Loading...
HomeMy WebLinkAboutContract 47795-FP1 FORTWORTH, CITY SECRUARY CONTRACT No. � S" 45, TRANSPORTATION AND PUBLIC WORKS � NOTICE OF PROJECT COMPLETION City Ptpject NO: 100122 Regarding contract 47795 for BRIDGE REHABILITATION AT TEN LOCATIONS 2016-1 as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 44/19/2016 through M&C C-27681 the director of the TRANSPORTATION AND PUBLIC:WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has a4cepted the project as complete. Original Contract Prices: S443,255.501- Amount 443255.501- Amount of Approved Change Orders: $103,427.13-ke 1,2 Revised Contract Amount: $546,682.63✓� Total Cost Work Completed: $546,682.63 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $546,682.63' Less Previous Paym is $519,348.50 Final Payment Du $27,334. Recommends for-Acc4tance Dat Asst. Director, TPW - Infrastructure Design and Construction Accepted Date jW Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Q'�" ai&"J-- C () E �' Asst. i Manager Date Comments: LCIALC'MSECRERI '00f�D415 Le epartmen�t toff TI'W Const. Services CPN4:1 � Project Manager Management Risk Manag S. Gatewo D.O.E. Brotherton I Water V. Gutzier CFA Janie M rales/Scanned a �; The Iroceeding+peoPle have been Contacted concerning the request for final payment&have released this project for such payment. Clearance Conducted By Etta Ba-ey i?,s X16 k l Iff Construction Invoice Contract: CS47795 P.O.# PO-17-97145 Payment Date: 8/13/2018 TO:Gibson&Associates Inc. INV.# CS47795-8 —� Estimate No. 8 DOE: 11210 Ryliecrest �D 0 U U T 7� D ^ I ProjManager Tariqul Islam Balch Springs TX 75180 K tI (�! ��' n FOR: 2016-1 BRIDGE REHABILITATION AT TEN LOCATIONS Contract Amount: $554,161.50 Completed Ret Pen Adj Pay Total to Date: $546,682.63 $0.00 $0.00 $0.00 $546,682.63 Previous Estimate: $546,682.63 $0.00 $0.00 $0.00 $519,348.50 Earned to Date: $0.00 ($27,334.13) $0.00 $0.00 $27,334.13 Payments: 30100-0200431-5740010--100122-002680-2016- $542,095.50 Comments:CO#1 -$98,840.00 Total to Date: $534,616.63 $0.00 $0.00 $0.00 $534,616.63 Previous Estimate: $534,616.63 $26,730.83 $0.00 $0.00 $507,885.80 Earned to Date: $0.00 ($26,730.83) $0.00 $0.00 $26,730.83 30100-0200431-5740010-100122-002680 $12,066.00 CO#2:$12,066.00 Total to Date: $12,066.00 $0.00 $0.00 $0.00 $12,066.00 Previous Estimate: $12,066.00 $603.30 $0.00 $0.00 $11,462.70 Earned to Date: $0.00 ($603.30) $0.00 $0.00 $603.30 PURCHASE ORDER MUST APPEAR ON INVOICE Transportation if Public Works BUSINESS SUPPORT GROUP Contact Person/Phone Number DANA GUTHEIL X 8972 Department Approval Signature(Printed) CAROL BUKOVIC X 8648 ttmentApproval Sig 4Qatez ( 0 n l� 11 Tuesday,October 16,2018 Page 1 of 1 BRIDGE REHABILITATION AT TEN LOCATIONS (2016-1), CPN 100122 BRIDGE OVER MAP DISTRICT Spur 347/Belknap Street (East Bound) Railroad 63W 9 Spur 347/Belknap Street (West Bound) Railroad 63W 9 East Northside Drive Samuels Avenue 62R 2 East Northside Drive Railroad 63J 9 East Northside Drive Trinity River 62R 2 Brennan Avenue Tributary of Trinity River 62H 2 Basswood Boulevard White Branch 36U 4 Cantrell Sansom Road Little Fossil Creek 49A 2 East Vickery Boulevard Sycamore Creek 78J 8 East 4th Street Trinity River 63U 8 005.. CIO lj o v ! k a # •� Q '' 'p `� '� � � 3 O � U E 'Z O c c F n vq k''3y E c � C6 cn Y2Y3 4 F U y L ? U7 t A18 � '9ti G � � '� Sw � s� �.