Loading...
HomeMy WebLinkAboutContract 47632-FP1 Departaxent of TP&W Const.Services CPN# Da Project Manager ZTWORTH Risk Management Canadv - Q) Cf1YSECRETARY , D.O.E. Brotherton —/ r• CONTRACT NO. q l CFA Westerman/Scanned ;L---7 Esteban Perez/Scanned a_'7 The Proceeding people have been Contacted concerning the request for final payment&have 'ATION AND PUBLIC WORKS tN too) CU a t-29 released this project for such payment. F PROJECT COMPLETION Developer Projects) Clearance Conducted By 066 96u Cit ir .��y��3z y Project Ns: 02729 -- Regarding contract 02729 for OAK CREEK TRAILS PHASE 2 as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Dire [E Public Works Department has accepted the project tE as complete. D C E WE MAR 13 201.1 Original Contract Price: $798,838.46 ay Amount of Approved Change Orders: $3,570.00 Ns 1 Revised Contract Amount: $802,408.46 (� Total Cost Work Completed: $802,408.46 V� (Asst..ecommended for Acceptance Date irector, TPW - Infrastructure Design and Construction C ata i Accept Date Asst. Dire t , WAARe EPARTMENT lJ � � WAssi7b/Manager Date Comments: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Rev.9/22/16 gaOWE MAR 13 2011 C0-77Q7 City Project Numbers 02729 By DOE Number 2729 Contract Name OAK CREEK TRAILS PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/12017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER/ COLLIER Contract Date Contractor GILCO C0NTRAC77NG,1NC. Contract Time 130 WD 6331 SOUTHWEST BLVD. Days Charged to Date 240 WD BENBROOK, TX 76132-1063 Contract is .000000 Complete CITY OF FORT WORTH SUNB4ARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded —————————————————————————————————————— Total Cost of Work Completed $802,408.46 Less %Retained $0.00 Net Earned $802,408.46 Earned This Period $802,408.46 Retainage This Period $0.00 Less Liquidated Damages 0 Days Q $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 $802,40SA6 Wednesday,March 1,2017 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name OAK CREEK TRAILS PHASE 2 Contract Limits Project Type WATER&SEWER City Project Numbers 02729 DOE Number 2729 Estimate Number 1 Payment Number 1 For Period Ending 3/1/2017 WD City Secretary Contract Number Contract Time 13WD Contract Date Days Charged to Date 240 Project Manager NA Contract is 100.00 Complete Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER/ COLLIER Wednesday,March 1,2017 Page 1 of 4 City Project Numbers 02729 DOE Number 2729 Contract Name OAK CREEK TRAILS PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/1/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC WATER PIPE 6405 LF $21.50 $137,707.50 6405 $137,707,50 2 FIRE HYDRANT ASSEMBLY 13 EA $3,800.00 $49,400.00 13 $49,400.00 3 DUCTILE IRON WATER FITTINGS 2.5 TN $4,400.00 $11,000.00 2.5 $11,000.00 W/RESTRAINTS 4 CONNECTION TO EXISTING 8"MAIN 8 EA $1,000.00 $8,000.00 8 $8,000.00 5 1"WATER SERVICE CO#1 177 EA $730.00 $129,210.00 177 $129,210.00 6 1 1/2"WATER SERVICE 1 EA $1,380.00 $1,380.00 1 $1,380.00 7 8"GATE VALVE 18 EA $1,200.00 $21,600.00 18 $21,600.00 8 TRENCH SAFETY 6405 LF $0.10 $640.50 6405 $640.50 9 2"WATER SERVICE CO#1 l EA $1,380.00 $1,380.00 1 $1,380.00 Sub-Total of Previous Unit $360,318.00 $360,318.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVC SEWER PIPE 5591 LF $28.86 $161,356.26 5591 $161,356.26 2 8"DUCTILE IRON SEWER CARRIER PIPE 258 LF $64.00 $16,512,00 258 $16,512.00 3 10"PVC SEWER PIPE 244 LF $33.00 $8,052.00 244 $8,052.00 4 IMPORTED EMBEDMENT/BACKFILL 38 CY $90.00 $3,420.00 38 $3,420.00 5 CONCRETE ENCASEMENT FOR UTILITY LINES 5 CY $140.00 $700.00 5 $700.00 6 16"STEEL CASING,BY BORING 128 LF $375.00 $48,000.00 128 $48,000.00 7 4'MANHOLE 27 EA $3,100.00 $83,700.00 27 $83,700.00 8 MANHOLE EXTRA DEPTH 97 VF $1.00 $97.00 97 $97.00 9 4"SEWER SERVICES 174 EA $590.00 $102,660.00 174 $102,660.00 10 MANHOLE VACUUM TESTING 27 EA $110.00 $2,970.00 27 $2,970.00 11 POST CCTV INSPECTION 6093 LF $1.40 $8,530.20 6093 $8,530.20 12 TRENCH SAFETY 6093 LF $1.00 $6,093.00 6093 $6,093.00 Sub-Total of Previous Unit $442,090.46 $442,090.46 Wednesday,March 1,2017 Page 2 of 4 City Project Numbers 02729 DOE Number 2729 Contract Name OAK CREEK TRAILS PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER do SEWER For Period Ending 3/12017 Project Funding Contract Information Summary Original Contract Amount $798,838.46 Chante Orders Change Order Number 1 53,570.00 Total Contract Price 5802,408.46 Date 3-2-/2 Total Cost of Work Completed $802,408.46 C n r J / Less %.Retained $0.00 Date / 13111 Net Earned $802,408.46 Ins P Earned This Period $802,408.46 OPT Retainage This Period 50.00 D to Prct Manager Less Liquidated Damages o' Days(a3 /Day $0.00 Date LessPavement Deficiency $0.00 Asst. irectorfI?W-Inf mtructurc Design anA Co ction Less Penalty 50.00 ZDate 31,/3Z/7- Less Previous Payment $0.00 Director I Contracting Department Plus Material on Hand Less 15% 50.00 F4 Balance Due This Payment $802,408.46 Wednesday,March 1,2017 Page 3 of 4 IL § ® - ■ ■ § | � § $ i § ■ ■ e , � � _ � ■ - | ) � ]|` § § ■ | e 2 ( !! | ` §■ ! & ! ■ � � ` ` ■ � � .. §�� I §� ■ '� a ! � ! a `§ ■ § � �� § a | ° f &� ■ all § |§ ! � $ kE ! o !