Loading...
HomeMy WebLinkAboutContract 54204-FP3 City Secretary 54204 -FP3 Contract No. FORTWORTH, Date Received Feb 18,2021 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: Drainage Improvements Intersection of Randol Mill Rd & Cooks Ln City Project No.: 102420 Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $113,765.00 Amount of Approved Change Order(s): -$21,766.00 Revised Contract Amount: $91,999.00 Total Cost of Work Complete: $91,999.00 Rob Taylor Feb 12, 2021 ,r(Feb 12,202110:32 CST) Contractor Date Accounts Receivable Title Gilco Contracting, Inc. Company Name Feb 12 2021 es Ruiz(Feb 12,20211 a Project Inspector Date 0 1. Way Feb 17, 2021 Debbir I IMuheim(Feh 17,7021 06.3l CSI) Project Manager Date Janie scarlel-l-Morales Feb 17, 2021 Janie Scarlett Morales(Feb 17,202116:24 CST) CFA Manager Date i2a&1111 Feb 17 2021 Dana Burghdoff(Feb 17,20 16:50 Cs Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Drainage Improvements Intersection of Randol Mill Rd & Cooks Ln City Project No.: 102420 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 70 WD Days Charged: 122 Work Start Date: 8/10/2020 Work Complete Date: 1/7/2021 Completed number of Soil Lab Test: 221 Completed number of Water Test: 2 Page 2of2 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name DRAINAGE IMPROVEMENTS AT THE INTERSECTION OF RANDOL MIL Contract Limits Project Type PAVING IMPROVEMENTS City Project Numbers 102420 DOE Number 2420 Estimate Number 1 Payment Number 1 For Period Ending 1/7/2021 W City Secretary Contract Number Contract Time 3W Contract Date 6/12/2020 Days Charged to Date 122 Project Manager NA Contract is 100.00 Complete Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors CORDOVA,R / RUIZ,J Tuesday,January 12,2021 Page 1 of 4 City Project Numbers 102420 DOE Number 2420 Contract Name DRAINAGE IMPROVEMENTS AT THE INTERSECTION OF RANDOL Estimate Number I Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 1/7/2021 Project Funding UNIT III:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ————————————————————————————— -------- 4 2"SURFACE MILLING(CO B1) 395 SY $30.00 $11,850.00 395 $11,850.00 5 SWPPP 1 ACRE I LS $14,000.00 $14,000.00 1 $14,000.00 6 2"ASPHALT PVMT TYPE D 1117 SY $45.00 $50,265.00 1117 $50,265.00 11 4"ASPHALT PVMT TYPE B(CO B1) 722 SY $22.00 $15,884.00 722 $15,884.00 Sub-Total of Previous Unit $91,999.00 $91,999.00 -------------------------------------- Tuesday,January 12,2021 Page 2 of 4 City Project Numbers 102420 DOE Number 2420 Contract Name DRAINAGE IMPROVEMENTS AT THE INTERSECTION OF RANDOL Estimate Number I Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 1/7/2021 Project Funding Contract Information Summary Original Contract Amount $113,765.00 Change Orders Change Order Number B1 ($21,766.00) Total Contract Price $91,999.00 Total Cost of Work Completed $91,999.00 Less %Retained $0.00 Net Earned $91,999.00 Earned This Period $91,999.00 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 $91,999.00 Tuesday,January 12,2021 Page 3 of 4 City Project Numbers 102420 DOE Number 2420 Contract Name DRAINAGE IMPROVEMENTS AT THE INTERSECTION OF RANDOL Estimate Number I Contract Limits Payment Number I Project Type PAVING IMPROVEMENTS For Period Ending 1/7/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors CORDOVA,R / RUIZ,J Contract Date 6/12/2020 Contractor GILCO CONTRACTING,INC. Contract Time 30 W 6331 SOUTHWEST BLVD. Days Charged to Date 122 W 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 $91,999.00 Less %Retained $0.00 Net Earned $91,999.00 Earned This Period $91,999.00 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 $91,999.00 Tuesday,January 12,2021 Page 4 of 4 �u 1w 3 0 0 mZ M- M o n n n -u o z m ZZ r r p 0 T1 