HomeMy WebLinkAboutContract 49794-FP3 FORTWORTH.
`— CITY SECRETARY
CONTRACT NO.
TRANSPORTATION AND PUBLIC WORKS
NOTICE OF PROJECT COMPLETION
(Developer Projects)
ff,' _IaAfta (/4/® City Project Ne: 100958
Regarding contract 100958 for HAWTHRONE MEADOWS PHASE 3 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.
m
Original Contract Price: �'`� 3 I $399,578.70
Vy
Amount of Approved Change Orders: j l 1 c d NQ
H O E c
" o r E
Revised Contract Amount: Z a >
y R c.
O r_Total Cost Work Completed: c k r 'o
$399,578.70
r_ tf >
O 'p0L w. , A
U M yy0M
47C, d
ad UL ^')
c 0 3 V
OL cmccc o. d�
( rndIMmo .o
�. o) E c c s a c E
0 0 m c ' r w O
moo) msado�= Uf
co O
c a
Rpt d � WEwa 0 w � :
0 R R
ell
4)i CL aO � � s 6 -6 m 0
iUaWd001— 0 U
17
RecommUL r Acceptance Date
Asst. Dir to , TPW - Development Services
63. C.J
Accepted&I Date
Director, TRANSPORTATIOPV& PUBLIC WORKS
Asst. City anager Date
Co AOFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
22 � IV
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name HAWTHRONE MEADOWS PHASE 3
Contract Limits
Project Type PAVING
City Project Numbers 100958
DOE Number 0958
Estimate Number 1 Payment Number 1 For Period Ending 5/8/2018
CD
City Secretary Contract Number Contract Time 70D
Contract Date Days Charged to Date 141
Project Manager NA Contract is 100.00 Complete
Contractor GILCO CONTRACTING,INC.
6331 SOUTHWEST BLVD.
BENBROOK, TX 76132-1063
Inspectors OWEN / MABRY
Tuesday,May 8,2018 Page 1 of 4
City Project Numbers 100958 DOE Number 0958
Contract Name HAWTHRONE MEADOWS PHASE 3 Estimate Number I
Contract Limits Payment Number I
Project Type PAVING For Period Ending 5/8/2018
Project Funding
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 6"CONC PVMT 9544 SY $33.35 $318,292.40 9544 $318,292.40
2 4"CONC SIDEWALK 1241 SF $4.50 $5,584.50 1241 $5,584.50
3 6"LIME TREATMENT 10021 SY $2.80 $28,058.80 10021 $28,058.80
4 HYDRATED LIME 160 TN $155.00 $24,800.00 160 $24,800.00
5 BARRIER FREE RAMP 3 EA $1,925.00 $5,775.00 3 $5,775.00
6 BARRIER FREE RAMP 3 EA $1,850.00 $5,550.00 3 $5,550.00
7 BARRIER FREE RAMP 3 EA $1,575.00 $4,725.00 3 $4,725.00
8 24"SLD PVMT MARKING PAINT(W) 42 LF $16.50 $693.00 42 $693.00
9 REMOVE END OF ROAD BARRICADE 4 EA $500.00 $2,000.00 4 $2,000.00
10 STREET SIGN 7 EA $500.00 $3,500.00 7 $3,500.00
11 STREET NAME BLADE 12 EA $50.00 $600.00 12 $600.00
Sub-Total of Previous Unit $399,578.70 $399,578.70
Tuesday,May 8,2018 Page 2 of 4
City Project Numbers 100958 DOE Number 0958
Contract Name HAWTHRONE MEADOWS PHASE 3 Estimate Number 1
Contract Limits Payment Number I
Project Type PAVING For Period Ending 5/8/2018
Project Funding
Contract Information Summary
Original Contract Amount $399,578.70
Chanl4e Orders
Total Contract Price $399,578.70
Date l l O Total Cost of Work Completed $399,578.70
Contractor Less %Retained $0.00
Net Earned $399,578.70
/'ils.�CJS-rte Date �
Earned This Period $399,578.70
Inspecti Supervisor
Aletainage This Period $0.00
Date LJLess Liquidated Damages
e Manager
Days @ /Day $0.00
Date LessPavement Deficiency $0.00
Asre or/TPW Less Penalty $0.00
(J. Date /(� l0�' Less Previous Payment $0.00
Director aontracting Departm Plus Material on Hand Less 15% $0.00
Balance Due This Payment $399,578.70
Tuesday,May 8,2018 Page 3 of 4
City Project Numbers 100958 DOE Number 0958
Contract Name HAWTHRONE MEADOWS PHASE 3 Estimate Number I
Contract Limits Payment Number I
