Loading...
HomeMy WebLinkAboutContract 48509-FP2 CITY SECRETARY41 FORTWORTH, CONTRACT NO � TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project JV'e: 100445 Regarding contract 100445 for SENDERA RANCH EAST PHASE 13A as requited 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. Original Contract Price: $419,190.50 Amount of Approved Change Orders: Ns Revised Conti-act Amount: Total Cost Work Completed: $419,190.50 Recomm or Acceptance Date Asst. Dir t r, TPW - _Vlewt Accepted Date Asst. Directo , ANSPORTATION & PUBLIC WORKS Asst. City Manager Department of TP&W Const. Services — — Date CPN# Da Project Manager e ?,-I ('�,, Risk Management Canadv - 1 Comments: D.Q.E. Brotherton �h CFA Morales/Scanned +",` '� utzler/Scanned �� EFFICIALQRD The Proceeding people have been ContactedA ZQ�� concerning the request for final payment& have released this projectfor such payment. T)( IIIitislY. Clearance Conducted By P/"U& Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SENDERA RANCH EAST PHASE 13A Contract Limits Project Type PAVING City Project Numbers 100445 DOE Number 0445 Estimate Number ► Payment Number ► For Period Ending 10/6/2017 CD City Secretary Contract Number Contract Time 15GD Contract Date Days Charged to Date 239 Project Manager NA Contract is 100.00 Complete Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER MATTEGAT Friday,October 6,2017 Page I of 4 City Project Numbers 100445 DOE Number 0445 Contract Name SENDERA RANCH EAST PHASE 13A Estimate Number 1 Conti-act Limits Payment Number 1 Project Type PAVING For Period Ending 10/6/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 HYDRATED LIME 155 TN $155.00 $24,025.00 155 $24,025.00 2 6"LIME TREATMENT 10331 SY $2.70 $27,893.70 10331 $27,893.70 3 6"CONC PVMT 9686 SY $34.30 $332,229.80 9686 $332,229.80 4 4'CONC SIDEWALK 152 SF $6.00 $912.00 152 $912.00 5 BARRIER FREE RAMP 7 EA $1,950.00 $13,650.00 7 $13,650.00 6 BARRIER FREE RAMP 3 EA $1,900.00 $5,700.00 3 $5,700.00 7 BARRIER FREE RAMP 3 EA $1,600.00 $4,800.00 3 $4,800.00 8 REMOVE&DISPOSE STREET BARRICADE 1 EA $500.00 $500.00 1 $500.00 9 REMOVE&RELOCATE STANDARD FOR 2 EA $1,850.00 $3,700.00 2 $3,700.00 BARRICADE 10 CONCRETE PAVEMENT HEADER 58 LF $10.00 $580.00 58 $580.00 11 STOP SIGNS 5 EA $90.00 $450.00 5 $450.00 12 STREET NAME BLADE 16 EA $250.00 $4,000.00 16 $4,000.00 13 STREET SIGN POLE 3 EA $250.00 $750.00 3 $750.00 Sub-Total of Previous Unit $419,190.50 $419,190.50 Friday,October 6,2017 Page 2 of 4 City Project Numbers 100445 DOE Number 0445 Contract Name SENDERA RANCH EAST PHASE 13A Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 10/6/2017 Project Funding Contract Information Summary Original Contract Amount $419,190.50 Chanlre Orders Total Contract Price $419,190.50 Date 3 fl— Total Cost of Work Completed $419,190.50 Cont actor Less %Retained $0.00 �:;& 1-21-17 Z1 1 Net Earned $419,190.50 Date Earned This Period $419,190.50 Inspection Supervisor / Retainage This Period $0.00 Date Less Liquidated Damages Proj ct anager 1 Days @ /Day $0.00 Date 4� LessPavement Deficiency $0.00 Asst. o PW-h n 1�._ � Less Penalty $0.00 Date Y 1 t vQ� Less Previous Payment $0.00 Director/ ntr cting Department Plus Material on Hand Less 15% $0.00 G. Balance Due This Payment $419,190.50 I r.. i Friday,October 6,2017 Page 3 of 4 I ii City Project Numbers 100445 DOE Number 0445 Contract Name SENDERA RANCH EAST PHASE 13A Estimate Number I Contract Limits Payment Number 1 Project Type PAVING For Period Ending 10/6/2017 Project Funding Project Manager NA City Secretary Conti-act Number Inspectors LAYER / MATTEGAT Contract Date Contractor GILCO CONTRACTING,INC. Contract Time 150 CD 6331 SOUTHWEST BLVD. Days Charged to Date 239 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 $419,190.50 Less %Retained $0.00 Net Earned $419,190.50 Earned This Period $419,190.50 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 $419,190.50 Friday,October 6,2017 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Sendera Ranch East Phase 13A PROJECT NO.: 100445 CONTRACTOR: Gilco DOE NO.; PERIOD FROM:02/13/17 TO: 10/1017 FINAL INSPECTION DATE: 10-Oct-17 WORK ORDER EFFECTIVE:1/10/2017 CONTRACT TIME: 180 0 WO* 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 0 0 PERIOD PREVIOUS PERIOD 0 0 0 0 239 239 TOTALS 0 0 0 0 239 239 TO DATE *REMARKS: CA CONTRACT ! DATE /� IN E IR DATE ENGINEERING DEPARn4ENT � F� The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817)392-7941 •Fax: (817)392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Gilco Contracting Sendera Ranch East Phase 13A Inspector City Project Number William Mattegat 100445 Ca inletronComponents Project Manager ❑ water[:] Waste Water❑ Storm Drainage[21 Pavement KhalJaafari Initial Contract Amount ProjectDifficulty $419,190.50 O Simple Routine Q Complex Final Contract Amount Date $419,190.50 9-Oct-17 II)PERFORMANCE EVALUATION 0-Inadequate I-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 2 8 4 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 2 20 10 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 2 20 10 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 354 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 354 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 408 Rating([TS/MS] * 100%) 354 / 408 = 87% 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) Inspector Signature Co ;ac or Signature Inspector's Supervisor/,p gn Ins 's Su o ( �dL p CONTRACTOR'S COMMENTS �I TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •Fort Worth,TX 76116 •(817)392-8306 i SII FORTWORTHREV:02122/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 9-Oct-17 Name of Contractor Project Name Gilco Contracting Sendera Ranch East Phase 13A DOE Inspector Project Manager William Mattegat Khal Jaafari DOE Number Project Dculh, Type of Contract CPN