O ;7 o rn- cl 1 D Om � # ZI O` mC) m ° o o 00 -I O -OI n' � m m A ° D v o O Z .NO.. 0 m 0 0 y m m � 'U n D m 0 Z g D 0 m > m ° G) X m m a o o ° m ZC ;p i 0 N N O N j D N N W O W N bQ0 3 0 N iT N o cD o ' D N � 3 Q =_ coN ( m o fn O z R fi m _ CD N tw : o » o c°'n D A w w I 0 o c: 0 — a =r n : m T m ('o A Z Z D on O _=--_-- ° ° o C- N N N L1 H a O IUD w w o n D ;V 1D V V V �_ C) sn' a o b b , O a D `.do 'COD ='o = — - �.V. O m C — — -_— N Ul (D O Ul 0 CD 0 m o o _ z W WEm n —= a m =0. -= —=--- no MN N N < 0 _— m 00 7p c m W m CD 0 0 0 o N O � 3 -� 0 N 0 N V cn m " a O za Q 11 (D tv A D a o n Z $ > Dp00 V AWN > m 3 z z K G) 7t m g o o m E 3 W ;u O "0 A 30 z vl�.��.N` O N ail mo nZ N NNNNNN Q `g O Wn ammmm N w s � _N Cr ' c� �_b at— _. °o ;T (oa oo o0004o O 3p �' a �'� - CD o 5 Z 0 C. @ 2 a :1 0 ff �0 O O O O J i In N N O r a m 5 i N O m N O a) I COLnOLn b• f0 A @ m z �`-,• y a N fp� (T7 z 0 Vl OWN.. a ?1?.v < -n� �D -n '{ o O , O a Dl(cl -I F: 0 �w G) v m� ItDr j O G)o o ZL ob co D m � p G pp 0 (D 1 N 4 2 i y .5 �lu N J , (D b T mA E;o: O mq @ @ C S(n O' (Dcl b CD rtl v o 0) m 8 = m m o m Z7sa J-^ �o 9:0Nm 3 W 'D m d ? 1 A) 3 o O C (2 f0 m n�`i ° 3 - m a o (� m n -bi � SD m(D p I' 3 z w T ID z o ID X 5 v m ?�.� m .. O n @ a' y v I'D $E; ® o v (D @ -r p o o m > (D O m C)� r p > b `' to 1ACAv (AwwWww c o� z (D 2 m O Z a O N O W O O O W O A O O OO" b bb(11b n �^ 0 0 0 0 0 0 0 0 m N fA(A 0 W(A(n w 0 -4 p1 V 0o o 4 0 0) po0 V wrn Vo p) p o Ul OOOUI O ✓ J O O O O O 0 O O O O O N FORTWORTH. TRANSPORTATION AND PUBLIC WORKS February 8, 2021 Gilco Contracting, Inc 6331 Southwest Blvd Benbrook,Tx 76132 RE: Acceptance Letter Project Name: Randol Mill Rd and Cooks Ln Drainage Improvements Project Type: Water, Drainage, Paving City Project No.: 102420 To Whom It May Concern: On January 7, 2021 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 January 7, 2021, 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- 392-2481. Sincerely, 75eddce-1' Wd&U-6*v Debbie J.Wilhelm(Feb 17,2021 08:31 CST) Debbie Wellhelm, Project Manager Cc:James Ruiz, Inspector Ron Cordova, Inspection Supervisor Edward Davila, Senior Inspector Victor Tornero, Program Manager Pape-Dawson, Consultant Gilco Contracting, Inc, Contractor LGI Homes, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 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: Randol Mill Road & Cooks Lane Drainage Improvements BY: Rob Taylor Subscribed and sworn before me on this 9th of February , 2021. THERESA P. BOARDMAN ° Notary Public,State of Texas 9: +f Comm.Expires 04-13-2024 Notary Public %;a���;� Notary ID 10589053 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 022227283 PROJECT: (name, address)Drainage Improvements at the Intersection of Randol Mill Road &Cooks Lane Fort Worth TX TO (Owner) � ARCHITECT'S PROJECT NO: ILGI HOMES,LLC AND THE CITY OF FORT WORTH CONTRACT FOR: 1450 Lake Robbins Dr.,Suite 430 Drainage Improvements at the Intersection of Randol Mill Road& Cooks Lane The Woodlands TX 77380 --J 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) LGI HOMES, LLC AND THE CITY OF FORT WORTH 1450 Lake Robbins Dr., Suite 430 The Woodlands TX 77380 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 11th day Of February, 2021 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest: 4WO _ (Seal): Signat4re 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 bind the Company except in the manner and to the extent herein stated. L*bertX i Liberty Mutual Insurance Company Mutual. 