Loading...
HomeMy WebLinkAboutContract 57472-FP5FORT WORTHa City Secretary -FP5 Contract No. 57472 Date Received 03/01/2024 AT 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: Cohix Phase 1 City Project No.: 103287 Improvement Type(s): x❑ Paving ❑ Drainage Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: ❑ Street Lights ❑ Traffic Signals $1,393,061.40 $375,128.24 $1,768,189.64 $1,768,189.64 Rob Tkoz"ra'V 02407:35 CST1 Feb 29, 2024 Contractor Date Accounts Receivable Title Gilco Contractors INC Company Name Feb 29 2024 Donald Watson (Feb 29. 202414:19 CST) Project Inspector Date Feb 29, 2024 Khal Jaafari P . (Fe21:31 CSTI Project Manager Date Mar 1, 2024 77b Owe n(Mar 1. 202408:39 CST) CFA Manager Date A. Mar 1, 2024 Lauren 202408:55 CST) TPW Director Date C-S�� Mar 4, 2024 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Cohix Phase 1 City Project No.: 103287 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 280 WD Days Charged: 369 Work Start Date: 6/13/2022 Work Complete Date: 1/31/2024 Completed number of Soil Lab Test: 750 Completed number of Water Test: 18 Page 2of2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name COHIX PHASE 1 Contract Limits Project Type PAVING City Project Numbers 103287 DOE Number 3287 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 12/21/2021 For Period Ending 1/31/2024 WD Contract Time 5WD Days Charged to Date 369 Project Manager NA Contractor GILCO CONTRACTING, INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors E. DAVILA / W. FAUVER Contract is 100.00 Complete Thursday, February 15, 2024 Page 1 of 5 City Project Numbers 103287 DOE Number 3287 Contract Name COHIX PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 1/31/2024 Project Funding UNIT IV: PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" CONC PVMT (CO #2) 0 SY $35.50 $0.00 0 $0.00 2 7" CONC PVMT (CO #2) 0 SY $39.95 $0.00 0 $0.00 3 6" LIME TREATMENT (CO #1) 20211 SY $3.10 $62,654.10 20211 $62,654.10 4 8" LIME TREATMENT (CO #1) 5232 SY $3.65 $19,096.80 5232 $19,096.80 5 HYDRATED LIME (CO #1 & 2) 0 TN $180.00 $0.00 0 $0.00 6 4" CONC SIDEWALK (CO #1 &2) 0 SF $5.75 $0.00 0 $0.00 7 BARRIER FREE RAMP TYPE R-1 (CO #2) 0 EA $2,000.00 $0.00 0 $0.00 8 BARRIER FREE RAMP TYPE P-1 (CO #2) 0 EA $2,000.00 $0.00 0 $0.00 9 FURNISH/INSTALL ALUM SIGN GROUND 15 EA $500.00 $7,500.00 15 $7,500.00 10 TRAFFIC CONTROL 1 MO $1,650.00 $1,650.00 1 $1,650.00 11 INSTALL FOR BARRICADE 3 EA $1,500.00 $4,500.00 3 $4,500.00 12 BLOCK SOD PLACEMENT 449 SY $16.38 $7,354.62 449 $7,354.62 13 TOP SOIL 75 CY $86.83 $6,512.25 75 $6,512.25 14 6" CONC PVMT (CO #2) 18374 SY $42.64 $783,467.36 18374 $783,467.36 15 7" CONC PVMT (CO 92) 4756 SY $47.09 $223,960.04 4756 $223,960.04 16 HYDRATED LIME (CO #2) 509 TN $280.93 $142,993.37 509 $142,993.37 17 4" CONC SIDEWALK (CO #2) 3686 SF $6.53 $24,069.58 3686 $24,069.58 18 BARRIER FREE RAMP, TYPE R-1 (CO #2) 12 EA $2,095.29 $25,143.48 12 $25,143.48 19 BARRIER FREE RAMP, TYPE P-1 (CO #2 &3) 14 EA $2,095.29 $29,334.06 14 $29,334.06 20 -------------------------------------- BARRIER FREE RAMP, TYPE M-2 2 EA $2,095.29 $4,190.58 2 $4,190.58 Sub-Total of Previous Unit $1,342,426.24 $1,342,426.24 UNIT V: OFFSITE PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 10" CONC PVMT (CO #2) 0 SY $52.80 $0.00 0 $0.00 2 8" LIME TREATMENT (CO #1) 3532 SY $3.25 $11,479.00 3532 $11,479.00 3 HYDRATED LIME (CO #1 &2) 0 TN $180.00 $0.00 0 $0.00 4 4" CONC SIDEWALK (10' SIDEWALK) (CO #2) 0 SF $5.75 $0.00 0 $0.00 5 BARRIER FREE RAMP,TYPE R-1 (CO #2) 0 EA $2,000.00 $0.00 0 $0.00 6 BARRIER FREE RAMP, TYPE P-1 (CO #2) 0 EA $2,000.00 $0.00 0 $0.00 Thursday, February 15, 2024 Page 2 of 5 City Project Numbers 103287 DOE Number 3287 Contract Name COHIX PHASE 1 Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING For Period Ending 1/31/2024 Project Funding 7 FURNIS/INSTALL ALUM SIGN GROUND 3 EA $500.00 $1,500.00 3 $1,500.00 8 TRAFFIC CONTROL 1 MO $2,500.00 $2,500.00 1 $2,500.00 9 INSTALL EOR BARRICADE 1 EA $1,500.00 $1,500.00 1 $1,500.00 10 6" DOT PVMT MARKING HAS 9W) 272 LF $2.50 $680.00 272 $680.00 11 24" SLD PVMT MARKING HAE (W) 27 LF $25.00 $675.00 27 $675.00 12 4" SLD PVMT MARKING HASE (Y) 584 LF $2.50 $1,460.00 584 $1,460.00 13 REFL RAISED MARKER TY 11-C-R 15 EA $6.50 $97.50 15 $97.50 14 BLOCK SOD PLACEMENT (CO #1) 3695 SY $16.38 $60,524.10 3695 $60,524.10 15 TOPSOIL (CO #1) 616 CY $86.83 $53,487.28 616 $53,487.28 16 10" CONC PVMT (CO #2) 3211 SY $59.94 $192,467.34 3211 $192,467.34 17 HYDRATED LIME (CO #2) 71 TN $280.93 $19,946.03 71 $19,946.03 18 4" CONC SIDEWALK (CO #2) 10883 SF $6.53 $71,065.99 10883 $71,065.99 19 BARRIER FREE RAMP, TYPE R-1 (CO #2) 2 EA $2,095.29 $4,190.58 2 $4,190.58 20 BARRIER FREE RAMP, TYPE P-1 (CO #2) 2 EA $2,095.29 $4,190.58 2 $4,190.58 Sub -Total of Previous Unit $425,763.40 $425,763.40 Thursday, February 15, 2024 Page 3 of 5 City Project Numbers 103287 Contract Name COHIX PHASE 1 Contract Limits Project Type PAVING Project Funding Contract Information Summary Original Contract Amount Chanhe Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 Change Order Number 1 Change Order Number 2 DOE Number 3287 Estimate Number 1 Payment Number 1 For Period Ending 1/31/2024 $1,393,061.40 $25.51 $222,064.77 $0.00 $114,075.50 $38,962.47 Total Contract Price $1,768,189.64 Total Cost of Work Completed $1,768,189.64 Less % Retained $0.00 Net Earned $1,768,189.64 Earned This Period $1,768,189.64 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,768,189.64 Thursday, February 15, 2024 Page 4 of 5 City Project Numbers 103287 Contract Name COHIX PHASE 1 Contract Limits Project Type PAVING Project Funding Project Manager NA Inspectors E. DAVILA / W. FAUVER Contractor GILCO CONTRACTING, INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 DOE