© 0. \ ` bG $ k � [ E %% § ` ! � �� | B' ■ - !o/� & ESU-1 �2 � k ! FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Oak Creek Trail Ph 2 PROJECT NO.: #02729 CONTRACTOR: Bums Co DOE NO.: PERIOD FROM OY21/l6 TO: 02/17/17 FINAL INSPECTION DATE: 17-Feb-17 WORK ORDER EFFECTIVE: CONTRACT TIME: 240 • CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. T 1 2. 17. F 1 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 240 PERIOD PREVIOUS 0 PERIOD TOTALS TO DATE 240 *REMARKS: 3-,2 c(9 Z-7- COfITRACTOR DATE INSP CTOR DATE ENGINEERING DEPARTMENT QD The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 OFFICIAL RECORD (817)392-7941 •Fax:(817)392-7845 CITY$ECRI°TARV FT.WORTH,TX FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Oak Creek Trails PROJECT NUMBER: CPN 02729 DOE NUMBER: n/a WATER PIPE LAID SIZE TYPE OF PIPE LF water 8" PVC 6405 FIRE HYDRANTS: 13 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: passed NEW SERVICES: 1" Copper 177 ea 11/2" Copper 1 ea 2" Copper per 1 ea SEWER PIPE LAID SIZE TYPE OF PIPE LF sewer 8" pvc 5591 8" Ductile iron 258 10" pvc 244 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: passed NEW SERVICES: 4" PVC 174 ea TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 Q/9 (817)392-7941 •Fax:(817)392-7845 FORTWORTHRE0=0/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name 13tsi�isee' Oaks Creek Trail Ph2 DOE Inspector DOE Number Micheal Collier/Martina Salinas CPN#02729 Elnspector Project Manager 0 Water Q Waste Water Storm Drainage[] Pavement Gopal Sahu Initial Contract Amount ProjeciDiffuculty $798,838.46 O Simple Qs Routine Q Complex Final Contract Amount Date $802,408.46 2-Mar-17 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 3 8 6 2 Public Notifications 5 N 3 Plans on Site 5 Y 3 20 15 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 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(n) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 QC sum of applicable element score maximums which= 368 Rating([TS/MS]*100%) 34I / 368 — 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 swriature Contractor Signature DOE Inspector's Supervisor L CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS g The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 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: Oak Creek Trails,Ph.2 BY Rob aylor Subscribed and sworn before me on this18th_of January ,2017. ,awp MARY PANNELL Notary1C Notary Public,State of Texas Tarrant County,TX Comm.Expires 10-19-2018 Notary ID 5144239 Liberty Interchange Corporate Center Mutual. 450 Plymouth Road,Suite 400 Plymouth Meeting,PA 19462-1644 SURETY Ph.(610)832-8240 CONSENT OF SURETY TO FINAL PAYMENT To: Oak Crnk Tok LP 4029 Vensio Drive,Frisco,TX 75033 City of Fod Worts+ 200 Tan SUW,Fort Worth,TX 76102 RE: bond Number 022053052 Principal: aoocomrsaing,mm Obligee: oak Cm*Tndis.uP ane the Ofty or Fort VWh Contract Number. CFA Number 2015-121 Contract Date: r.nuary 15,2016 Contras lProject Description: Oak Creek Tram Phae 2-Wer,Sanitary Serwr,Drekft and PWng knImwemerts Wdw Pmjed N P265WI60272M,SwAxy S"w Project 6 P275-707130272963,City Project*02728, FNe iFs X-23383 and W-2387 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 022053052 (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 Ja^um 2017 LIBIERP(MMTUAL INSURANCE COMPA (Sure By: (Seal) V.DeLene Marshall,Attorney-in-Fact LMIC-3100 Rev.03/04 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,7555576 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 le 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'Companiesl,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 McEwarh;V.DeLene Marshall all of the city of D&US state of TX each individually If there be more than one nutted,its true and lawful atbmey4n-fact to make,execute,seal,age and deliver,for and on Its beltcif as surety and as its act and.deed,any and all undertakings,blonds,moognizences and other surety obligations,in pursuance of these presents and shad be as binding upon the Companies as'd 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 to corporateseals of the Companies have been affaed thereto this 30th day of November 2016 . YINSU ��114SUgfog'& k.'s The Ohio Casualty Insurance Company N1919 0 > 1912 ; Liberty Mutual Ir►surance Corrlpeny West rican Insurance Company BY: c STATE OF PENNSYLVANIA as David M ,Assistant Secretary ++' COUNTY OF MONTGOMERY C ea mm On thin 30th day of Novannber 2016 before me personally appeared David M.Carey,who acknowledged himself to be On Assistant Secretary of Liberty Mutual Insurance y t— v m Company,The Ohio Casualty