•, gn�3 4 R t�yG_ 3 a c.T UG v't'���� u��yyk ia G E 3 . M M M DD d N O Z � N M N � N O O (O P Q d M a " y o a � O. Q 0 o 0 O 00 (n ^` N W � L crc o C� O� (� Z E U3 E � E ff:3^ CMO O M c0 O H � c N co 00 E co (° N O W)fA LO O ..y U EiT fA O O O LL F O H 4— r a O � x Uw a w A a a 0 o)) s o m co co Loo a N tip s =° oo y 0 0 0 c N N C O O z c) C) C 00 LL O c) o 00 O M 1 Lo LO { U O f y O O O NN y_ O O O o o ��� 00000�0000 00 i o Z a N M N � N ti I C Ca z I O GO N 1 E O U � .. O `O a00 00 o a z r_ ao 0 6 N •E n cu r z E � a U 00 coi z M L (y C 'O co CD O w O O ; W to O Z co c E CO ci O V CA ifs 603. OF* c c w I E y � 3 f i n rn rn rn r v r rn - rn r " o o m 0) m rn m Lr) o .0co000 ! Om CC) O O ( CD 00 L) C4 NO N N O co CC) N N y C p O O 0 0 E Oa.O O d _ N N [ NNm CC N N 7 Q c 0 0 U 0 0 V 0 0 NUX000 00 f 00 LL �O L O LO OM M M M I M M O O O O E O O00 0 0 04 CN 04 04 0 0 i o 0 E M M C-1 00000 000 E M M 00 000 0000 co M O 00 00 O OI O1O 00 � I en j ( { N i4 I E z ° � CD 71 _ ._ _ O 00 N cn I � N a a a O I i L ' { U ° f6 `� E z EQ £ a N I I 00 d { I ° N 0 { LOLLQ rF-a O H V � a w � A � � � I O� LL O) O O r rn rn rn m CD Lo a .V -E OC)� x'00000 ttl��00 a0 a '.'_' 0NN 0NN BONN { C 1 0) O O d 0 0 y 0 0 �y O O cr,O O O O y CL A N N - (N N N 7 N N 04 a dcn p U o o IV o o V o 0 C)0 0 00 0 { o0 0 LL Lo o Ln o Ln o 0 O O O O O O U M r Cl) r Cl) r w M Cl) ',. Cl)Cl) M Cl) U 0 Cl0 0 O O O O O O V) ! { o 0 o0 00 CD M O 00 �j _oI oo i oo i O O O O.010 O M M 0 0 0 0 O O O O O f � ( i 1"I t i O 1 .. y o ao H 3 I a o , o a z s � LO ca E O � EU00a a N i i N O LL H O H OQ Q i LLi n rn rn I I � o o fD0) rrn � rn CwN 'ON O co NONN C C O O O O 0 0 d -O C N N CNN C N N a NN_ N_ Z Q C U CD C) V OO I ;U O O O`O � 00 00 tVd j O O i p0 p I p0 p j7 LL. Lo O LO O Lo 0 CO O O O O O O U co r co M r co -It LO LO Ln In ! Ln u) V V V V I I co V M N N N N N N O O O O I O O U O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M M O O O O OI O O O C) M M O O O O O b O O O Contractor Final Estimate Approval Final-9-Estimate Page 2 of 3 FORTWORTH, Contractor Final Estimate Approval Date Started: 8/22/2018Date Due: 9/5/201819 Invoiced Amount: (Amount from $ 27,334.13 Request No.: Final-9-Estimate Line 8 of C-620) Project Name: Bridge Rehabilitation (2016-1) Project Number: 100122 Invoice No.: 8 & Final Reference: Contractor: Joe Montgomery Discussion: Final Payment for Retainage - Green Sheet (Limit 5000) Approval Status: https://projectpoint.buzzsaw.com/ bz_web/Forms/FormPrint.aspx?Siteld=51500&Proces... 10/17/2018 Contractor Final Estimate Approval Final-9-Estimate Page 3 of 3 Approved: Yes Comments: User: Tommy McKinnon Date: 2018-08-22 9:18 AM Approved: Yes Comments: User: Etta Bacy Date: 2018-08-22 11:00 AM Approved: Yes Comments: User: Joe Montgomery Date: 2018-08-22 11:11 AM Approved: Yes Comments: User: Ron Cordova Date: 2018-08-27 7:51 AM Approved: Yes Comments: User: Tariqul Islam Date: 2018-09-05 4:14 PM Approved: Yes Comments: User: Riad Nusrallah Date: 2018-09-10 8:32 AM Approved: Yes Comments: User: Lauren Prieur Date: 2018-09-11 9:41 PM Approved: Yes Comments: User: Dana Gutheil Date: 2018-10-16 12:34 PM Approved: Yes Comments: User: Carol Bukovic Date: 2018-10-17 8:10 AM https:Hprojectpoint.buzzsaw.com/ bz_web/Forms/FormPrint.aspx?Siteld=51500&Proces... 