Loading...
HomeMy WebLinkAboutContract 55567-FP1 City Secretary 55567 -FP1 Contract No. FORTWORTH. Date Received M a r 3,2022 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: Ridgeview Farms PH 7 City Project No.: 101429 Improvement Type(s): ❑x Paving ❑ Drainage ❑ Street Lights ❑ Traffic Signals Original Contract Price: $479,449.40 Amount of Approved Change Order(s): -$2,851.13 Revised Contract Amount: $476,598.27 Total Cost of Work Complete: $476,598.27 i 2 Mar 1, 2022 Rnh Taylor!Marl 02212,40 T) Contractor Date Accounts Receivable Title Gilco Contracting, Inc. Company Name Mar 1,2022 Project Inspector Date C'J" Mar 2,2022 Project Manager Date 9a9cie-Sca-L-ff-MarAk--� Mart 2022 Janie Scarlett Morales(Mar 2,202214:22 CST) 7 CFA Manager Date Oana doAc Mar 2 2022 Dana Burghdoff(Mar 2,202221:54 CST) Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Ridgeview Farms PH 7 City Project No.: 101429 City's Attachments Final Pay Estimate ❑x Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 155 WD Days Charged: 166 Work Start Date: 5/24/2021 Work Complete Date: 2/8/2022 Completed number of Soil Lab Test: 212 Completed number of Water Test: 46 Page 2 of 2 FORT WORTH "R"rr, CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name RIDGEVIEW FARMS PHASE 7 Contract Limits Project Type PAVING City Project Numbers 101429 DOE Number 1429 Estimate Number I Payment Number I For Period Ending 2/8/2022 WD City Secretary Contract Number Contract Time SWD Contract Date Days Charged to Date 166 Project Manager NA Contract is 100.00 Complete Contactor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors OWEN / HORTON Tuesday,March 1,2022 Pagel of4 City Project Numbers 101429 DOE Number 1429 Contract Name RIDGEVIEW FARMS PHASE 7 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/8/2022 Project Funding PAVING Item Descriptionofltems Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total I 6"CoucPwnt 10086 SY $37.45 $377,720.70 10086 $377,720.70 2 6"Lime Treatment 10792 SY $3.85 $41,549.20 10792 $41,549.20 3 HydratedLime@30N/SY 162 TN $175.00 $28,350.00 162 $28,350.00 4 4"Cone Sidewalk(CO B2) 160 SF $16.25 $2,600.00 160 $2,600.00 5 Barrier Free Ramp,Type R-1 6 EA $2,050.00 $12,300.00 6 $12,300.00 7 Construct Concrete Header 29 LF $10.00 $290.00 29 $290.00 8 Install Type 111 End of Road Barricade 29 LF $50.00 $1,450.00 29 $1,450.00 9 Remove Barricade&Connect to Existing 116 LF $20.00 $2,320.00 116 $2,320.00 10 Furnish/Install Alum Sign Ground Mount City 14 EA $450.00 $6,300.00 14 $6,300.00 11 Install Street Name Blades 12 EA $25.00 $300.00 12 $300.00 12 Install Stop Sign 3 EA $375.00 $1,125.00 3 $1,125.00 13 Install Misc Traffic Sign 5 EA $395.00 $1,975.00 5 $1,975.00 14 'Topsoil(CO 112) 3.6 GY $20.00 $72.00 3.6 $72.00 15 Block Sod Placennent(CO112) 21.9 SY $11.25 $246.38 21.9 $246.38 Sub-Total of Previous Unit $476,598.27 $476,598.27 Tuesday,March I,2022 Page 2 of 4 City Project Numbers 101429 DOE Number 1429 Contract Name RIDGEVIEW FARMS PHASE 7 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/8/2022 Project Funding Contract Ltfortnation Summary Original Contract Amount $479,449.40 Change Orders Change Order Number 1 $0.00 Change Ordcr Number 2 ($2,851.13) Total Contract Price $476,598.27 Total Cost of Work Completed $476,598.27 Less %Retained $0.00 Net Earned $476,598.27 Earned This Period $476,598.27 RetainageThis 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 $476,598.27 Tuesday,March I,2022 Page 3 of 4 City Project Numbers 101429 DOE Number 1429 Contract Name RIDGEVIEW FARMS PHASE 7 Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 2/8/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / HOR'I'ON Contract Date Contractor GILCO CONTRACTING,INC. Contract Time 50 WD 6331 SOUTHWEST BLVD. Days Charged to Date 166 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 $476,598.27 Less %Retained $0.00 Net Earned $476,598.27 Earned This Period $476,598.28 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 $476,598.27 Tuesday,March I,2022 Page 4 of 4 REVIEWED By Andrew Goodman a18:08 am,Jan 21,2022 DEVELOPER-AWARDED PROJECT CHANGE ORDER PROJECTNAME. R ov"Falms,PRAse7 CHANGE CONTRACT. Waver A,6a-Aer lA-f Pari B1 Oran a 8-1.3reel )D85 ns ICI oaOERNo: CFA0 2018-0027 CRY PARTICIPATION HO CITY PROJECT# 101429 DOE# NIA WATER PROJECT# 56008-06OD410 1014 2 9 DDI580 2 SEW ER PROJECT# E8008A7004)0.101429A01360 FB.E# Wx553 INSPECTOR- DGOp B.V— Ph—No' 682.429.3383 PROJECT MANAGER 0—GOOC.