Loading...
HomeMy WebLinkAboutContract 47652-FP2 Department of TP &W Const. Services CPN# D Project Manager ,&/A/,_ Risk Management Cance D.O.E. Brotherton RT WO RT HO CITY SEMARY _ CFA Westerman/Scanned CONTRACT NO. �i 1 Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment& have TATION AND PUBLIC WORKS released this project for such payment. OF PROJECT COMPLETION (Developer Projects) Clearance Conducted By /ta�nzti✓az C� S'Iawl ee) Z/q I�`7 City Project Ns: 100046 Regarding contract 100046 for TEHAMA BLUFFS PHASE II as required by die TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A dirough 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: $608,261.48 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Worlc Completed: $608,261.48 n � � - t7 ecom ended for Acceptance Date Asst. irector, TPW - Infrastructure Design and Construction a �J �LLkl Accepted J Date Director, TRANSPORTA ION & PUBLIC WORKS 22 Asst. ity M ger Date Comments: ['CITY FFICIAL RECORD SECRETARY ZM-AXZ°M" FT.WORTH,TX FEB 112017 Initial• _ Rev.9/22/16 i FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TEHAMA BLUFFS PHASE H Contract Limits Project Type PAVING&STORM DRAIN City Project Numbers 100046 DOE Number 0046 Estimate Number 1 Payment Number 1 For Period Ending 1/9/2017 CD City Secretary Contract Number Contract Time 18(YD Contract Date Days Charged to Date 235 Project Manager NA Contract is 100.00 Complete Contractor GIL.CO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors DICKINSON / NEVOTTI Monday,January 9,2017 Page 1 of 4 City Project Numbers 100046 DOE Number 0046 Contract Name TEHAMA BLUFFS PHASE II Estimate Number I Contract Limits Payment Number 1 Project Type PAVING&STORM DRAIN For Period Ending 1/9/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------------------- ----- 1 ----- ----- -- --1 6"CONC PVMT 11394 SY $33.65 $383,408.10 11394 $383,408.10 2 6"LIME TREATMENT 12441 SY $2.30 $28,614.30 12441 $28,614.30 3 HYDRATED LIME 187 TN $150.00 $28,050.00 187 $28,050.00 4 18"SAWCUT EXISTING ASPHALT 79 LF $16.00 $1,264.00 79 $1,264.00 5 4"CONC SIDEWALK 343 SY $39.00 $13,377.00 343 $13,377.00 6 BARRIER FREE RAMP 10 EA $1,750.00 $17,500.00 10 $17,500.00 7 BARRIER FREE RAMP 4 EA $1,850.00 $7,400.00 4 $7,400.00 Sub-Total of Previous Unit $479,613.40 $479,613.40 STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------- ------- -------------- 1 -------- ------- ------- -------- 1 24"RCP CLASS III 404 LF $48.00 $19,392.00 404 $19,392.00 2 REMOVE T DROP INLET 2 EA $900.00 $1,800.00 2 $1,800.00 3 10'CURB INLET 3 EA $3,400.00 $10,200.00 3 $10,200.00 4 MEDIUM STONE RIPRAP 44 SY $70.00 $3,080.00 44 $3,080.00 5 CONCRETE FLUME 4 EA $2,600.00 $10,400.00 4 $10,400.00 Sub-Total of Previous Unit $44,872.00 $44,872.00 ST LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 RDWY ILLUM FOUNDATION 16 EA $2,312.00 $36,992.00 16 $36,992.00 2 RDWY ILLUM ASSEMBLY 16 EA $1,140.00 $18,240.00 16 $18,240.00 3 GROUND BOX TYPE B 3 EA $512.00 $1,536.00 3 $1,536.00 4 2"CONDT PVC SCH 80 2612 LF $10.34 $27,008.08 2612 $27,008.08 Sub-Total of Previous Unit $83,776.08 $83,776.08 ----------------------------------------- Monday,January 9,2017 Page 2 of 4 City Project Numbers 100046 DOE Number 0046 Contract Name TEHAMA BLUFFS PHASE II Estimate Number I Contract Limits Payment Number I Project Type PAVING&STORM DRAIN For Period Ending 1/9/2017 Project Funding Contract Information Summary Original Contract Amount $608,261.48 Chane Orders Total Contract Price $608,261.48 Date Total Cost of Work Completed $608,261.48 Contr Less %Retained $0.00 Net Earned $608,261.48 Da /-917-17 Inspe i i Supervisor Earned This Period $608,261.48 / J Retainage This Period $0.00 Date Oma( / Less Liquidated Damages oject Manage Days @ /Day $0.00 v A Date 2_—, --/7 LessPavement Deficiency $0.00 st.Di t rfYPIAI-Infrastructure Design and Construction Less Penalty $0.00 1J, ij /Date Z 0 Less Previous Payment $0.00 Director/C ntracting Departm Plus Material on Hand Less 15% $0.00 Balance Due This Payment $608,261.48 Monday,January 9,2017 Page 3 of 4 City Project Numbers 100046 DOE Number 0046 Contract Name TEHAMA BLUFFS PHASE II Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING&STORM DRAIN For Period Ending 1/9/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / NEVOTTI Contract Date Contractor GILCO CONTRACTING,INC. Contract Time 180 CD 6331 SOUTHWEST BLVD. Days Charged to Date 235 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 $608,261.48 Less %Retained $0.00 Net Earned $608,261.48 Earned This Period $608,261.48 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 $608,261.48 Monday,January 9,2017 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 1 1 1 DOE N/A NAME OF PROJECT: Tehama Bluffs Phase 1 Contractor I. Gilco Contracting YEAR:j 2016 PROJECT NO.: FINAL INSPECTION DATE 12/30/2016 100046 1 WD CD CONTRACT TIME 180 1 X PERIOD FROM: 1 12/16/2016 TO: : 12/31120161 MID - Month I I DEVELOPMENT (Y/N)I Y WORK ORDER EFFECTIVE: 1 4/25/2016 BEG (y/n) I MID(y/n) Y DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Fri 16 Fri 0 OTH 2 Sat 17 Sat 0 OTH 3 Sun 18 Sun 0 OTH 4 Mon 19 Mon 0 OTH 5 Tue 20 Tue 0 OTH 6 Wed 21 Wed 0 OTH 7 Thu 22 Thu 0 OTH 8 Fri 23 Fri 0 OTH 9 Sat 24 Sat 0 OTH 10 Sun 25 Sun 0 OTH 11 Mon 26 Mon 0 OTH 12 Tue 27 Tue 0 OTH 13 Wed 28 Wed 0 OTH 14 Thu 29 Thu 0 OTH 15 Fri 30 Fri 0 OTH 31 Sat 0 OTH NA Wkn &Hof Wea utl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 16 0 16 PREVIOUS PERIOD 0 235 235 TOTAL TO DATE 0 0 0 16 235 251 REMARKS: OTH:Job completed Signature: Signature: (Print Name) Ariel Duarte CONTRACTOR DATE 2 1 INSPECTOR DATE 1/5/2017 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Gilco Contracting,Inc. Tehama Bluffs Phase 2 Inspector City Project Number Ariel Duarte 100046 Construction Components Project Manager ❑ Water❑ Waste Water El Storm Drainage0 Pavement Gopal Sahu Initial Contract Amount Project D culty $608,261.48 O Simple O Routine O Complex Final Contract Amount Date $608,261.48 1/10/2017 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE Y/ RATING 0-4 MAX SCORE SCORE I Submission of Documents 2 Y 1 8 2 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 4 20 20 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 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 1 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 1 20 15 TOTAL ELEMENT SCORE(A) 382 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 382 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 382 / 448 = 85% 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 BOPOINTS AWARDED) P L Inspector Signature Contractor Signature P � Inspector's Supervisor Signature i ©. CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306 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; Water, Sewer, Drainage, Paving, and Street Light Improvements to serve: Tehama Bluffs, Ph. 2 4 Q C BY Ro Taylor Subscribed and sworn before me on this 19th of January , 2017. Notary �blic��� Tarrant County, TX MARY PANNELL Notary Public,state of Texas Comm.Expires 10-19-2018 Notary ID 5144239 •, L1l�er Interchange Corporate Center Mutual. Plymouth 450 Plymouth Road,Suite 400 Meeting, PA 19462-1644 SURETY Ph.(610)832-8240 CONSENT OF SURETY TO FINAL PAYMENT T0: D.R.Horton-Texas,Ltd.by D.R.Horton,Inc. 6751 North Freeway,Fort Worth,TX 76131 City of Fort Worth 200 Texas Street,Fort Worth,TX 76102 RE: Bond Number 022053067 Principal: Gilco Contracting,Inc. Obligee: D.R.Horton-Texas,Ltd.by D.R.Horton,Inc and the City of Fort Worth Contract Number: Contract Date: February 18,2016 Contract/Project Description: Tehama Bluffs Phase II-Water,Sanitary Sewer,Paving,Drainage and Street Light Improvements Water Project#59601-5310350-0600430-100046-001580,Sanitary Sewer Project#59607-5310350-0700430-100046-001380,City Project#100046, File#'s X-23421 and W-2377 In accordance with the provisions of the contract between the Obligee and the Principal described above, LIBERTY MUTUAL INSURANCE COMPANY, a Massachusetts stock insurance company, as Surety (the "Surety"), on the Principal's bond number 022053067 (the "Bond") hereby consents to the final payment to the Principal by the Obligee and agrees that final payment to the Principal shall not relieve the Surety of any of its obligations to Obligee as set forth in the Bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand and seal this 19th day of January 2017 LIBERTY MUTUAL INSURANCE COMPANY (Suret By: . -A) � (Seal) V. el-en rshall,Attorney-'n-Fact LMIC-3100 Rev.03/04 r-- ' 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.7555574 G Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation 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 West American 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. DeLene 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 the 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 30th