, Texas CONTRACT FOR: Above Project 1000 Throclu-norton Street Fort Worth, Texas 76102 CONTRACT DATE: CONTRACTOR: JLB Contracting, LLC 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) Westfield Insurance Company 555 Republic Drive, Suite 450 Plano, Texas 75074 ,SURETY COMPANY, on bond of(here insert name and address of Contractor) JLB Contracting, LLC P.O. Box 24131 ,CONTRACTOR, Fort Worth, Texas 76124 hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations to(here insert name and address of Owner) City of Fort Worth, Texas 1000 Throcicmorton Street Fort Worth, Texas 76102 'OWNER' as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this 5th day of February 2018 WESTFIELD INSURANCE COMPANY Surety Company By Signature of Au orized Representative Attest: (Seal): Kyle W. Sweeney Attorney—in—Fact Title Note:This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims,Current Edition THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARINV I His sAMt POWER#AND ISSUED PRIOR TO 04120/11, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220052 06 General Westfield Insurance Co. Power of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company' and collectively as 'Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W.SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the.premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President, any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 . •.,,,,a..u,w,a,.. _ ,,.,,u,...,,,., ,,...«u,..,,,, corporate �.�spgt�ry,, .•��nNAI r �11SU WESTFIELD INSURANCE COMPANY Seals `r'Q�,.•••'•• .,,L`�t:'•� ,:'aF.••'" lsG:; �• ••••�jC'°,� WESTFIELD NATIONAL INSURANCE COMPANY Affixed �v; .a. p ;=o; ••..P c �•'• — '•, OHIO FARMERS INSURANCE COMPANY SEAL z� ERfp- � - ,�?j.'•�••�� jl`S� '�i ,:p; :, 148: ...... , Richard L. Kinnaird, Jr.,State of Ohio National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say,that he resides-in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal A I- Affixed AA,,: •' ^l William J. Kahelin,A rney at Law, Notary Public State of Ohio =N f. o My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: ,4 �'�ll I, Frank A..Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect; and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Cornpancas. at Westfield Center, Ohio, this f 4, day of AQ 1 e �U �•`a�,uR.(&� ) P��ONA( VKSuQ,%%' •.aa.• p r O; 4 N•`. SEAUV SEAL 17M.1 Secretaty .••y.�..- Y� :o; s'sfj•��1848 :�? Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a Notary Public in the state aforesaid, on this day personally appeared SAM DAVIS, PRESIDENT OF JLB CONTRACTING, LLC, known to me to be a credible person, who being by me duly sworn, upon his oath disposed and said: That all persons, firms, associations, corporations or other organizations furnishing labor and/or materials have been paid in full; That there are no claims pending for personal injury and/or property damages; On contract described as Primrose Crossing Phase 3C — City of Fort Worth, Tarrant County, Texas JLB CONTRACTING, LLC BY President Subscribed and sworn before me on this y ofQb�L(-C' 2018. G-9t1916Z1 41 ARION j UZO7,-9Z-60 sej!dx3 'WWOD <iexn-L}0 aleiS'O!Ign j AMON J I -i�nI�`�dA "% NO RY UBLIC IN AN FOR ,l�MN33a3fWb'f _ T RANI COUNTY, TEXAS My commission expires 9-25-2020. FORTWORTH REV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name JLB Contracting LLC Primrose Crossing Phase 3C Inspector City Project Number James Diver 100872 Constnction Components Project Manager ❑ Water❑ Waste Water❑ Storm Drainage❑ Pavement Khal Jaafari Initial Contact Amount Project Difficulty $412,558.42 0 Simple Routine 0 Complex Final Contract Amount Date $412,558.42 2/13/2018 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 3 20 15 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 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 3 20 15 TOTAL ELEMENT SCORE(A) 403 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 403 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 403 / 448 = 90% 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 ` -C-on E ctor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,Thi 76116 • (817)392-8306 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY n PROJECT INFORMATION Date: 2/13/2018 Name of Contractor Project Name JLB Contracting LLC Primrose Crossing Phase 3C DOE Inspector Project Manager James Diver Khal Jaafari DOE Number ProjectD culo, T}pe ofCon&act 100872 0 Simple Q Routine 0 Complex ❑ Water❑ Waste Water❑ Storm Drainage[2] Pavement Initial Contract Amount Final Contract Amount $412,558.42 1$412,558.42 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 3 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications -3 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 3 1 Chane Order Processing Time N 3 Communication 3 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid O enin to Pre-Con Meeting Timeframe N III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor 0 INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS � � The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845