Project Type PAVING For Period Ending 5/8/2018
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors OWEN / MABRY Contract Date
Contractor GILCO CONTRACTING,INC. Contract Time 70 CD
6331 SOUTHWEST BLVD. Days Charged to Date 141 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 $399,578.70
Less %Retained $0.00
Net Earned $399,578.70
Earned This Period $399,578.70
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 $399,578.70
Tuesday,May 8,2018 Page 4 of 4
FoRTWORTH rev 03/05/07
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.: Y
NAME OF PROJECT: Hawthorne Meadows Phase III
PROJECT NO.: 100958 CONTRACTOR: Gilco
DOE NO.:
PERIOD FROM:12/18/17 TO: 05/01/18 FINAL INSPECTION DATE: 1-May-18
WORK ORDER EFFECTIVE: CONTRACT TIME: 60 o wD * CD
DAY OF DAYS CHARGED REASON FOR DAYS DAY OF DAYS CHARGED REASON FOR DAYS
MONTH DURING CREDITED MONTH DURING CREDITED
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
PREVIOUS
PERIOD
TOTALS 141 141
TO DATE
*REMARKS:
CONTRACTOR ibATE INSPECTOR DATE
ENGINEERING DEPARTNIENT1
(D The City of Fort Worth•1000 Throckmorton Street•Fort Worth,Thi 76012-6311
(817)392-7941 •Fax:(817)392-7845
FORTWORT H REV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
1)PROJECT INFORMATION Date: 5/2/2018
Name of Contractor Project Name
Gilco Hawthorne Meadows Phase III
DOE Inspector Project Manager
Matthew Mabry Gopal Sahu
DOE Number Project Difficulty Type of Contract
100958 P Simple ® Routine O Complex ❑ Water ❑ Waste Water ❑ Storm Drainage o Pavement
Initial Contract Amount Final Contract Amount
$399,578.70 1$399,578.70
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 q. 3 Applicability of Specifications
4 Display Of Professionalism 4 Accuracy of Plan Quantities
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs I 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 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS&SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector f`
Signature DOE Inspector's Supervisor 610 0/1 f
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
(a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845
FORTWORTHREV:8/20/16
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR& PROJECT DATA
Name of Contractor Project Name
Gilco Hawthorne Meadows Phase III
Inspector City Project Number
Matthew Mabry 100958
Construction Components Project Manager
❑ Water ❑ Waste Water ❑ Storm Drainage o Pavement Gopal Sahu
Initial Contract Amount Project Difficulty
$399,578.70 Simple o Routine O Complex
Final Contract Amount Date
$399,578.70 5/2/2018
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 4 8 8
2 Public Notifications 5 Y 4 20 20
3 Plans on Site 5 Y 4 20 20
4 Field Supervision 15 Y 4 60 60
5 Work Performed 15 Y 4 60 60
6 Finished Product 15 Y 4 60 60
7 Job Site Safety 15 Y 3 60 45
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 1 4 20 20
TOTAL ELEMENT SCORE(A) 368
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 368
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 or sum of applicable element score maximums which= 388
Rating([TS/MS1 * 100%) 368 / 388 = 95%
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 Contractor Signature t
Inspector's Supervisor Signature
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;
Paving Improvements to serve: Hawthorne Meadows, Pha 3
-7--/-07
BY: Rob Taylor
Subscribed and sworn before me on this 18th of April , 2018.
