Loading...
HomeMy WebLinkAboutContract 46885-FP2 Depa P&W Const.Services DOE# to Project anagen l T WO RT H my sEcw Risk Management Cana ► ® Z D.O.E. Brotherton -- CONTRACT CFA Westerman/Scanned ,. The Proceeding people hares been the request for renl PeYmeW&here relased this pmt for sem+paint ,TION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy 'PROJECT COMPLETION D.O.E.NQ: 7472 cs��6885 Regarding contract 117472 for PRESIDIO WEST PH 6 as required by the WATER DEPARTMENT asapprrovezby City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. - Original Contract Prices: t� V1kr $178,490.60 Amount of Approved Change Orders: AR 2 7jl� No Revised Contract Amount: Total Cost Work Completed: $178,490.60 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $178,490.60 Less Previous Payments: $0.00 Final Payment Due $178,490.60 Recomme ed for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted / Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: P265-541200-607150261183,P275-541200-707130261183 ZMAII..ED r---r--- OFFICIAL RECORD MAY 3 2016 CITY SECRETARY FT.WORTH,'i)( P ,2VS- 0 2(01 l ki U t I IF, E APR 27 2016 City Project Numbers 02611 DOE Number 7472 Contract Name PRESIDIO WEST ____ _._ Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER do SEWER For Period Ending 4/13/2016 Project Funding Project Manager Buckley City Secretary Contract Number 117472 Inspectors LAYER / HABTE Contract Date Contractor GIL.CO CONTRACTING,INC. Contract Time 180 CD 6331 SOUTHWEST BLVD. Days Charged to Date 180 CD BENBROOK, TX 76132-1063 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 $178,490.60 Less %Retained $0.00 Net Earned $178,490.60 Earned This Period $178,490.60 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 $178,490.60 Wcdnm4 y,April 13,2016 Page 4 of 4 pa& s- () :2col ) FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRESIDIO WEST PHASE VI Contract Limits Project Type WATER&SEWER City Project Numbers 02611 DOE Number 7472 Estimate Number 1 Payment Number 1 For Period Ending 4/132016 CD City Secretary Contract Number 117472 Contract Time 18QD Contract Date Days Charged to Date 180 Project Manager Buckley Contract is 100.00 Complete Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER / HABTE Wedneuloy,April 13,2016 Page I of City Project Numbers 02611 DOE Number 7472 Contract Name PRESIDIO WEST PHASE VI Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 4/132016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------- --- 1 TRENCH SAFETY FOR WATER 1480 LF $0.10 $148.00 1480 $148.00 2 8"WATER PIPE 1480 LF $19.70 $29,156.00 1480 $29,156.00 3 FIRE HYDRANT I EA $3,900.00 $3,900.00 1 $3,900.00 4 CONNECTION TO EXISTING 4"-I2"WATER 3 EA $650.00 $1,950.00 3 $1,950.00 5 l"WATER SERVICE 71 EA $730.00 $51,830.00 71 $51,830.00 6 I"WATER SERVICE I EA $1,100.00 $1,100.00 l $1,100.00 7 8"GATE VALVE 2 EA $1,360.00 $2,720.00 2 $2,720.00 8 DUCTILE IRON FITTINGS W/RESTRAINT 0.4 TN $39,000.00 $15,600.00 0.4 $15,600.00 ————._..— ———————————————————— _--————————— Sub-Total of Previous Unit $106,404.00 $106,404.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total _...----------------------------- --- _. ._.._ _. _ --- 1 POST CCTV INSPECTION 1249 LF $1.40 $1,748.60 1249 $1,748.60 2 MANHOLE VACUUM TESTING 4 EA $100.00 $400.00 4 $400.00 3 TRENCH SAFETY 1249 LF $1.00 $1,249.00 1249 $1,249.00 4 4"SEWER SERVICE 39 EA $590.00 $23,010.00 39 $23,010.00 5 8"SEWER PIPE 1249 LF $25.00 $31,225.00 1249 $31,225.00 6 8"SEWER PIPE CSS BACKFILL 44 LF $36.00 $1,584.00 44 S1,594.00 7 4'MANHOLE 4 EA $2,165.00 $8,660.00 4 $8,660.00 8 4'EXTRA DEPTH MANHOLE 8.1 VF $100.00 $810.00 8.1 $810.00 9 CONNECT TO EXISTING SANITARY SEWER 2 EA $700.00 $1,400.00 2 $1,400.00 10 MANHOLE ADJUSTMENTS 5 EA $400.00 $2,000.00 5 $2,000.00 Sub-Total of Previous Unit $72,086.60 $72,086.60 Wednesday,April 13,2016 Page 2 of 4 City Project Numbers 02611 DOE Number 7472 Contract Name PRESIDIO WEST PHASE VI Estimate Number 1 Contract Limits