10/17/2018 C O � _ U � na d o U Q an w:�wwww w� 000000000000000000 00 5g4 88 8 g 8 S8 8g g gg.88 g8 8 g g m �3 c9 Nrm� � e� n rn ry ❑m €E m �o 4� E �E r o g.888gE8.S.8S88g88gE 8g'HS �E a 0 °z v o a z w H F a� cmi Yoo>oSs a I o�aox� �. y oz Qam z >N W X0...0�� 00:c�¢�o0a ado www zo y h 6 z G. g E 0 U U a V H� g y� i A �a �B �a 5.g a o = e� �o a - r. a 'a r° N e o z � z cu a w o z � F a e� U o F `a" a Pi � o �•y a F' gra Cyd N B �° w 3 �z \ - ! . ]} �) e $ K e A § . § ` eJ . - ; \ : j /�> \ ! § ) 96 # . E O V V O q CL Yl > v z cl 0 u c z 8 3 Z z z �u z 5 0� loz ID ,p s agg N � O M O F =° h C o `z L : : O � b0 kl H za n a � � W m � E d i� s ao d o Z N r+ co N N 0 O E G o y w N � O O � � i w Cd Q N p 0 co 10 c� O d Eo tR Il a O U� U. N H O w V O m ty rn t9�p ANN .p 0 r OA C�pW C N N p O Q 'G O% w $ U apo U oo cpna a. G .Ooh �e o0 O 00 M O � O 0o mt" t%f p O O p p p 0 v �ooppo M CRY SECRETARY , FORT ORTH.: City of Fort Worth CONTRACT NO Change Order Request Breakdown Project Name Bridge Rehabilitation at Ten Locations City Sec# 477795 Client Project#(s) 100122 Change Order Submittal# I__ J Date 11/3012016 Dept TPW Contract Time Totals CC? Original Contract Amount $443,255,50 $443,255.50 150 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $443,255.50 $443,255,50 150 Amount of Proposed Change Order $98,840.00 $98,840,00 20 Revised Contract Amount $542,095.50 $542,095.50 170 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding(if necessary) $98,840.00 $98,840.00 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 22.3006 MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $554,069:38 y USTt9#'TM� The City of Fort Worth has increased the limits of the approach slabs to be removed due to severity of damage at Belknap/Weatherford Street Locations. Upon removal of the asphalt overlay at E.4th Street Bridge over Trinity River it was discovered that the deck had deteriorated more than originally thought and as such 920 SF of partial depth deck repair quantity is added to the contract, ' Maded�p gal,KISeemiary L N ........... OMI �A .. FORT WORTH City of Fort Worth ---v---- Change Order Additions Project Name I Bridge Rehabilitation at Tete locations City Sec# 471795 Client Project# T Pt22 Change Order Submittal# i i Date 11/30/2016 ADDITIONS IT M TSCRiPTION DEPT Qty unit n ost Total Remove Conc.(Approach Slab) Class S Concrete Approac la 1. Concrete Structure Repair(Rapid Deck Repair Partial epth, 5 . TM $98,840.00 Sub Total Additions 40.00 Change Order Additions Page 1 of 1 Fe�itr 4Vt1tz►H City of Fart worth Change Order Deletions ProjectName Bridge Rehabilitation at Ten Locations City sec# 417795 Client Project# 100922 Change tattler Submittal# L J Date 1113012015 DELETIONS DEMIRRUN DEPT City unit Unitos ota TP ti.Qa tiota e e ons' Change Order Deletions Page I of 1 WSBE Breakdown for this Change Order M/SBE Sub Type of Service Amount for this CO Reyes Group Class S Concrete(Approach Slab) $28,075.50 Total $28,075.50 Previous Change Orders co# DATE AMOUNT N/A Total $0.00 CFW Change Order Approval St-COApp02 Page 1 of 3 Routing Assigned To: Due Date: Assigned By: Due Time: Links 1 fortworthoov/Infrastructure Projects/100122- Bridge Rehabilitation (2016-1)/Contractor/Chancre Orders/CO #1 Breakdown Rev. 1 12.6.16.xis Attachments(0) No Attachments have been added to this form. https:/iprojectpoint.buzzsaw.com/ bz web/Forms/FormPrint.aspx?Site.Id=51500&ProcessI... 