Loading...
HomeMy WebLinkAboutContract 51537-FP1 City Secretary 51537 -FP1 Contract No, RECEDED FORTWORTH, Date Received Oct 7 2019 � OCT-72019 C1iY0FF0nTnR1N �i?C T* NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: CHADWICK FARMS PHASE 2 SECTION 5 City Project No.: 101448 Improvement Type(s): ® Paving ® Drainage ® Street Lights ❑ Traffic Signals Original Contract Price: $313,209.50 Amount of Approved Change Order(s): $1,525.00 Revised Contract Amount: $314,734.50 Total Cost of Work Complete: $314,734.50 CA�Aye&� Ca Sep 27, 2019 rmen Es[ep(Se 27,p 10 ) Contractor Date Office Manager Title Jackson Construction, Ltd Company Name Steve Cisneros 2019) Sep 30, 2019 ==- Or Date Fred Ehia(Oct 2t 2,2019) Oct 2,2019 Project Manager Date ,7,kz2 sfd�tiMTk Oct 5 2019 Janie Scartett Morales(Oct 5,2019) CFA Mana er Date Dana Burghdoff(0 t7,201 ) Oct 7, 2019 Asst. City Manager Date -1-0FFICIAL REC� CITY SECIRr' % ge 1 of 2 FT.iR Notice of Project Completion Project Name: CHADWICK FARMS PHASE 2 SECTION 5 City Project No.: 101448 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 120 CD Days Charged: 215 Work Start Date: 2/4/2019 Work Complete Date: 9/6/2019 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CHADWICK FARMS PHASE 2 SECTION 5 Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 101448 DOE Number 1448 Estimate Number 1 Payment Number I For Period Ending 9/23/2019 CD City Secretary Contract Number Contract Time 12(rD Contract Date Days Charged to Date 215 Project Manager NA Contract is 100.00 Complete Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors DICKINSON / CISNEROS i Monday,September 23,2019 Page 1 of 4 City Project Numbers 101448 DOE Number 1448 Contract Name CHADWICK FARMS PHASE 2 SECTION 5 Estimate Number 1 Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 9/23/2019 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- I 10'CURB INLET 1 EA $4,700.00 $4,700.00 1 $4,700.00 2 IT CURB INLET 2 EA $6,400.00 $12,800.00 2 $12,800.00 3 TRENCH SAFETY 575 LF $1.00 $575.00 575 $575.00 4 21"CLASS III RCP 15 LF $70.00 $1,050.00 15 $1,050.00 5 24"CLASS III RCP 554 LF $82.00 $45,428.00 554 $45,428.00 6 24"CLASS III RCP SLOPED END HEADWALL 2 EA $2,100.00 $4,200.00 2 $4,200.00 7 4'S.D.M.H. 1 EA $3,600.00 $3,600.00 1 $3,600.00 8 GABION MATTRESS 9"THICK 12 SY $175.00 $2,100.00 12 $2,100.00 9 SDMH RIM REPL CO#1 I EA $1,525.00 $1,525.00 1 $1,525.00 -------------------------------------- Sub-Total of Previous Unit $75,978.00 $75,978.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6"CONCRETE PAVEMENT 3425 SY $48.00 $164,400.00 3425 $164,400.00 2 6"LIME TREATED SUBGRADE 3661 SY $5.50 $20,135.50 3661 $20,135.50 3 HYDRATED LIME @ 30 LBS/SY 55 TN $170.00 $9,350.00 55 $9,350.00 4 CONNECT TO EXISTING CONCRETE HEADER 29 LF $8.00 $232.00 29 $232.00 5 REMOVE END OF ROAD BARRICADE 1 EA $200.00 $200.00 1 $200.00 6 REMOVE CONCRETE PAVEMENT 79 SY $10.00 $790.00 79 $790.00 7 STREET NAME SIGNS 4 EA $400.00 $1,600.00 4 $1,600.00 -------------------------------------- Sub-Total of Previous Unit $196,707.50 $196,707.50 ST LIGHT Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 LIGHT POLE ASSEMBLY 5 EA $2,863.00 $14,315.00 5 $14,315.00 2 2"CONDUIT PVC SCH 40 778 LF $13.00 $10,114.00 778 $10,114.00 3 NO 10 INSULATED ELEC CONDR 2334 LF $2.50 $5,835.00 2334 $5,835.00 4 RDWY ILLUM CONCRETE FOUNDATION 5 EA $2,357.00 $11,785.00 5 $11,785.00 -------------------------------------- Sub-Total of Previous Unit $42,049.00 $42,049.00 -------------------------------------- Monday,September 23,2019 Page 2 of 4 City Project Numbers 101448 DOE Number 1448 Contract Name CHADWICK FARMS PHASE 2 SECTION 5 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 9/23/2019 Project Funding Contract Information Summary Original Contract Amount $313,209.50 Change Orders Change Order Number 1 $1,525.00 Total Contract Price $314,734.50 Total Cost of Work Completed $314,734.50 Less %Retained $0.00 Net Earned $314,734.50 Earned This Period $314,734.50 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $314,734.50 Monday, P September 23,2019 Page 3 of 4 City Project Numbers 101448 DOE Number 1448 Contract Name CHADWICK FARMS PHASE 2 SECTION 5 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 9/23/2019 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / CISNEROS Contract Date Contractor JACKSON CONSTRUCTION LTD Contract Time 120 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 $314,734.50 Less %Retained $0.00 Net Earned $314,734.50 Earned This Period $314,734.50 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 $314,734.50 Monday,September 23,2019 Page 4 of 4 o m o z m m A :U � r m D O n ro-n O 7U c n w c - v 0 O D m m > z O CD z �, y m m m m -o m n -i r Q < o O 0 C� m o o p O1 0 v X O n -I N A Vl En '0 O D 2 O .'Ll :U L —{ N m0 m 0 O 0 m m D ;t7 O Q n z D x x "{ p 1� z m m O A n� 0 O z N Nn Ap w Vw A O O 0 0 4 W 0 9DT O o) N G J 0).. O co 0 0 90 m 0 —n 74 A cn Al < a 4ft (A c o ZF � o O O 6> m m $ o " 4. 