Loading...
HomeMy WebLinkAboutContract 48336-FP1 Department of TP &W Const. Services CPN# t� — Date �C �` Project Manager CITY S�CR� Risk Management anady l2� lv' ITWORTH, '�� D.O.E. Brotherton 2'1 o CONTRACT NO. �} CFA Westerman/Scanned r Esteban Perez/Scanned �Z ►lo�1b The Proceeding people have been Contacted concerning the request for final payment& have "ATION AND PUBLIC WORKS released this project for such payment. )F PROJECT COMPLETION Developer Projects) r*46 Clearance Conducted By PAam&fa1404V X1011'70ty l// � Project Ns: 02608 L� &5!-f/��j'33� Regarding contract 117466 for WEST FORK RANCH PHASE 9B 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. ob Original Contract Price: $813,681.15 Amount of Approved Change Orders: J�(o Revised Contract Amount: Total Cost Work Completed: $813,681.15 I P Recommended for Acceptance Date Asst. Dir ctor;,TPW.- Infrastructure Design and Construction i i Accepte Date 1�1- 40 Di to , TRANSPORTATION & PUBLIC WORKS Asst. y Manager Date Comments: EMAILED OFFICIAL RECORD CITY SECRETARY JAN 10 2017 WOUNI TX Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WEST FORK RANCH PHASE 913 Contract Limits Project Type PAVING&ST LIGHT City Project Numbers 02608 DOE Number 7466 Estimate Number 1 Payment Number 1 For Period Ending 11/16/2016 CD City Secretary Contract Number 117466 Contract Time 76D Contract Date Days Charged to Date 338 Project Manager Long Contract is 100.00 Complete Contractor GtLCO CONTRACTING,INC. 6331 SOUTHWEST BLVD, BENBROOK, TX 76132-1063 Inspectors LAYER / ODEN Wednesday,November 16,2016 Page 1 of 4 City Project Numbers 02608 DOE Number 7466 Contract Name WEST FORK RANCH PHASE 9B Estimate Number I Contract Limits Payment Number I Project Type PAVING&ST LIGHT For Period Ending 11/16/2016 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6"CONC PVMT 17585 SY $32.95 $579,425.75 17585 $579,425.75 2 6"LIME TREATMENT 19343 SY $2.45 $47,390.35 19343 $47,390.35 3 HYDRATED LIME 348.2 TN $150.00 $52,230.00 348.2 $52,230.00 4 BARRIER FREE RAMP 20 EA $1,850.00 $37,000.00 20 $37,000.00 5 REFL RAISED MARKER 391 EA $2.55 $997.05 391 $997.05 6 REMOVE CONC CURB&GUTTER 19 LF $10.00 $190.00 19 $190.00 7 TRAFFIC CONTROL DETAILS 2 EA $1,500.00 $3,000.00 2 $3,000.00 Sub-Total of Previous Unit $720,233.15 $720,233.15 STREET LIGI Tr Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 RDWY ILLUM ASSMBLY 24 EA $2,160.00 $51,840.00 24 $51,840.00 2 RDWY ILLUM FOUNDATION 24 EA $1,070.00 $25,680.00 24 $25,680.00 3 6-6-6 TRIPLEX ALUM ELEC CONDUCTOR 1760 LF $2.00 $3,520.00 1760 $3,520.00 4 1 1/4"CONDT PVC SCH 80 1760 LF $7.05 $12,408.00 1760 $12,408.00 Sub-Total of Previous Unit $93,448.00 $93,448.00 Wednesday,November 16,2016 Page 2 of 4 City Project Numbers 02608 DOE Number 7466 Contract Name WEST FORK RANCH PHASE 913 Estimate Number I Contract Limits Payment Number I Project Type PAVING&ST LIGHT For Period Ending 11/16/2016 Project Funding Contract Information Summary Original Contract Amount $813,681.15 Change Orders Total Contract Price $813,681.15 :ate Total Cost of Work Completed $813,681.15 ntra Less %Retained $0.00 /� Net Earned $813,681.15 " Date G � Inspection Su ervi Earned This Period $813,681.15 Retainage This Period $0.00 t/ Date 1 G 1 1U Less Liquidated Damages Pr4. ireJ anager Days @ /Day $0.00 o' LessPavement Deficiency $0.00 DateW-Infrastructure Design and Construction Less Penalty $0.00 Date Less Previous Payment $0.00 cting Department Plus Material on Hand Less 15% $0.00 Mld Balance Due This Payment $813,681.15 I� i' Wednesday,November 16,2016 Page 3 of 4 City Project Numbers 02608 DOE Number 7466 Contract Name WEST FORK RANCH PHASE 9B Estimate Number I Contract Limits Payment Number I Project Type PAVING&ST LIGHT For Period Ending 11/16/2016 Project Funding Project Manager Long City Secretary Contract Number 117466 Inspectors LAYER / ODEN Contract Date Contractor GILCO CONTRACTING,INC. Contract Time 75 CD 6331 SOUTHWEST BLVD. Days Charged to Date 338 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 $813,681.15 Less %Retained $0.00 Net Earned $813,681.15 Earned This Period $813,681.15 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 $813,681.15 Wednesday,November 16,2016 Page 4 of 4 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 11/3/2016 Nance of Contractor Project Name Gilco Construction West Fork Ranch Phase 9B DOE Inspector Project Manager Weyman Oden Aaron Lon DOE Number Project Dculty Type of Contract 7466 1 O Simple Q Routine Q Complex ❑ Water❑ Waste Water❑ Storm DrainageE] Pavement Initial Contract Amount Final Contract Amount $813,681.15 $813,681.15 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION 0 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 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 1 Chane 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 Signature DOE Inspector's Supervisor �— INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS a 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 West Fork Ranch Ph.913 DOE Inspector DOE Number Weyman Oden 7466 DOE Inspector Project Manager water❑ Waste water[] Storm Drainage Pavement Aaron Long Initial Contract Aniount ProjectDculty $813,681.15 O Simple QQ Routine O Complex Final Contract Amount Date $813,681.15 11/3/2016 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 3 60 45 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 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 