4/14/2017 CFW Change Order Approval St-COAppO2 Page 2 of 3 FORT WORTH,,., City of Fort Worth Change Order Request Approval (Change Order Breakdown Available in Links) For Change Order Submittal No.: St-COSub02 Change Order No.: St-COAppO2 Date Started: 2017-03-24 City Sec. No.: 477795 Date Due: 2017-04-07 Project Name: Bridge Rehabilitation (2016-1) 100122 DOE Numbers: Project Numbers: Project Bridge Rehabilitation at Ten Locations Description: Project Manager: Tariqul Islam City Inspector: Tommy Mckinnon Contractor: Gibson & Associates COUNCIL ACTION (If Required): M&C Log Name: M&C Number: M&C Date: COST AND DAYS SUMMARY: Requested Department: Cost($) Fund Account Center: Days: $ 98,840.00 30100-0200431-5740010-- 20 100122-002680---- Total Cost: $ 98,840.00 Total Requested Days: 20 Approval Status: httt)s:/,It)roiectr)oint.bu7z,saw.cora/ bz web/Forms/Foii-nPj,-int.aspx?Siteld=51500&ProcessI... 4/14/2017 . CFW Change Order Approval St-COApp02 Page 3 of 3 Approved: Yes Comments: User: Joe Montgomery Date: 2017-03-28 10:16 AM Approved: Yes Comments: User: Tariqul Islam Date: 2017-03-28 12:19 PM Approved: Yes Comments: User: Riad Nusrailah Date: 2017-03-29 9:30 PM Approved Yes Comments: User: Richard Martinez Date: 2017-04-13 10:14 AM Approved: Yes Comments: User: Doug Wiersig Date: 2017-04-13 8:39 PM Approved: Yes Comments: User: Doug Black Date: 2017-04-14 10:44 AM Approved: Yes Comments: User: Jay Chapa Date: 2017-04-14 11:44 AM Action Required: https://projeetpoint.buzzsaw.conv`_bz_web/Forms/Fo1inPriiit.aspx?S teld=51500&Processl... 4/1412017 Contract Compliance Manager: By signing I acknowledge that l am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tariqul Islam A ,c d -N-4 R-q e—&- Title „ CITY SECRETARY � n FORT WORTH City of Fort Worth CONTRACT NO, Change Order Request Breakdown Project Namel Bridge Rehab10 Location 2016-1 1 City Sec# 47795 Client Project#(s) CPN 100122 Contractor Gibson&Associates,Inc PM Tariqul Islam Inspector Tommy McKinnon Change Order Submittal# Date 1/9/2018 Dept. TIPW Water Sewer Contract Time Totals CD Original Contract Amount $443,255.50 $443,255.50 150 Extras to Date $98,840.00 $98,840.00 20 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $542,095.50 $542,095.50 170 Amount of Proposed Change Order $4,587,13 $0.00 $4,587.13 200 Revised Contract Amount $546,682.63 $546,682.63 370 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding(if necessary) $4,587.13 1 $4,587.13 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 2333% MAX ALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+2551.) $554,069.38 This Change Order is to reconcile contract pay items.Time also ran over contract due to delays for Belknap Weatherford bridge approach slab and pavement repair by other contractor.Delayed mostly due to TxDOT project on Belknap at same location.To consider Downtown traffic during pick season this project need to be delayed for few months. C\C`l CO SSC 4 +4 City of Fort Worth Change Order Additions Project Name Bridge Rehab10 Location 2016-1 City Sec# 47795 Client Project# CPN 100122 Contractor Gibson&Associates,Inc PM Tanqul Islam inspector' Tommy McKinnon Change Order Submittal# Date 1/9/2018 ADDITIONS ry Unit Unit Cost Total 1CONC STR REPAIR(RAPID DECK REP)(PRT DPTF— 95.00000000 F 54. 