Payment Number l Project Type WATER do SEWER For Period Ending 4/13/2016 Project Funding Contract Information Summary Original Contract Amount $178,490.60 Chance Orders Total Contract Price $178,490.60 Date Y-13- Y Total Cost of Work Completed $178,490.60 Con Less %Retained $0.00 /1c// Net Earned S178,490.60/ Date 4� Inspe_c e+ Earned This Period S178,490.60 / Retainage This Period $0.00 Date Less Liquidated Damages Project Mana Days Q /Day $0.00 e 7 LessPavement Deficiency $0.00 Asst.Director/tPW- frastructure Design and Construction Less Penalty S0.00 Daft y—�J'�� Less Previous Payment 50.00 Director/Contacting Department Plus Material on Hand Less 15% 50.00 Balance Due This Payment 5178,490.60 Py��S-Jw Wednesday,April 13,2016 Pace 3 of 4 FORTWORTH re 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Presidio West Phase VI PROJECT NO.: 2611 CONTRACTOR: Gilco Contracting,Inc. DOE NO.: 7472 PERIOD FROM:0824/15 TO: 04/11/16 FINAL INSPECTION DATE: 5-Apr-16 WORK ORDER EFFECTIVE: CONTRACT TIME: O WD •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. 1& 4. 19. S. 20. 6. 21. 7. 22. & 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 2& 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 180 180 PREVIOUS PERIOD TOTALS 180 180 TO DATE *REMARKS: CONT CTOR DATE SPECTOR DATE ENGINEERIN EP_1RTNIENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392.7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR& PROJECT DATA Name of Contractor Project Name Gilco Contracting Presidio West Phase V1 DOE Inspector DOE Number Tommy McKinnon 7472 DOE Inspector Project Manager 0 Water O Waste Water ❑ Storm Drainage ❑ Pavement Patrick Buckley Initial Contract Amount Project Difficulty $178,490.60 O Simple O Routine O Complex Final Contract Amount Date $178,490.60 12-Apr-16 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(YIN) 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 3 60 45 7 Job Site Safety 15 Y 4 60 60 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 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 393 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 393 Ill)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 428 Rating(QTS/MSS*100%) 393 / 428 = 92% 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) Signature DOE Inspector �� G ��Signature Contractor Signature DOE Inspector' upervisorL CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS call, The City of Fort Worth•1000 Throckrnorton Street•Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Presidio West Phase VI PROJECT NUMBER: 2611 DOE NUMBER: 7472 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 1480 FIRE HYDRANTS: I VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF NONE DENSITIES: NEW SERVICES: I" Copper 72 SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 1249 8" PVC CSS Backfill 44 PIPE ABANDONED SIZE TYPE OF PIPE LF NONE DENSITIES: NEW SERVICES: 4" PVC 39 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 1 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT SURETY CONTRACTOR ❑ Conforms with the American Insdtute of OTHER Architects,AIA Document G707 Bond No 022051614 PROJECT: (name, eddress)Presidio West Phase VI Fort Worth TX TO (Owner) [FIRST TEXAS HOMES,INC.AND CITY OF FORT 7 ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 500 Crescent Court Suite 350 Presidio West Phase VI-Wafer Sanitary Sevrer,D Paving& Street Lighting Improvements,d Project No.0261 'E.No. Dallas TX 75201 J 66kRACT DATE: CONTRACTOR:GILCO CONTRACTING,INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (hen hmm name and address of Surety Company) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of owe insert name and ad*m of camactor) GILCO CONTRACTING,INC. B ebrook Southwest Boulevard TX 76132 , CONTRACTOR, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (hare Insert name end address of Owner) FIRST TEXAS HOMES,INC.AND CITY OF FORT WORTH 500 Crescent Court Suite 350 Dallas TX 75201 