day of November 2016 Oi �tr7Ns&q P ,NsuRa^ +ti+NsuR�m The Ohio CasualtyInsurance CompanyN' Ni Liberty Mutual Insurance Company 019 1919 no 1912 ° ¢ 1991 West mencan Insurance Company N �. �1 m * ' * * By; O STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary +_ COUNTY OF MONTGOMERY _ OI dOn this 30th day of November 2016 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v H' U y Company,The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes >Wi p 7 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L M d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O v�p (* ppST COMMONWEALTH OF PENNSYLVANIA //l/�J�) /X/J(//A�, Q MI 0 q���oNwEq F! Notarial Seal "'" ��'��" 4-41 C— ���`� 15 y Teresa Pastella,Notary Public By: O C ` of Upper Merion Twp.,Montgomery County Teresa Pastella,Notary Public y C� _ .o �Q My Commission Expires March 28,2017 3 mi L 2�rt'SYtN G , O prq�P�gV� Member,Pennsylvania Association of Notaries d �, Oy C tp This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual N pl Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: r �i ARTICLE 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 4; 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, �+ O,� 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 'a 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 as 0 ` 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 >of ,O 6 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. r NI = C ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, �o?l > ` 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, �M O 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 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 0QI executed such instruments shall be as binding as if signed by the president and attested by the secretary. O , 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- ~�� 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, Renee C. Llewellyn, the undersigned, Assistant Secretary, 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. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 11 day of ,1Y ovyIcNagSTV� °1�No�W{FAt��F�vw��•�FO+oNsau�Tq�,�1C�Y'r,a By' 1919 912 1991 3 Reniss�is}�Nta.n.'t '"•r Secretary 57 of 300 LMS 12873 082016 a o- iii-6ii January 19, 2017 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Water, Sewer, Drainage, Paving and Street Light Improvements to serve Tehama Bluffs, Ph. 2:, City Project#02729, File#X-23363 and W-2393 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 Tehama Bluffs, Ph. 2 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, Rob Taylor Project Coordinator 6331 Southwest Blvd. Benbrook, Texas 76132 Office: 817.735.1600 Fax: 817.735.1613 f14YSE Aln January 18, 2017 Mr. Dale Gilreath Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Tehama Bluffs, Ph. 2 Water,Sewer, Drainage, Paving,and Street Light Improvements CoFW Project No. 100046 CoFW File No. X-23421 and W-2377 Dear Mr. Gilreath: This letter will document that D.R. Horton—Texas, LTD.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 D.R. Horton—Texas LTD. in connection with the Work. S�aHr,J t3z{r1, �.rl D.R. Horton—Texas LTD. Cc: Patrick Buckley, City of Fort Worth 751 North Freeway ° Fort Vbrth,TX 76131 (817) 230-0800 'O Q D-R-HOUMN -S= January 9, 2017 City of Fort Worth Ariel Duarte CFW Inspector 8851 Camp Bowie West Fort Worth,TX 76116 RE: Tehama Bluffs Phase 2,CPN 100046 Mr. Duarte: This letter is to serve notice that D.R. Horton, Inc. will not charge any liquidated damages to Gilco Contracting, Inc.on the above referenced project. Sincerely, Stephen Brim, P.E. Land Development Project Manager D.R. Horton, Inc.—DFW West Division 6751 North Freeway•Fart Vlorrh,TX 76131 (817)230-0800 FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 1/10/2017 Name of Contractor Project Name Gilco Contracting,Inc. Tehama Bluffs Phase 2 DOE Inspector Project Manager Ariel Duarte Gopal Sahu DOE Number Project Dcultj, Tjpe of Contract CPN 100046 10 Simple OO Routine O Complex ❑ Water❑ Waste Water2l Storm Drainage0 Pavement Initial Contract Amount Final Contract Amount $608,261.48 $608,261.48 In 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 q 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities F4 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 11 1 Knowledge And/Or Problem Resolution 41. 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 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