11 CNC STIR REP NERTI AL R OVERHEAD) T/PW 32.40000000 F $140.00 T/PW $12,066.00 Water $0.00 Sewer $0.00 Sub Total Additions $12,066.00 Change Order Additions Page 1 of 1 FORT WOxrx City of Fort Worth —�vl— Change Order Deletions Project Name Bridge Rehab10 Location 2016-1 City Sec# 47795 Client Project# CPN 100122 Contractor Gibson&Associates,Inc PMJ Tariq ul Islam Inspector Tommy McKinnon Change Order Submittal# F2 Date 1/9/2018 DELETIONS ITEM DESCRIPTION JEH I ty Unit mt ost ota --77—CNC CRCK REPAIR(DISCRETE)(ROUT AND SEAL) T17w- 30.000000005. =,5 . 21 BRID EC NSTRUCTION ALLOWANCE T/PW 0.59788700 EA 10,000.0 5=, 7 T/PW $7,478.87 Water $0.00 Sewer $0.00 Sub Total Deletions 7,78.87 Change Order Deletions Page 1 of 1 M/SBE Breakdown for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE AMOUNT Total $0.00 City of Fort Worth, Texas Mayor and Council Communication SIM � COUNCIL ACTION: Approved on 6/5/2018 DATE: Tuesday, June 5, 2018 REFERENCE NO.: **C-28702 LOG NAME: 20BRIDGE REHABILITATION 2016-1 CHANGE ORDER 2 SUBJECT: Authorize Execution of Change Order No. 2 to City Secretary Contract No. 47795 with Gibson & Associates, Inc., in the Amount of$4,587.13 and the Addition of 200 Days to Reconcile Contract Pay Items for a Revised Contract Amount of$546,682.63 (COUNCIL DISTRICTS 2, 4, 8, and 9) RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No. 2 to City Secretary Contract No. 47795 with Gibson &Associates, Inc., in the amount of$4,587.13 and the addition of 200 days to reconcile contract pay items and add an additional 200 days for a revised contract amount of $546,682.63 (City Project No. 100122). DISCUSSION: On April 19, 2016, (M&C C-27681) the City Council awarded City Secretary Contract No. 47795 in the amount of$443,255.50 to Gibson &Associates, Inc., for Bridge Rehabilitation at ten locations as illustrated in the attached map. Change Order No. 1 was approved administratively on April 14, 2017 in an amount of$98,840.00 to add 128 square yards of approach slab and 920 square feet of bridge deck repair for E. 4th Street bridge to this contract. Change Order No. 2 will reconcile contract pay items based on actual work completed at all locations and add days to the contract time for delays not caused by the contractor. The major items added to this change order are 95 square feet of bridge deck repair and 32 square feet of overhead structural repair. This change order will close out the contract and complete the bridge rehabilitation at the10 locations. This contract was delayed slightly to avoid other construction activity by TxDOT on the IH-35 project and travel lane availability on Belknap Street in Downtown. As such, contract time has been extended by 200 calendar days. Funding for