Loading...
HomeMy WebLinkAboutContract 53445-FP3 City Secretary Contract No. 53445 -FP3 FORTWORTH. Date Received Jan 6,2021 NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Rainbow Ridge Phase 1A City Project No.: 100931 Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $682,847.95 Amount of Approved Change Order(s): Revised Contract Amount: $682,847.95 Total Cost of Work Complete: $682,847.95 16� 2 Jan 5, 2021 Rob Taylor(Jan$ 2109:57 CST) Contractor Date Accounts Receivable Title Gilco Contracting,Inc. Company Name 7eVe? c�Otf Jan 5 2021 Jared Souders(Jan 5,202113:05 CST) Project Inspector Date Oal.Tdd-fdYl P.E. Jan 5 2021 KhalJaafari P.E.(Jan5,202* Project Manager Date e Scarlett Morales(Jan 5,20211T:12 CST) Jan 5, 2021 CFA Manager Date ,1-4wa&V Jan 6,2021 Dana Burghdoff(JA 6,2021 K.23 UT) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Rainbow Ridge Phase 1A City Project No.: 100931 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑ Yes ❑x N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 150 CD Days Charged: 323 Work Start Date: 2/4/2020 Work Complete Date: 12/22/2020 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name RAINBOW RIDGE PHASE 1-A Contract Limits Project Type PAVING IMPROVEMENTS City Project Numbers 100931 DOE Number 9310 Estimate Number 1 Payment Number 1 For Period Ending 12/22/2020 CD City Secretary Contract Number Contract Time 150;D Contract Date 2/4/2020 Days Charged to Date 323 Project Manager NA Contract is 100.00 Complete Contractor GII.CO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors CORDOVA / SOUDERS it Wednesday,December 30,2020 Page 1 of 5 I i i City Project Numbers 100931 DOE Number 9310 Contract Name RAINBOW RIDGE PHASE 1-A Estimate Number I Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENTS For Period Ending 12/22/2020 Project Funding PAVING IMPROVEMENTS Item Description of Items Unit Unit Cost Estimated Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6"REINFORCED CONCRETE STREET 5040 SY $48.15 $242,676.00 5040 $242,676.00 PAVEMENT WITH 6"STANDARD CURB 2 6"LIME TREATMENT 5381 SY $4.35 $23,407.35 5381 $23,407.35 3 8"REINFORCED CONCRETE STREET 3322 SY $66.35 $220,414.70 3322 $220,414.70 PAVEMENT WITH 6"STANDARD CURB 4 8"LIME TREATMENT 3455 SY $7.40 $25,567.00 3455 $25,567.00 5 HYDRATED LLIME 133 TN $175.00 $23,275.00 133 $23,275.00 6 4"REINFORCED CONCRETE SIDEWALK 1219 SF $7.60 $9,264.40 1219 $9,264.40 7 REMOVE EXISTING ASPHALT PAVEMENT 2369 SY $15.00 $35,535.00 2369 $35,535.00 8 4"ASPHALT PAVEMENT TYPE C 819 SY $45.00 $36,855.00 819 $36,855.00 9 REMOVE EXISTING CONCRETE DRIVEWAYS 170 SY $20.00 $3,400.00 170 $3,400.00 10 6"REINFORCED CONCRETE DRIVEWAYS 190 SY $57.75 $10,972.50 190 $10,972.50 11 BARRIER FREE RAMPS,TYPE R-1 4 EA $2,050.00 $8,200.00 4 $8,200.00 12 SEEDING,HYDROMULCH 2O12 SY $1.75 $3,521.00 20t2 $3,521.00 13 T CONDT PVC SCH 80(T) 274 LF $25.00 $6,850.00 274 $6,850.00 14 2"CONDT PVC SCH 80(T) 118 LF $25.00 $2,950.00 118 $2,9%00 -------------------------------------- Sub-Total of Previous Unit $652,887.95 $652,887.95 SIGNAL&PAVEMENT MARKINGS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----------------------- --------------- 15 8"SLD PVMNT MARKING HAS(W) 600 LF $2.75 $1,650.00 600 $1,650.00 16 4"SLD PVMNT MARKING HAS(W) 200 LF $1.50 $300,00 200 $300.00 17 4"SLD PVMNT MARKING HAS(Y) 443 LF $1.50 $664.50 443 $664.50 18 8"SLD PVMNT MARKING HAS(Y) 162 LF $2.75 $445.50 162 $445.50 19 FURNISH/INSTALL ALUM GROUND MOUNT 7 EA $500.00 $3,500.00 7 $3,500.00 CITY STD 20 TRAFFIC CONTROL 3 MO $4,500.00 $13,500.00 3 $13,500.00 Sub-Total of Previous Unit $20,060.00 $20,060.00 -------------------------------------- Wednesday,December 30,2020 Page 2 of 5 City Project Numbers 100931 DOE Number 9310 Contract Name RAINBOW RIDGE PHASE 1-A Estimate Number I Contract Limits Payment Number I Project Type BONDS For Period Ending 12/22/2020 Project Funding PAYMENT PERFORMANCE&MAINTENANCE BONDS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 PAVEMENT PERFORMANCE& I LS $9,900.00 $9,900.00 1 $9,900.00 MAINTENANCE BONDS -------------------------------------- Sub-Total of Previous Unit $9,900.00 $9,900.00 -------------------------------------- Wednesday,December 30,2020 Page 3 of 5 City Project Numbers 100931 DOE Number 9310 Contract Name RAINBOW RIDGE PHASE I-A Estimate Number I Contract Limits Payment Number I Project Type BONDS For Period Ending 12/22/2020 Project Funding Contract Information Summary Original Contract Amount $682,847.95 Change Orders Total Contract Price $682,847.95 Total Cost of Work Completed $682,847.95 Less %Retained $0.00 Net Earned $682,847.95 Earned This Period $682,847.95 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $682,847.95 Wednesday,December 30,2020 Page 4 of 5 City Project Numbers 100931 DOE Number 9310 Contract Name RAINBOW RIDGE PHASE I-A Estimate Number I Contract Limits Payment Number I Project Type BONDS For Period Ending 12/22/2020 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA / SOUDERS Contract Date 2/4/2020 Contractor GILCO CONTRACTING,INC. Contract Time 150 CD 6331 SOUTHWEST BLVD. Days Charged to Date 323 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 $682,847.95 Less %Retained $0.00 Net Earned $682,847.95 Earned This Period $682,847.95 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 $682,847.95 Wednesday,December 30,2020 Page 5 of 5 FORT WORTH® ........... TRANSPORTATION AND PUBLIC WORKS December 30, 2020 Gilco Contracting 6331 Southwest Blvd Benbrook,Texas 76132 RE: Acceptance Letter Project Name: Rainbow Rdige Ph 1A Project Type: Paving City Project No.: 100931 To Whom It May Concern: On December 22, 2020 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on December 22, 2020,which is the date of the final inspection and will extend of two(2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-7872. Sincerely, Khal Tddfapi P.E. Khal Jaafari P.E.