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 23rd day of March,2016 �y✓*"- LIBERTY MUTUAL INSURANCE COMPANY SureCompany Attest:Tina McEwan ILCJLL'i (Seal): Signa re of Authorized Representative ate Horner Attom"-in-Fact Title NOTE, This form is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS. Olsrws fi�IMsA ONE PAGE THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney 11ratb the acts M triose mimed ha ih,and they have no authority to bind the Company,except in the manner and to line ea rl 'hratn stated. Certificate No.747WM Amerkm Fre and Casualty Company Liberty MuWI Insu,in Company The Ohio Casuafty Instuance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That Am encen Fro 6 Casualty Company and The Ohio Casualy Mlaurencs Company are coMmad ns duty organized under the tors at I*Stats of New Hampshim,that Lkerty Mutual Insurance,Company Is a corporation dtdy organized under the laws of the Stake of Massachusetts.and WfestAmeritan insuante Company is a corporation duty orpniaed wider the hers of Mus Stals of Indiana{herein wbct+refy cm[W to T"MadasI,pursuant to and by authority herein set kith,does hereby rhame,cwsM to and appoin Don E Cornell;Kathy A Westbrook;Ricardo J Retina'Robbin Morales,Sophfnie Hunter V.DeLen e Marshall ani d the cry of Deiters stake of Tx each kid1w3duaty N teem be more Mian ore nand,Its tete and ImU attwrwtki-tad to melte,execute,semi,acknowledp ! and de8eer,for and on its behalf as surely and as Its ad and deed,any and el undertakigs,banid%recoW ilarxxw and o11rr ainly obligations,in pursuance Of 11119911 Mae*ad shad be as likdW upon the Companies as lf they hove boar duly signed by Do president and ataeId by tis secretary of the Cam innise in their own proper persons. IN WITNESS WHEREOF,this Pourer of Attorney has been subscribed by an authorized ofioa or official of lfhe Comparies and the corporate seals of the Compares have been affcted 111aea0 ft-M—day of February X16 D car j-4 oNsu INSUINSiip American Fire and Casualty Company '00 The Ohio Casualty hlstratce Company a a c Liberty Mutual insurance Company o < 1906 o O 1919 n s a ia W 1912as W 1991 s vo.yv.)upC, + 1 # BY A C STATE OF PENNSYLVANIA ss David M. Assismnt Seaetsry a COIMTY OF MONTGOMERY C CX On this 25th day of Febnlary 2416.before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fre and F- U o Casualty Company,Liberty Mutual Insurance Company The Oho Casualty irsurarim Company.and West American kswranos Company,and that he,as such,being atdhormad ser to do, �'W p execute the bregokq irskunernt for the purposes tTherein contained by sighing on behaB of the corporations by himself as a duty outhaized officer. c E > IN WITNESS W HEREOF,f have hereunto subscribed name and affixed my notarial seat at Plymouth Meeting,Pe nnsytvaia,on tie day and yah int above written. Q la pq CL COMMONWEALTH OF P£NNSYLVANLA �'O O:1 Q�+yin °Mwc�TFel l� awarW Srate 0 C'0 4° r=s Tireaa Ptllaea Natry Ptabihc gy, 32 OF P"KI& h Two..MINAW—r Cosner Terra Pubb,Notary Ptlbk 1.13 ►. �� My Corrnlb m Eaprea March 28,2017 0 A O '��,f' Mansur.Prnll"'Vo aAS30CWan of NOW" a0 a0 el 10 The Power of Attorney is made and executed pursuant to by authority of the fol vAtq By-laws and Autnaizations of American Fire and Casualty Company,The Ohio Casually Intra ce a p m; Company,Lbarly Mutual Insurance ConVany,and West American insurance company which resdubons are now k1 tui face and efteot readnq as follows: {o 95 2 ARTICLE IV-OFFICERS-Section 12.power olAfbmey.Any offoer or other of nal of lfne Corporators sulicrized fordo ptrptne in wiibnp by to Chairman or the PresideK and subject O C ?,a to such imilaton as the Chaimm or the President may prescribe,shall appoint such olomays 49sct,as may be necessary to ad in behalf of the Corporation to make,execute,eel, CIE acknowledge and deliver as surety any and al undertalor gs,bads,recognizenoes and other surety ob4 tors.Such oonheys4idad,srbod to the WitNatoru set forth In Mslr respective