this project is as follows: Original Contract _ $443,255.50_ 'Change Order No. 1 — administrative approval _C$ 98,840.00_ _ Change Order No. 2 —this M&C 1$ 4,587.13 Notal Change Order Amount $103,427.13 Revised Contract Amount ,$546,682.63 The project is located in COUNCIL DISTRICTS 2, 4, 8, and 9. FISCAL INFORMATION /CERTIFICATION: nATl TT1 -T? TVT'TT A T1TT TT A'PTrINT l)nI L 1 f�TT A NTI— (\T)TNUT� The Director of Finance certifies that funds are available in the General Capital Project funds as previously appropriated. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget Reference # Amoun ID ID Year Chartfield 2 FROM Fund Department Accoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Tariqul Islam (2486) ATTACHMENTS 1. Bridqe Rehab CO 2.pdf (CFW Internal) 2. FID Bridge Rehab CO 2.pdf (CFW Internal) 3. Form 1295 CO Gibson Associates.pdf (Public) 4. Map Bridge Rehabilitation 2016-1.pdf (Public) nn Tl TT-W-17 n TTT A DTT TT A T1 f-)N F 7/11 4 1 OT-J A\Tl,R (11?Yw1? 1) Pa ap ? of 7 CFW Change Order Approval 02 Page 1 of 3 Routinci Assigned To: Due Date: Assigned By: Due Time: Links 2 fortworthgov/Infrastructure Proiects/100122 - Bridge Rehabilitation (2016-1)/Contractor/Change Orders/Change Order 2 Breakdown CPN100122.xlsx fortworthgov/Infrastructure Proiects/100122 - Bridge Rehabilitation (2016-1)/Contractor/Change Orders/M&C Copy of Chage Order2 Bridge Repair 2016-1.pdf Attachments(0) No Attachments have been added to this form. -----� CFW Change Order Approval 02 Page 2 of 3 FORT WORTH. city of Fort Worth Change Order Request Approval (Change Order Breakdown Available in Links) For Change Order Submittal No.: St-COSub02 Change Order No.: 02 Date Started: 2018-06-08 City Sec. No.: 47795 Date Due: 2018-06-23 Project Name: Bridge Rehabilitation (2016-1) 100122 DOE Numbers: Project Numbers: Project Bridge rehabilitation at 10 locations. Description: Project Manager: Tariqul Islam City Inspector: Tommy McKinnon Contractor: Gibson &Associates, Inc COUNCIL ACTION (If Required): M&C Log Name: 20BRIDGE REHABILITATION 2016-1 CHANGE ORDER 2 M&C Number: C-28702 M&C Date: 2018-06-05 COST AND DAYS SUMMARY: Requested Department: Cost($) Fund Account Center: Days: TPW $ 4,587.13 30100 0200431 5740010 200 100122 002680 Total Cost: $ 4,587.13 Total Requested Days: 200 Approval Status: CFW Change Order Approval 02 Page 3 of 3 Approved: Yes Comments: User: Joe Montgomery Date: 2018-06-08 1:26 PM Approved: Yes Comments: User: Tariqul Islam Date: 2018-06-08 4:53 PM Approved: Yes Comments: User: Riad Nusrallah Date: 2018-06-11 8:19 AM IVI��o I 4r5i�$ Approved: Yes 1 95: Comments: User: Richard Martinez Date: 2018-06-18 5:54 PM Approved: Yes � �' ,+ Comments: User: Doug Wiersig Date: 2018-06-21 3:28 PM Approved: Yes A Comments: User: Doug Black Date: 2018-06-26 4:34 PM nald P. Gonzales: • Ck Secretafy Approved: Yes Comments: User: Susan Alanis Date: 2018-06-28 8:09 PM Action Required: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tariqul Islam Title ❑ This form is N/A as No City Funds are associated with this Contract Printed Name Signature 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 Alan C. Meador,III, Vice President Of Gibson&Associates, 