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 MeEwan,Tonie 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 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 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 ti I S 0R o'i INS& N S Uj,Q The Ohio Casualty Insurance Company P0 0 0 Ln West American Insurance Company (IT 11 0 C, J LU 1912 y 0 0 0 1919 1991 1A 0 fi &A 9 Q) 0/7 By: Cn David M.Carey,Assistant Secretary T State of PENNSYLVANIA ca ss a) =) County of MONTGOMERY CF) 0 a) On this 19th day of March 1 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 0_F0:3 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 l- U) a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer, r,LU 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. a) E CL r_C:) 0 C0 0 COMMONWEALTH OF PENNSYLVANIA ..COMMONWEALTH_...............____...... Tarosa P stella,Note Notarial Seal 1 0 0 'a 0) ry Public By:0 Upper Menon Twin,Montgornery County yz�� uL C CX3 1� My Commission Expires Mach 28,2021 E Teresa Pastella,Notary Public 0 (U a) N11mber,Pennso,ania Association of Nolarres CL 43) U)C> CM 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 fill force and effect reading as follows: 0 (Da) C: E a) ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 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 o >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 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 CJ > a) 00 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 I 0 " N :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 attorney-in-fact under the CY) Z 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. c'? 0 C:) ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. U— 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, F- 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,l 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 I Ith day of February , 2021 I suq 1( INS& %NSUj, '0 -C) 3 Fa to 191 0 I 1919 , U 1991 0 0 2 0 By: ­0 i> I NAM? Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co062018 Liberty SURETY TEXAS TEXAS IMPORTANT AVTS[} IMPORTANTE To obtain iotbznzodnn or make o complaint: Para obtomsr iofhrnzuuion V po,o noomoter nou que'o: You may onl1 toll-free for information or to L/stcdPuodo Ilou)urn| nuuzcro dotelcthuo erndw onnkc 000nzplaint at porn infonnuuiou opnru snms1ccuua qn 'uu] 1-877-751-2040 1-077-751-2640 You may also write to: IJotediumhieupucdeomodbba: | ! ! 220O Renaissance 0hvd., Ste. 400 22OO Renaissance Blvd., Ste. 400 King of Prussia, PA |9406-275j King of Prussia, P/\ l94Oh-2755 You may contact the Texas I}eparbnso1 of Puede cozouuioomo con el I]opmtamsuto de � Iuou,uocc to ob1obu infbrundnu on oncopauina, Segurnm de Texas parm nbtencr iolbcmuoioo � coverages, rights oc complaints ut acecoo de oompuoiam, cobedunzm, deroobom o � I-000-252-3439 qu 'amu| 1-800-252-3439 You may write the Texas Department ofInsurance PuedocscrihiralI]epudzunsntodoSegoroe ConnumerProtnciion (lll-lA) de Texas Consumer Protection(lll-lA) P. [). Box l4V0gl 9. (), Box l4g09l Austin, T}{ ?07l4-909l Austin, TX787l4-9O9l FAX: /5|�) 4A0-lO07 �f�J�� /�l2\490-I0O7 ` ' ` ' Web: Web: � E-mail: ConsumerProtectiongtdi.texas.gov E-mail: | / ` PREMIUM ()R CLAIM DISPUTES: DUSPU7AS S(}BINByRIMA3 0RJBCL/\MK)S: 8boo6] you have o dispute concerning your Sitienuuna disputa oonceroknnteomu primaon yreoziorn or about a ulsizu you should first un rscino\o, debe owmuuicormc con el agnnte o contact the agent or call I-000-843-6446. pdnnero. Si no se rcmuolve la dimpu1a, poods If the dispute ia not resolved,you may contact the snLoucom corouuiooras con el dopafazosodo (IDI) Texas Department ofInsurance, ATTACH THIS NOTICE IOYOUR DN\ESTE AVISOA SOPULIZA: POLICY: This notice is for information only and does not Este ovioo es solo parapnopnoito de ioibroaoioo become n part or condition of the attached y no se uonvim±c cu porte o coudiciom del dooucnscd. dooumentoodUunto. NY70680901