- Phom No 817-392-6251 CONTRACTUMT WATER sEYA:R PAV)110 DPAu14GE .—Tl1GH3 Cn111RACT O�elaFer Daiebpor ..pr aribper DA Ys W,1 nr ce Can c/Cv,t can ONtmf a,1 Crt can GU co,) wnauLeaRA4e1 HN.msa euu]R.a un,H{ai uOf.TN]o e3aTAa eo U.IPAc row1E CNE1118 TOOAIE COHIRACTTODATE Ink— m. ....An- ICAO fMM{AO tOm {IOi,TN30 So 00 fa}As30o IOW AN—PRO,E.1 V,%#GPDER T If}Yf.f 11 PEVRF-0 CT ARbtArt {IN,>Ia]i fOpo {}H.aal.ro fOw Te]f/]{ fOm HH.TNm lom fa3AHAa OTAL P E W E-ED EO CONTRACT U/.W NT PEfl OMR {IN.RaJO {I6TH}ao H1/]011f f101,i0a}0 11}L!)fnMO PENSEO COST SIUIIE OaY.Cott. a1,031,0lI.}i CTry Cat1: 3009 TOTALRE AlED—ORACT SIP{f,O{4.31 Ym are 6rafedb„u3v f0o b0oW TP 1n No aan0an 4oameles GTY NU ITEM PA—C.. WAIRIIY .19 nEM OESCRPIIGN -TPRICE TOTAL Pa I nrms/0 ]21)060a .1 EA RmrovvJ L13 B4nPr FrOaM an LP Oivs fl.n000 P I wemerea l4 121)O107 -50 SF mmMHOAWartl att RdemA PPar.' 11 mKK//1 45 ]23101 -101 CSYY RReenmaa.lMad HHOOAA OSW4ermwAlIYL bb{liaMM atto - RROOWW Lb eLfo4 30l20i50s y:LI TOTAL 1!2 f31.l J1 REASONS FOR CHANGE ORDER Rmate4mp(n MaraLml ARt Wrrier0e0lamp al#w Ovrcrol LaaiaeF O.Aa rtl TiM lvasr TraWlhe ilYvwalol Ero TrantpM.)Om DepPbnmf vn rt/IYL1.4ragOt,metpwMb Rmfrion lb IaJ alpcm a0 ilNN L-20Wx1 IT/IY11eM Retitbn No.]N iMfman 10ce1 W)MahW ILIS110t I. Rtnote#Bbtl tt.)I%NW rctl anwnp]n}ilp Sp SFW SPpe ciMrak gOW3opwL eMgOlYDbck iM Chv.]Oi caRiporglo ReNebn No 1 et Rw)m ar tAYt!W J 6YM It/ISQI a,q Rtniwl lh 2 of iM.m m ilaef C-11 d.#M IP/ISZ I. NO CRY FUNDS UNOLVED IN THIS CONTRACT.DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANCE ORDER COST AND NO REIN BURSEM ENT FROM THE CITY fNLI BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: PVNer Nem aMAvaOelaroa.lm. tF! PaMeraL Giko CcM Name:BIM L Mu,OPee.P E. 1L,/� /IV Nama Ti/e:Pq�ML4nax! Tpb' T4b: RaNaM.10.12-MI I Pa#/1 wrsve lnae ';3 b N s e i 5nm' ]a.Y .>�f,� f.• i'Pfi]Y IS S sk eeWtweo ' H,wr�ww.daa...ritam I( P SS9 ysy i ss ss -mu t] I \ __ ______ - N1______ uiglt _ --, — ---s — -- --- � 2 y- � j Trvl TIMBERHURST TRAIL 735 �� ase srxe o _J , gw� Ei729 : 725 Z0= 1 o >a w 1 i li I •� � � e w z 7Ps 710 (t rz ro BENCHMARKS W= qq� ai 71 N a 6 " srAe ar:.wrr r°-QEw wE < .s«xir r1°ca'O6E' 3 acc.7 _ --- -----�y ------ ------ - ✓ - - - --- ------ ---- --- - i - -- LC. i __i5__ __a6__ ____a__ __18__ _ _ ___ _____ __ __ _ __ _____ u_ dr a p vnr• /� ky � j ,a v as ar v ai E ale g� Ydoi a.t ✓/A ! LACKLEY DRIVE i 0 w rx w 720 I 1' { o ggw a > 715 1 705 705 w {700 700 w N BENCHMARKS w=� 696 � 3 695 690 . C—ZQ I f N LEGEND w g—1—1 TI I—1 11 1—tj—1 TI I ILI 11 NOTES 9 22 3, Y 39 a R d3 N 45 TIMSERHURST TRAIL ---- --- -------- --- BLOOC22 a - Ae 6 7 1 2 Is 17 to 11 14 Q 12 -- --- ----- --- ------------ — .- ,I h 4 PEPPERHILL LANE 4 5 6 7 a Q 43 14 z Btw 10A 46X IL 11 13 12 11 1 31 OR ----------- U) lo V 21 25 x 31 x . 