4a `° w r0 00 'D fl m N o o v, f � v m 00 cc ro O O o Co A o A A A (Np V o 0 0 (n N V A 2u ::r Q u c� G 7 N Z Z O 0 0 A C- V V V O D s V Oy ~ 2 O O O N n 0 < m c c O c is io :i1 0 m 0 Z cD (o N o o 0 --I N � Tm rJ O N 0 Ul coN N M [J ja lit 00 N 1D � _ z o n m _ o a a m D z o mm 0 0 o �c N N O N t� to to to X N m a a to N 0 0 0 rr n G $ 0 0 - N to n tp i .J ( m « § � 2 a k / t. mk \ § k ƒ 0 2 z o ( § § a ■ Xz w ng \ G e § §7 ( w§ ) a @ / C: © § § (A & Mz ° G \ m z ( )§ 9§$ §§ 3 g m b z / § 2 �} \ / m m \ o� / km ] �. . m z { §/q ° U£0 k k \/� � g ( <- ® B #] iE , 0 n 2 3 A \ § k k __I§Z, R 3 & \\) . � §§JM 2 ^ 3 )®(� \ §o eCONSTRUCTION LTD. 51 1 Z SUN VALLEY DRIVE FORT WORTH, TX 761 19 TEL: 817-5 7 Z-3303 FAX: 817-478-0443 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; Chadwick Farms Section 5 Phase 2 BY Tro . Jackson, President Subscribed and sworn before me on this date loth of September, 2019. 4'/-bW Notary P blic Tarrant, Texas CARMEN L. ESTEP Yo.• 4�_Notary Public, State of Texas .: Comm. Expires 04-06-2020 Notary ID 2910611 .. CONSENT OF SURETY OWNIM O TO FINAL PAYMENT ARCHITrCT o ALA Document G707 CONTRACTOR SU.ii1!'I'Y )0 Bond No. 1068067 OTHFR 0 TO OWNER: ARCHITECT'S PROJECT fAWmeand ) City of Fort Worth, TX CONTRACT FOR:Water, Sewer and Lighting Fort Worth TX PROJECT: CONTRACT DATED., (Ak —d Chadwick Farms Section 5 Phase 2 In accordance with the provisions of t1m Contract between die Owner and the Con aaor as indicated aNn e,the (j=M name and awmsv Nwwy) The Hanover Insurance Company 440 Lincoln Street Worcester MA 01653 SURETY, on bond of fjnwq name and addrtwgfContmaur) Jackson Construction, Ltd. 5112 Sur. Valley Drive Fort North TX 76119 CONTRACTOR* hereby approves of the final payment to the Conwxtor,and agrees that final payment to the Contractor shalt not relieve the Surety of any of its obligations to (lizevo nameandaddtmw ofOwmrj City of Fort Worth, TX Fort Worth TX OWNER, as set famb in said Surety's bond. IN i'fiT MESS WHIMOF,the Surety has hereunto set its hand on this date: September 10, 2019 (marlinecf*h;gfie: antbfoltbmufbrdrnwxertdawand)canj The Hanover Insurance Company {SerraW,Y) By: _ gfarNbo trpna�ntatiar) Jack M. Crowley Attorney-in-Fact _ (Pt»umd rrmrrraxJt�ldr) Surety Phone No. 508-853-7200 x-4476 G7071994 r THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the a of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS 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,(hereinafter individually and collectively the"Company")does hereby constitute and appoint, Steven R.Foster,Jack M.Crowley,Sonia Lara and Teuta Luri Of Willis of Texas,Inc.of Dallas,TX each individually,if there be more than one named,as its 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,any and all surety bonds, recognizances, undertakings,or other surety obligations.The execution of such surety bonds,recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons.Provided however,that this power of attorney limits the acts of those named herein;and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States,not to exceed Thirty Five Million and No1100($35,000,000)in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company,and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it 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 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. 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 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) 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 10th day of April,2019. The Hanover irura'nc�e�]C�ompany The Harm ar lre ranee Comg O"V Massachusetts Bay s..s.q+esce company Massachusetts Bay I—ra nee Compa-y CWiseos Insurance Company of America tOfm Citizens?nears—Company of America rc G.r Nlrft Yea BFJH°'fit t John C.Roche,ESP and President James H_KaNaaecl i;V e President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. On this Ir day of April,2019 before me came the above named Vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Companpend Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the sealsoffixed 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 Comorations. DUNE J. MMkNO 4 , !t/YP�i✓E MJvi�l/L � orrarrw7u os wrarant lyr r1awYMek o- I piano J- ..Ncwn R,h1w a. Kiv Ce ,—n stm Ezpv',Man-:h 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. GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 10thday of September 2019 CERTIFIED COPY Ttwdory G.Ju WtkWz,Vice Aa cigiet i..