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; Bridge Rehabilitation at Ten Locations (2016-1) BY Alan C. Meador, III Subscribed and sworn before me on this date 13th of August, 2018. ���--- til• ��� Notary Public Dallas,Texas PAM N DAVIS PGe�%Notary Public,State of Texas = Comm.Expires 03-30-2021 F `� Notar ID 283117-2 rrmp� Y a CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 82443247 PROJECT: (name, address)Bridge Rehabilitation at Ten Locations(2016-1) Fort Worth,TX TO (Owner) City Project No. ARCHITECT'S PROJECT N0: 100122 CITY OF FORT WORTH CONTRACT FOR: 1000 Throckmorton Street Bridge Rehabilitation at Ten Locations(2016-1) Fort Worth Tx 76102 _f CONTRACT DATE: 4/19/2016 CONTRACTOR: GIBSON &ASSOCIATES, 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) FEDERAL INSURANCE COMPANY 15 Mountain View Road Warren NJ 07059 , SURETY COMPANY on bond of (here insert name and address of Contractor) GIBSON &ASSOCIATES, INC. P.O. Box 800579 Balch Springs TX 75180-0579 , 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) CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth TX 76102 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 13th day of August, 2018 FEDERAL INSURANCE COMPANY Surety Company Attest: 06>- (Seal): Signature of Authorized Representative Robbi Morales 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 5 CHUBBQ Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, V. DeLene Marshall, Tina McEwan, Robbi Morales,Ricardo J.Reyna,Joshua Saunders and Kelly A.Westbrook of Dallas,Texas;Steven Dwain Brockinton of Little Rock,Arkansas------------------------ each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In W1tDess Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 90 day of August,201& f 1:Iv;n �1 1:hl r .:\sWuant Stxrelary Stcphetl M.Haney.Vice Pm ident ' a wF" M.�►' 'a wog+' STATE OF NEW JERSEY County of Hunterdon ss. On this 9th day of August,2018,before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros,being by me duly sworn,did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she is acquainted with Stephen M. Haney,and knows him to be Vice President of said Companies;and that the signature of Stephen M.Haney,subscribed to said Power of Attorney is in the genuine handwriting of Stephen M.Haney,and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal KATHERINE J.ADELAAR CI ) NOTARY PUBLIC OF NEW JERSEY No.2318885 CaroB1ISM0aExPM July 16,2018 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary course of business(each a"Written Commitment'): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise,to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as may be specified in such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the Company the authority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other pei sons to act for and on behalf of the Company,and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(t a"Companies')do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (ll) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station,NJ,this August 13, 2018 Ikiw'n yi.ChlxJrts.AsSistantScrnKary i N THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT: Tele hone(908)903-3493 Fax(908)903-3656 e-mail:surety@chubb.com li FED-VIG-PI(rev.08-18) FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Bridge Repair and Rehabilitation at 10 Locations PROJECT NO.: CPN#100122 CONTRACTOR: Gibson and Associates DOE NO.: N/A PERIOD FROM:09/06/17 TO: 12/20/17 FINAL INSPECTION DATE: December 20th 2017 WORK ORDER EFFECTIVE:9/6/2017 CONTRACT TIME: 370 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. 