Loading...
HomeMy WebLinkAboutContract 54841-FP2 City Secretary 54841 -FP2 Contract No. FORTWORTH. Date Received Jan 19,2022 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: Pioneer Point Phase 2 City Project No.: 102768 Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $572,241.20 Amount of Approved Change Order(s): Revised Contract Amount: $572,241.20 Total Cost of Work Complete: $572,241.20 2 Jan 17,2022 Rob Tay[or Jan 02211:17 CST Conrac or Date Accounts Receivable Title Gilco Contracting, Inc. Company Name �`QeD Jan 17,2022 Project Inspector Date :ley(Ja 48,2022 10:51 CST) Jan 18,2022 Project Manager Date � &r� L ( � M. Evelyn oberts on behalfof Janie M.(Jan 18,2 221 .01 CST) Jan 18 2022 CFA Manager Date Dana doAc Jan 18 2022 Dana Burghdoff�an 18,2022 11:04 CST) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Pioneer Point Phase 2 City Project No.: 102768 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: 50 WD Days Charged: 174 Work Start Date: 2/4/2021 Work Complete Date: 12/21/2021 Completed number of Soil Lab Test: 599 Completed number of Water Test: 43 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER,SANITARY SEWER,STORM DRAIN,PAVING,AND STREETLIG Contract Limits Project Type PAVING IMPROVEMENT City Project Numbers 102768 DOE Number 2768 Estimate Number I Payment Number I For Period Ending 12/21/2021 WD City Secretary Contract Number Contract Time 5WD Contract Date 10/22/2020 Days Charged to Date 174 Project Manager NA Contract is 100.00 Complete Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors MILLER,W / CHATMAN,M Friday,January 14,2022 Page 1 of 4 City Project Numbers 102768 DOE Number 2768 Contract Name WATER,SANITARY SEWER,STORM DRAIN,PAVING,AND STREETL Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENT For Period Ending 12/21/2021 Project Funding UNIT IV:PAVING IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 6"CONC PVMT 12606 SY $35.45 $446,882.70 12606 $446,882.70 2 4"CONC SIDEWALK 3233 SF $5.75 $18,589.75 3233 $18,589.75 3 6"LIME TREATMENT 13475 SY $3.05 $41,098.75 13475 $41,098.75 4 HYDRATED LIME 216 TN $175.00 $37,800.00 216 $37,800.00 5 BARRIER FREE RAMP,TYPE R-1 6 EA $2,050.00 $12,300.00 6 $12,300.00 6 BARRIER FREE RAMP,TYPE P-1 4 EA $1,700.00 $6,800.00 4 $6,800.00 7 18"SLD PVMT MARKING HAE(W) 14 LF $55.00 $770.00 14 $770.00 8 TRAFFIC CONTROL 1 MO $1,500.00 $1,500.00 1 $1,500.00 9 REMOVE END-OF-ROAD BARRICADE 2 EA $500.00 $1,000.00 2 $1,000.00 10 ENDO-OF-ROAD BARRICADE 2 EA $1,500.00 $3,000.00 2 $3,000.00 11 FURNISHANSTALL ALUM SIGN GROUND 5 EA $500.00 $2,500.00 5 $2,500.00 MOUNT CITY STD Sub-Total of Previous Unit $572,241.20 $572,241.20 Friday,January 14,2022 Page 2 of 4 City Project Numbers 102768 DOE Number 2768 Contract Name WATER,SANITARY SEWER,STORM DRAIN,PAVING,AND STREETL Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENT For Period Ending 12/21/2021 Project Funding Contract Information Summary Original Contract Amount $572,241.20 Change Orders Total Contract Price $572,241.20 Total Cost of Work Completed $572,241.20 Less %Retained $0.00 Net Earned $572,241.20 Earned This Period $572,241.20 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 $572,241.20 Friday,January 14,2022 Page 3 of 4 City Project Numbers 102768 DOE Number 2768 Contract Name WATER,SANITARY SEWER,STORM DRAIN,PAVING,AND STREETL Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING IMPROVEMENT For Period Ending 12/21/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / CHATMAN,M Contract Date 10/22/2020 Contractor GILCO CONTRACTING,INC. Contract Time 50 WD 6331 SOUTHWEST BLVD. Days Charged to Date 174 WD 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 $572,241.20 Less %Retained $0.00 Net Earned $572,241.20 Earned This Period $572,241.20 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 $572,241.20 Friday,January 14,2022 Page 4 of 4 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS December 21, 2022 Gilco Contracting, Ltd. 6331 Southwest Blvd. Benbrook,TX 76132 RE: Acceptance Letter Project Name: Pioneer Point Phase 2 Project Type: Paving City Project No.: 102768 To Whom It May Concern: On December 16, 2021 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on January 21, 2022. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on January 21, 2022, which is the date of the punch list completion 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- 392-2443. Sincerely, Patrick dey(Ja 8,2022 10:51 CST) Patrick Buckley, Project Manager Cc: Manuel Chatman, Inspector Wade Miller, Inspection Supervisor Emmanuel Nieto, Senior Inspector Victor Tornero, Program Manager Peloton Land Solutions, Consultant Gilco Contracting, Ltd, Contractor DR Horton,TX Ltd, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 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, Texas 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: Pioneer Point Phase 2 X/1 I e BY: Rob ylor Subscribed and sworn before me on this 16th of December , 2021. Is =ID3 9bires 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 022228796 PROJECT: (name, address)Pioneer Point Phase 2-Paving Fort Worth TX TO (Owner) ID.R.HORTON-TEXAS,LTD AND CITY OF FORT ARCHITECT'S PROJECT N0: WORTH CONTRACT FOR: 6751 North Freeway Pioneer Point Phase 2-Paving 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 (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) 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 16th day of December, 2021. LIBERTY MUTUAL INSURANCE COMPANY Sure Company Attest: it (Seal): Sig na re of Authorized Representative Soohinie 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 C-10 This Power of Attorney limits the acts of those named herein,and they have no authority to k-1 bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance M Company The Ohio Casualty Insurance Company Certificate No: 8205467-022020 utual. West American Insurance Company SURETY 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;Joshua Saunders;Kelly A.Westbrook;Mikaela Peppers;Ricardo J.Reyna;Robbi Morales;Sophinie Hunter;Tina McEwan;Tonic Petranek 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 awn 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 23rd day of April 2021 Liberty Mutual Insurance Company % SURD \11( INS& \Nsu/� The Ohio Casualty Insurance Company AJ 1 0 �k Will C, WestAmerican Insurance Company 0 0 9 1991 0 0 W 0 'YAM? By: Ls David M.Carey,Assistant Secretary State of PENNSYLVANIA ss a) County of MONTGOMERY E 0) 0 (D On 23rd day 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance = April 0 . a3--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 a) therein contained by signing on behalf of the corporations by himself as a duly authorized officer, a5 C, > >0 ' 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. QD Coo) 0 0 "e Commonwealth of Pennsylvania-Notary Seat Teresa Pastella,Notary Public (D 60 Montgomery County E 0 My commission expires March 28,2025 By: (L) C P-W-li Commission number 1126044 Teresa Pastella,Notary Public 0 a) Member,Pennsylvania Association of Notaries cop 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 3:C? 0 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0" E ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 0,0 M 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 0 'a = C) 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 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-0 > a) " 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 Co (D Z �a on :3 instruments shall be as binding as if signed by the he President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under 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. 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,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,seal,acknowledge and deliver as surety any and all undertakings bonds,recognizances and other surety obligations.Such aftomeys-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 t6th, day of December , 2021 \1 IiNSNQq POKY INs& 14sli't, OR-q C, 0 b� - 1912 n 0(3 1919 ;'lu 1991 0 0 0't 4� By: &A P Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02121 LibertX SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una 1 queja: You may call toll-free for information or to Usted puede Ilamar 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 companies, 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 ,(I I I-lA) de Texas Consumer Protection(I I I-1A) 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: htW:ltwww.tdi.texas.gov Web: bttp://www.tdi.texas.gov E-mail: ConsumerProtectiongtdi.texas.g-ov E-mail: ConsumerProtectiongtdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISIUTAS 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 dpartamento (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. NP70680901 LMS-15292 10115