I_C)- q,rj Q Simple QQ Routine Q Complex ❑ Water❑ WasteWater[:] Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $419,190.50 $419,190.50 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 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 y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 3 Bid Opening to Pre-Con Meeting Timeframe 3 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor , 1 Signature DOE Inspector Signature DOE Inspector's Supervisor I INSPECTOR'S COMMENTS it TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 V (817)392-7941 •Fax: (817)392-7845 V 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 filll; 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 Improvements to serve: Sendera Ranch East,Phase I BY R Taylor Subscribed and sworn before me on this 31 st of Auvust , 2017. MARY PANNELL Notar Publrc z, (py�•`� Notary Publlc,Slate of Texas Tarrant County, TX •,I'\ P z Comm.Expires 1 U 19-2018 Notary ID 5144239 „r u i III CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 022056051 PROJECT: (name, address)Sendera Ranch East Phase 13A Fort Worth TX TO (Owner) FrMNAR HOMES OF TEXAS LAND AND ARCHITECT'S PROJECT NO: CONSTRUCTION, LTD AND THE CITY OF FORT WORTH CONTRACT FOR: 1707 Marketplace Blvd,Suite 100 Sendera Ranch East Phase 13A-Paving 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 (hare 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) LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD AND THE CITY OF FORT WORTH 1707 Marketplace 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 24th day Of August, 2017 LIBERTY MUTUAL INSURANCE COMPANY ( Surety Company Attest:Tina McEwan (Seal): Signa 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.7767548 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 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 16th day of May 2017 ru o , 4cu,�wy BJP pFr'tl. ^�F ��.L � A,�^� The Ohio Casualty Insurance Company 6 Liberty Mutual Insurance Company m O 1919 n > o 1912 1991 KWestAmerican Insurance Company O >. :+' aro �,� a ,F:�Sb 9�i �j 2 N a) 1 * * * By:41 STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary COUNTY OF MONTGOMERY _ C N On this 16th da O L t� y of May 2017 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v F- 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 >,W ptherein contained by signing on behalf of the corporations by himself as a duly authorized officer. O l0 O E N > 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 Q. t3 Sr PASey COMMONWEALTH OF PENNSYLVANIA L� Q M O oNw P /�L <C I Notarial Seal �d• Teresa Pastella,Notary Public. By: - d OF 1 Upper MerionTwp,Montgomery County Teresa Pastella,Notary Public y O L L �`P I My Commission Expires March 28,2021 d O y�t�'Syvi �G O 41 OTQ Qom., Member,Pennsylvania Association of Notaries t0 E 02 f6 C M 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 to p Qj Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: rn civ L 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 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.= 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 ai 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 .- d 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 granted to any representative or attorney-in-fact under > O 4- 2the 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 M rARTICLE 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, E ao 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 p 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 cO 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 bythe president and attested by the secretary. F0 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 " day of 20 / �I't INSU 'It 1UJ JP.�Frn24r'r9 .�JPoavo'wr"i't� \P wria,�>nrC 0 1919 n 7912 1991 2 By: K b a Renee C.Llew ,ssistant secretary 183 of 300 LMS 12873_022017 Liberty Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una quej a: You may call toll-free for information or to Usted puede hamar al numero de telefono gratis make a complaint at para inforrnacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste, 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (111-1 A) de Texas Consumer Protection (111-1 A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov Web: http•//www.tdi.texas.gov E-mail: ConsumerProtectionnQ tdl texas.gov E-mail: ConsumerPi-otection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP 70 68 09 01 • August 31, 2017 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Paving Improvements to serve Sendera Ranch East, Phase 13A City Project#100445 File No. W-2413 File No. X-23647 The purpose of this letter is to acknowledge that we have been paid in full by Lennar Homes of Texas Land & Construction, LTD. for the public improvements constructed to serve Sendera Ranch East, Phase 13A 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, /X,-)- 74z . 07 Rob Taylor' Project Coordinator 6331 Southwest OWL Be` brook, Texas 76132 Dace: 817.73N.1600 Fax 817.7 5.1()13 k- e 4 k Y, f t August 16,2017 Mr. Dale R. Gilreath Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook,TX 76123 I! i Re: Paving Contract for Sendera Ranch East Phase 13A City Project No. 100445 Water Project No. 59601-0600430-100445-001580 Sewer Project No. 59607-0700430-100445-001480 "X" No.X-23647 "W„No.W-2413 w: Dear Mr. Gilreath: i C This letter will document that Lennar Homes of Texas Land and Construction, LTD.confirms that Gilco Contracting, Inc. has completed the work associated with the above-referenced contract in an G 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 Lennar Homes of Texas Land and Construction, LTD. in connection with the work. I i Lennar Homes of Texas Land and Construction, LTD. i i c Cc: Khal Jaafari,City of Fort Worth r; i I a t { I i i { 1 i i'