31 Qjp 27J.. 32Zm <s 8 F 11 14 1, EET C-33 FORT WORTH TRANSPORTATION AND PUBLIC WORKS February 28, 2022 Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook,TX 76132 RE: Acceptance Letter Project Name: Ridgeview Farms Ph. 7 Project Type: Paving City Project No.: 101429 To Whom It May Concern: On February 28, 2022 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 February 28, 2022,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) 392-6251. Sincerely, C'�' Andrew Goodman, Project Manager Cc: Cody Horton, Inspector Wade Miller, Inspection Supervisor Emanuel Nieto,Senior Inspector Victor Tornero, Program Manager Kimley-Horn and Associates, Inc., Consultant Gilco Contracting, Inc., Contractor The Cambridge Companies, 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, 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: Ridgeview Farms Phase 7 BY: Rob T ylor Subscribed and sworn before me on this 20th of January_, 2022. EM A TURNERlic,State of TexasmissionExpiresst 12,2025Y ID 13326419 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 022229640 PROJECT: (name, address)Ridgeview Farms Phase 7-Paving Improvements Fort Worth. TX TO (Owner) 287/156 PARTNERS,L.P.AND THE CITY OF FORT -I ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 8750 N.Central Expressway,Suite 1735 Ridgeview Farms Phase 7-Paving Improvements Dallas TX 75231 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) 287/156 PARTNERS, L.P.AND THE CITY OF FORT WORTH 8750 N. Central Expressway,Suite 1735 Dallas TX 75231 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 20th day of January,2022 LIBERTY MUTUAL INSURANCE COMPANY Surety Company - Attest: (Seal): �''►�'�'. 11,)c.��*�i��._ Signature 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. Li ert Liberty Mutual Insurance Company mutual. The Ohio Casualty Insurance Company Certificate No: 8205467-022020 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 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 23rd day of April 2021 Liberty Mutual Insurance Company iu/� ilf Oils& I Slu# The Ohio Casualty Insurance Company Pop- r Vo 0 West American Insurance Company 0 19 9 a1991 0 0 0 0 (D di 0 p'< 0101" U By: State of PENNSYLVANIA ss David M.Carey,Assistant Secretary Cr .2 :3 a) County of MONTGOMERY E CY) �0 (=D On this 23rd day of April 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance W 0"i6 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 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a) M >tY 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, ;Z::) OU) PAS , 0 0 <�, < Commonwealth of Pennsylvania-Notary Seal 60 f Teresa Pastelia,Notary Public 7 '6q) Montgomery County E C: My commission expires March 28,2025 By: .2 (V Commission number 1126044 Teresa Pastella,Notary Public 4t 24 Member,Pennsylvania Association of Notaries py P q 10—2)•(D" 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 N E 0 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 ARTICLE IV-OFFICERS:Section"o 12.Power of Attorney. C?M 0 CD 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 j3— 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 CM—(,o 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-a ccO > 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 '0 as M Z 0 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 attomey-in-fact under the-2 W 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. LL 0 0) CL ARTICLE X111-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 attomeys-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 attomeys-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 20th day of January 2022 V% SU o1i lNs&, %Nsu'ZI 0 0 'Zir �kpop v ORI�, C, 191 0 1919 4� u 1991 -Z By: J0 Ar.0 8AM? "VOIAOl' Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02121 j ' i SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para information 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 information 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(I I I-1A) de Texas Consumer Protection(I I I-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: htip:llwww.tdi.texas.gov E-mail: ConsumerProtectiongtdi.texas.gov E-mail: ConsumerProtectionktdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTES 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: j POLICY: This notice is for information only and does not Este aviso es solo para proposito de information become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. : NP70680901 LMS-15292 10115