Company,and Wast American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing Instrument for the purposes p? therein contained by signing on behalf of the corporations by himself as a duly authorized officer. CL. > IN WITNESS WHEREOF,I have heraunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and yew that above written. go l0 p, PAsp. COMMONWEALTH OF PENNSYLVANIA � O Qti+yoMey�Fl! Notarial Sed Q M :EM r�u° �_ Teresa Pest"Notary Pubic gy: /444� .64 O m of upper Mrbn Twp.,Montpornery County TM"Pastow.Notary Pubis . `C v My CokreNssion Expires Mardi 2a.2017 ay OOeh v't Member.Pennrovww Assoclatmon of NoWm l0 era 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 Casually Insurance Company;Uberty Mutual W O Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: O IM m ARTICLE IV—OFFICERS—Section 12.Power(ifAftomey.Any offer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject o c IM to such limitation as to Chairman or the President may presoft shall appoint such attomeys*pfact,as may be necessary to ad In behalf of the Corporation lo make,execute,seal, �m O 5 acknowledge and deriver as surety any and all tmdertakings,bonds,recognizances and ober surety obligations. Such attorneys-in-fad,subject to the limitations set forth In their respective E m" powers of attomey,shall have full power to bind the Corporators by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so m p p executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority grw ted to any representative or attomeyan-fad under >o the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or ofificeem granting such power or authority. m N ca C ARTICLE XAI—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 pre'Want c? > m and subject to such limitations as the chairman or the president may prescribe,shell appoint such attorneys—in—fact,as may be necessary to ad in behalf of the Company to make,exeaAa, CO) o sal,ackriat&dge and deliver as surety any and all undertakings,bonds,recogn iimnces and other surely obligators. Such aGomeys-ih4act subject to the lotions set forth len thea Z respective powers of attomey,shall have full power to bind the Corrpany by their signature and execution of any such instruments and to attach thereto to seal of the Company.When so 00 executed such instruments shall be as binding as it signed by to president and attested by the secretary. O c4► Certificate of Dasignation—The President of the Company,along pursuant fo thie Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such a to neys-lrF ~ I fact as may be necessary to ad on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recogthizanim and other surety Autlhorkation—By unanimous consent of to Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the ComparhY wherever appearing upon a certfied copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon ft Company with the sere lb=and effect as tthoto manually affixed. I Renee C. Llewellyn, to undersigned,Assistant Secretary, The OFW: 16ri&L January 18, 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 Oak Creek Trails, 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 Oak Creek Trails, L.P. for the public improvements constructed to serve Oak Creek Trails,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 Oak Creek Trails January 18,2017 Mr.Dane Gilreath G1lco Contracting,Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Oak Creek Trails, Phase 2 Water,Sewer,,Drainage, Paving,and Street Light Improvements .CoFW Project No. 02729 CoFW File No. X 23363 and W-2367 Dear'M,r.Gil:reath: This letter will document that Oak Creek Trails L.P.confirms that Gilco Contracting, Inc. has completed the Workassociated 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 Oak Creek Trails, L.P.in connection with the Work. Oak CreekTrails,L.P. Cc:. Patrick Buckley,'City of Fort Worth 4500 Sterling Lane•Plano,TX 75093 •meginnisdevelopment@,vahoo.ccm Office.: (972-),596:--9207•Cell: (214)232-6180•Fax:(972)692-8580 FoRTWORTHRE" 0 '07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 2-Mar-17 Nano of Contractor Project Name Bwaeeo G61 e—o Oak Creek Trails Ph II DOE Inspector Project Manager Micheal Collier/Martina Salinas Gopal Sahu DOE Number Project DtOrulty Type of Contract CPn#02729 Q Simple 0 Routine Q Complex Q water waste water0 Stone DrainagCl Pavement Initial Contract Amount Final Contract Amormt $798,838.80 $802,408.46 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 y 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 13 Applicability of Specifications 4 Display Of Professionalism 1 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution 1PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Lmject Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Pgents 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 G) The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845