(Jan 5,202115:44 CST) Khal Jaafari, Project Manager Cc:Jarad Souders, Inspector Ron Cordova, Inspection Supervisor Edward Davila,Senior Inspector Victor Tornero, Program Manager Dunaway,Consultant Gilco Contracting,Contractor Impression Homes, Developer File E-Mail: Douglas W. Wiersig, P.E., PhD., Director,TPW Chris Harder, P.E.,Assistant Director,Water Richard Martinez,Assistant Director,TPW Wendy Chi-Babulal,P.E.,Water Marisa Conlin,Traffic Engineering Tony Sholola, P.E.,Water Allen Hall,Superintendent,TPW Richard Zavala, Director, PARD John Robert Carman, P.E., Director,Water David Creek,Assistant Director, PARD Rev.9/15/16 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, Accounts Receivable 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: Rainbow Ridge Phase 1A l BY: Rob Taylor Subscribed and sworn before me on this 4th of January, 2021. CESILIA CAN:Expires r � Notary ID#131 s� P My Commission ^///111 �/�.July 24. 20 f ✓ Y�16�p.iv) Notary Public Tarrant County, TX CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022226657 PROJECT: (name, address)Rainbow Ridge Phase 1-A Fort Worth TX TO (Owner) ARCHITECT'S PROJECT NO: RAINBOW RIDGE,LLC AND CITY OF FORT WORTH CONTRACT FOR: 6751 North Freeway Rainbow Ridge Phase 1-A-Paving Improvements and Signage and Pavement Markings Fort Worth TX 76131 _f CONTRACT DATE: CONTRACTOR:GILCO CONTRACTING, 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) 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) RAINBOW RIDGE, LLC 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 4th day of .January,2021 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest: j1A (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 limits the acts of those named herein,and they have no authority to "bertX bind the Company except in the manner and to the extent herein stated. LiLiberty Mutual Insurance Company mutuil The Ohio Casualty Insurance Company Certificate No: 8200743 SURETY 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, Robbi Morales,Don E.Cornell,Sophinie Hunter,Tina McEwan,Tonic Petranek,Ricardo J.Reyna, Joshua Saunders, 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 behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of March 2019 Liberty Mutual Insurance Company I SU I1 INS& tNsu The Ohio Casualty Insurance Company Pop- 0 .0 PO West American Insurance Company d I cc 0 -a 191 0 19 Cn 0 0 Cn 1 U' ' a) (D By: co David M.Carey,Assistant Secretary State of PENNSYLVANIA =3 a) County of MONTGOMERY ss C" 0 a) On this 19th day of March 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 0 4-- = 'Ei 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 M U) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0 LU >,E (D CU 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. :3 CL C:) ca 4 .2 n 02 COMMONWEALTH OF PENNSYLVANIA 01 60 4 '1', 1�� i Notarial See'Terew,1. I.,.ry lulli.S 0 OF Cc *U 0 a) J pper MenonTwip.,Montgomery County By: a) r * n I ExpiresMarch, 'Ay Commission 8, 2 3: E ............ Teresa Pastella,Notary Public 0 ca Mwnlw,Pannsylvarla A.s.dafiw,of Notad.s a.c:1 ca Ia a) mn 9 t:f 0)a) 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 — o.c: Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 (D (D .2 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. j—, o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the � >1 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >CD = 0 M C: any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall > W 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 executed,such 6 1 - f7-" :3 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 aftomey-in-fact under the C') Z L) 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. '? 0 CD ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0— Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, 1.019 shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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. 1,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 4th day of January , 2021 u"?, ro 0,?,q'1+0 INS& Of,0 191 0 0 0 �1919w0 2 1991 0 y: iM Pei Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co062018 Liberty SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: I You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion 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 (111-1A) de Texas Consumer Protection(11I-IA) 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: httn://www.tdi.texas.gov E-mail: ConsumerProtectiongtdi.texas.gov E-mail: ConsumerProtection(g,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 condicion del document. docurnento adjunto. NP 70 68 09 01 CMS-1 5292 10115