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 418 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 418 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 418 / 448 = 93% 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 W a-%A1Y'1 WO © Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS Fs• The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 *PulteGroup September 29, 2016 Mr. Dale Gilreath Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Contract for West Fork Ranch Phase 9B—Paving&Street Lighting Improvements CoFW Project No. 02608 CoFW File No. W-2393 CoFW DOE No. 7466 Dear Dale Gilreath: This letter will document that Pulte Homes of Texas, L.P. confirms that Gilco Contracting, Inc. has completed the work associated with the above-referenced contract in an appropriate time frame, subject to completion of any warranty or maintenance work as identified and required by the City of Fort Worth,and that no liquidated damages will be assessed by Pulte Homes in connection with the Work. Pulte Homes of TX, L.P. By: Curt M. Millward Land Development Project Manager Cc: City of Fort Worth CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 022053011 PROJECT: (name, address)West Fork Ranch Phase 9B-Paving&Street Lighting Improvements Fort Worth TX TO (Owner) PULTE HOMES OF TEXAS,L.P.AND CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 4800 Regent Blvd. Suite 100 West Fork Ranch Phase 9B-Paving&Street Lighting Improvements Irving TX 75063 CONTRACT DATE: CONTRACTOR:GILCO CONTRACTING, INC. 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) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (here insert name and address of Contractor) GILCO CONTRACTING, INC. 6331 Southwest Boulevard Benbrook 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 (here insert name and address of Owner) PULTE HOMES OF TEXAS, L.P.AND CITY OF FORT WORTH 4800 Regent Blvd. Suite 100 Irving TX 75063 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 19th day of October, 2016 LIBERTY MUTUAL INSURANCE COMPANY Surety Company A hall (Seal): Sign re of Authorized Representative Sophinie Hunter Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7443998 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E Cornell;Kelly A Westbrook` Ricardo J Reyna; Robbi Morales;Sophinie Hunter;Tina McEwan;V. Del-ene Marshall all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of August 2016 American Fire and Casualty Company typ CAS -(V INSU ttJSU INSUq The Ohio Casualty Insurance Company U) c F a a 1906 0 0 1919 0 � 1912 � � 1991 � Liberty Mutual Insurance Company � a West mercanInsuranceCompany N N ��Zb Senn r5 ?�D ay tinrtes �tD �ijy'sSncxvs t`� �� yaan* �_ ` O N # * t * * By: 41 r- STATE OF PENNSYLVANIA ss David M.Care ;Assistant Secretary COUNTY OF MONTGOMERY — O C On this 5th day of August 2016 before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and v I- t� w Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >W 0.2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ` at > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O $; P PAST COMMONWEALTH OF PENNSYLVANIA Q M Q� gouW it Notarial Seal O d •— ��c° s y Teresa Pastella,Notary Public By: tad of Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public y= O ti. \P My Commission Expires March 28,2017 3 to d LO yam, t.Vt•��p Member,Pennsylvania Association of Notaries O r•+ d qRY P� f1 1a CThis Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance fn c }, Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 4.16 =Q LARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C d to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, d O� O c acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so a> 0 L executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > 4" A the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. = +,N ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer > ` and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, 4 M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their r 00 Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. p Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- ~r fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casually Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. Q IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this /- day of (J I _,20 & . Np CAIN56 L%NSUq N1NSUq �4,Pparosnrf'9�� ��oN'oRsr�92r� J.�J�aaPo.c�rb�� �c�vrox�T��1 1906 0 0 1919 1912 ° ¢ 1991 K By: a o w ab N = Gregory W.Davenport,Assistant Secretary 157 of 300 LMS 12873 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 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; Paving and Street Light Improvements to serve: West Fork Ranch Phase 9B d BY Ro Taylor Subscribed and sworn before me on this 18th of October - Notar ublic Tarr t C unto TX fp��.,� MARY PANNELL �:Notary Public,State of Texas ',,Comm.Expires 10.19-2018 F'�`�� Notary ID 5144239 �,mna FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: West Fork Ranch Phase 9B PROJECT NO.: 2608 CONTRACTOR: Gilco Construction DOE NO.: 7466 PERIOD FROM:12/16/15 TO: 11/17/16 FINAL INSPECTION DATE: 17-Nov-16 WORK ORDER EFFECTIVE:12/16/2015 CONTRACT TIME: 338 Q WG* 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 0 0 0 0 338 338 PERIOD PREVIOUS 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 338 338 TO DATE *REMARKS: jil Ilk,/, t?- (1- 3 Ap CONTR ACT DATE INSPE TOR DATE ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845