Notary`Public
Tarrant County, TX
MARY PANNELL
Notary Public,State of Texas
r\ M comm.Expires 10 14-2018
Notary ID 5144239
April 18, 2018
City of Fort Worth
CFA Administration
1000 Throckmorton St,
Fort Worth, TX 76102
RE: Final Waiver of Lien; Paving Improvements to serve Hawthorne Meadows,Phase 3
City Project#100958
File No. W-2489
File No. X-24369
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 Hawthorne
Meadows,Phase 3 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,
� CyI
Rob Taylor
Project Coordinator
6331 Southwest Blvd.
Benbrook, Texas 76132
Office: 817.735.1600
Fax: B 17.735.1613
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
TO FINAL PAYMENT SUURE RYCTOR ❑❑
Conforms with the American Institute of OTHER
Architects, AIA Document G707
Bond No 022059348
PROJECT,
(name, addresS)Hawthorne Meadows Phase 3- Paving Improvements
Fort Worth TX
TO (Owner)
ID.R. HORTON-TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT NO:
WORTH CONTRACT FOR:
6751 North Freeway Hawthorne Meadows Phase 3-Paving Improvements
Fort Worth TX 76131 CONTRACT DATE:
CONTRACTOR:GILCO CONTRACTING, INC.
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the
there 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)
D.R. HORTON -TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort Worth TX 76131 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this 19th day of April,2018
LIBERTY MUTUAL INSURANCE COMPANY
Surety Company
Attest:V. DeLene arshall
(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.7988859
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 Stale 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,
Robbi Morales;Don E.Cornell;Sophinie Hunter;V.DeLene Marshall;Tina McEwan;Ricardo J.Reyna; Kelly A.Westbrook
all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge
and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 24th day of January 2018 >,
Rf
JPIj crtq��'S-y `,�p oo X'^� The Ohio Casualty Insurance Company y
s Liberty Mutual Insurance Company 0)
p 19:9
1x12 1941
0 WestAmerican Insurance Company y
S y aT a
Ul �,�r%rineelhg��dD. `➢�j�SsfeM.i�? 9 :a'ornt:P `� --JJe�//// O
N * h * By:
= STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary
+= COUNTY OF MONTGOMERY C
O
d On this 24th day of January 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v F.
U N 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 y
LU
0.2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. O CC
L tC L G
d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the dayandaandd year first above written.
CL
o5P PASp ` COMMONWEALTH OF PENNSYLVANIA ��^ z O d
�ortwEq{Fl i Notarial Seal `�
I Teresa Pastella.Notary Public, By: L
G ` of Upper MerionTwp.,Montgomery county Teresa Pastella,Notary Public O C
My commission Expires March 28,2021 ?� M
d O O
r "Ta Member,Pennsylvania Association of Notaries a
O.4+ r?Y Yu
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
y^+`, Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: r
NARTICLE
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 e
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 S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective
E Qi 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 (D 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 >c
4 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. 00
er
+,N
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,
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, L tNn
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 00
Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v C
executed such instruments shall be as binding as if signed by the president and attested by the secretary. O
Certificate of Designation—The Pre sident 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 .
-0,INSu LiN5Uti .�;i sup -
hJ�;cpsc2v�92 J�JS-o�o�ro��F`
p 1919 n 1912 1991 By: - -
7:1y = Renee C.Uew , ssistant Secretary
4" L 'NDIAnp`
�ytYyAty-h�'�a 9/7��lctftn ,`�' y
156 of 400
LMS 12873 022017
Liberty
Mutual.
SURETY
TEXAS TEXAS
IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint: Para obtener infoi-macion o para someter una
queja:
You may call toll-free for information or to Usted puede hamar at numero de telefono gratis
make a complaint at para informacion o para someter una queja at
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 1.9406-2755 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 at
1-800-252-3439
You may write the Texas Department of Insurance Puede escribir at DP otect onode os
de Texas Consumer (I I I--1A)
Consumer Protection (1 11-1A) p 0. Box 149091
P. 0, Box 149091 TX 78714-9091
Austin, TX 78714-9091 Austin,
FFAX # (512) 490-1007
AX: (512) 490-1007
Web: http://www tdi texas.gov
Web: htt_pi//www tdi texas o_v_
E-mail: ConsumerProtection@tdi.texas. ov
E-mail: Cons umerProtection tdi.texas. ov
PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS:
Should you have a dispute concerning your Si tiena una disputa muni arset a selprimaageno
premium or about a claim you should first uam Sino
dese resuelve la disputa, puede
contact the agent or call 1-800-843-6446, primero
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:
I"POLICY:
d does not Este aviso es solo pare pparteparte rtod o onc
ion
This notice is for information only andel
become a part or condition of the attached y no se convrerte p
documento adjunto.
document.
NP 70 68 09 01
LMS-15292 10/15