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 PERIOD 370 PREVIOUS PERIOD 370 TOTALS TO DATE i370 *REMARKS: CO CTOR DATE SPECTOR DATE _ ENGINEERIN ' EPART�NT ��° The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 Q o c � n N J O (� co N O m O � N N 0 r A d C d E A o ~ o c n U d ii a � z a r- w N N N o J OO Q r � N V r M Q C rn N O C C O 5 0 O y O N J co W W J 4 O N O O o m U o O c 3 m � m v O ❑ K a N W C o N O E w O cn r 0 J d o o U A o c U tS LL C r-� BuySpeed Online Page 1 of 1 peed Onl Accounts Payable Department Ac NIGP Code Browse I My Account I Customer Service I About Current Organization:CITY OF FORT WORTH October 16,2018 12:27:15 PM CDT Pb Ci d Home DocumentsDaa naa Gu Status: Invoice #: CS47795-8 FINAL Vendor #:0000009564 Vendor Group #:01 Ready Approval General Items Subcontractors Accounts Routing Attachments Notes Reminder Change Order Summary Back to PO Header Information Invoice Number: CS47795-8 FINAL Invoice Status: 41R-Ready for Approval Invoice Type: away matching Invoice Description: Auto-generated RPA Invoice Invoice Date: 08/13/2018 Effect Date: 09/28/2018 Payment Amount: $27,334.13 Handling Code: Payment Date: 09/07/2018 Payment Terms: ACH(DIRECT DEPOSIT) Payment Term Day: 0 Payment Discount: 0.0% Paid-Bank/Check: Alternate Id: Entered By: Dana Gutheil Entered Date: 10/16/2018 Updated By: Dana Gutheil Updated Date: 10/16/2018 Received Date: 07/31/2018 12:25:00 PM Attachments Agency Files: Agency Forms: Vendor Files: Vendor Forms: Purchase Order Information Purchase order Number: DRPA-19-00009156 PO Description 100122-2016-1 Bridge Rehab 10 Locs PO Amount: $27,334.13 Remaining To Invoice: $0.00 Buyer: Karen Striker PoVendor Information Vendor: 0000009564-GIBSON&ASSOCIATES INC Address Grp: 01 Vendor Remit-to Address: BRAD MILAM 11210 RYLIECREST BALCH SPRINGS,TX 75180 USA Fed ID: ......7660 Remit Text: Email:bradm@gibsonassoc.net Phone:(972)557-1199 Id:115362(EFT Enabled) Item Information Invoice Item#/PO Item#:1 100122-2016-1 Bridge Rehab at 10 Locations-Refunding retainage 30100-20600000-100122-RETAIN$27,334.13 PO Permit Invoice Discount k Original Final Item Status To Pay Amount Pay Amount Pay 3PCR-Complete Receipt $0.00 $27,334.13 0.0% $0.00 Yes MAKE: ASSET MODEL: ASSET MANUF: ASSET SERIAL: ASSET VIN: ASSET TAG: Event Type Fiscal Year Account Code Transaction Amount Exp. 18 30100-2060000-100122-RETAIN— $27,334.13 Enc. 18 30100-2060000-100122-RETAIN— -$27,334.13 Approval Path: Delete Approver Order Approval Level Approver Date Date Approved/Disapproved/Canceled Comme Sequence Path Type Requested Approved/Disapproved/Canceled by View ID Add V Pri New mary Add/Delete 4prver Print Copyright®2018 Periscope Holdings,Inc.-All Rights Reserved.default https:Hbso.fortworthtexas.gov/bso/purchaseorder/invoice/invoiceSummary.sdo?vendorld... 10/16/2018