zy powons of atWmev,shell have n b e MI pawbind hgn Mie Corporation by their salin and execution of any such htskuments and to attach thereto the seal of the C irparWon. When so w o `p ups executed,suds k►at mwft sial be as binding e A signed by the President and abated to by die Secretary.Any power or a diorly granted to any representaWa or aftmay-h4d ureter �a the prowsions of this article maybe revoked at any time by the Board,the Chaimman,the President or by the officer or alicets grating arch power oraulhorty. g ,Ie C ARTICLE X111-Execution of Contracts-SECTION 5.Surely Bonds and Undetakirgs.Any olricer of the Company authorized for 11net purpose in wftV by ft chairman or the president, E c? and subject to such Imitations as to chairman or is president may proscribe.*4 appoint such atorneysin-fad,as may be necessary to ad ki behalf of to Company ki make,execute, O seal.admowletip and deliver as surely any and all undertakings,bonds,recogn izarxxa and other surely obigattxs. Such atorneys io-fact subject to the liimitations set torch in tier a oQ Z v respective powers of attonigr,shat hew telt power to bind the Company by theirsoisl re and execution clary such inorumients and b attach thereto the seal of too Company.When so v s +agbinding as such instrument;eats shall be as bias I signed by to president and attested by 111 secretary. O Certificate of Deskynstom-The President of the Company,ackg pursuant to the Bylaws of the Company,authorizes David M.Can Assistant Secretary to appoint stadh sdlanayVn- ~ fad as may be necessary to ad on behalf of the Company to make,execute.sal,acknowledge and deliver as steely any and all undertakings,bonds,recognizaneea and other surety obligations. Aatherbialkin-By unanimous consent of the Compariy"s Board of Dirac ini,to Company consents that focalmhite or moclav ially reproduoed swish"of am assid"secretary of the Company,wherever Wpm"upon a certified copy of any power of attorney issued by the Company it connection with surety bonds,shag be valid and bN*V upon the Company with the sane force and affect as too mariuOy afPoehd. 1,C*gory Wr Davenport,the urdraigned,Assistant Secretary,of American Fire and Casually Company,The Ohio Casusity ksurarim Company,Liberty Mutual Insurarim Company,and Wiest American Insurance Compeny do hereby omtflr that the original power of atlnrney at which the fo egokg Is a iii,true and cared copy of the Power of Allomey executed by said Companies,is In hs force and effect and has not been revoked *1,96a 1N TESTIMONY WHEREOF,I hews hereunto sot my had aid atgxed is seals of said Cortparilm this tX0_ day of V.rN0C L4 J*�ZY INS�� 1NSUR `rel hNibgw. < 1906 0 0 1919 n 1912 1991 1 By: QN a,,�i '`'aD 0'y. ?,D ✓o J{r �r ; ao'"°a T? w 1 t * • • 7601500 L&0_12e73_122013 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 Rob Taylor,Project Coordinator of Gilco Contracting,Inc.,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 famishing 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; Paving and Street Light Improvements to serve: Presidio West Ph. 6 BY Rob Taylor Subscribed and sworn before me on this- 23Ed f March .2016. -- J)n No ublic Tarrant County,TX Notar GARY PANN�tE v PUNIC,state of Tom Cam,E D 81xpNes 0.119018 'mM.• FORTWORTH02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 12-Apr-16 Name of Contractor Project Name Gilco Contracting Presidio West Phase VI DOE Inspector Project Manager Tommy McKinnon Patrick Buckley DOE Number Project Difficulty Type of Contract i 7437 Simple O Routine O Complex O Water Q Waste Water Q Storm Drainage O Pavement i Initial Contract Amount Final Contract Amount $178,490.60 $178,490.60 II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPEC'T'ION EVALUATION PLANS&SPECIFICATIONS I 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 I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe tj TIn 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 (817)392-7941 •Fax:(817)392-7845 i