Number 3287 Estimate Number 1 Payment Number 1 For Period Ending 1/31/2024 City Secretary Contract Number Contract Date 12/21/2021 Contract Time 50 WD Days Charged to Date 369 WD 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 $1,768,189.64 Less % Retained $0.00 Net Earned $1,768,189.64 Earned This Period $1,768,189.64 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 $1,768,189.64 Thursday, February 15, 2024 Page 5 of 5 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE # FID # FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Cohix Ph 1 A - Water, Sewer, Drainage B - Paving C - Street Lights 21-0144 103287 30114-0200431-103287-EO7685 X-26892 Troy Gardner Khal Jaafari CITY PARTICIPATION: Yes Phone No: 682-215-8720 Phone No: 817-392-7872 CHANGE ORDER No: Al, 131, C1 RECEIVED By Khal Jaafari at 12:11 am, Aug 23, 2022 CONTRACT UNIT WATER I SEWER I PAVING I DRAINAGE �evelo STREET LIGHTS CONTRACT er DAYS Developer Cost City Cost Developer Cost I City Cost (Developer Cost City Cost (Developer Cost I City Cost Cost City Cost $1,076,386.89 $60,234.31 $1,165,072.00 I I $1,393,061.40 I $1,216,275.00 I $116,848.80 I 225 WD $1,076,386.89 $60,234.31 $1,165,072.00 I $0.00 $1,393,061.40 $0.00 I $1,216,275.00 I $0.00 $116,848.80 $0.00 I 225 WD $2,000.00 $1,490.00 I $114,101.00 I I $160.20 $1,078,386.89 $60,234.31 $1,166,562.00 I $0.00 $1,507,162.40 $0.00 I $1,216,275.00 I $0.00 $117,009.00 $0.00 I 225 WD $1,138,621.20 $1,166,562.00 I $1,507,162.40 I $1,216,275.00 $117,009.00 Dev. Cost: $5,085,395.29 City Cost: $5,145,629.60 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract doe. um nts CITY BID ITEM PAY ITEM # # QUANTITY UNIT 12 9999.0000 1 EA You are directed to make the following changes in the contract docum nts CITY BID ITEM PAY ITEM # # QUANTITY UNIT 5 3331.3101 1 EA You are directed to make the following changes in the contract docur"gnts CITY BID ITEM PAY ITEM # # QUANTITY UNIT 3 3211.0501 -0.40 SY 4 3211.0502 0.40 SY 5 32 11 .0400 0.14 TON 6 3213.0301 0.015 SF You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT 2 3211.0502 -0.1 SY 3 3211.0400 0.358 TON 14 3292.0100 3695 SY 15 3291.0100 616 CY You are directed to make the following changes in the contract docum nts CITY BID ITEM PAY ITEM # # QUANTITY UNIT 1 2605.3015 1 9 LF 2 3441.1410 9 LF RECEIVED By Khal Jaafari at 12:11 am, Aug 23, 2022 UNIT IA: WATER IMPROVEMENTS ITEM DESCRIPTION UNIT PRICE TOTAL 1 1/2" Irrigation Service $2,000.00 $2,000.00 I TOTAL $2,000.00 I UNIT /I: SANITARY SEWER IMPROVEMENTS ITEM DESCRIPTION UNIT PRICE TOTAL 4" Sewer Service $1,490.00 $1,490.00 I TOTAL $1,490.00 I UNIT IV., PAVING IMPROVEMENTS ITEM DESCRIPTION UNIT PRICE TOTAL 6" Lime Treatment $3.10 -$1.24 8" Lime Treatment $3.65 $1.46 I Hydrated Lime $180.00 $25.20 I 4" Conc Sidewalk $5.75 $0.09 I TOTAL $25.51 UNIT V. OFFSITE PAVING IMPROVEMENTS ITEM DESCRIPTION UNIT PRICE TOTAL 8" Lime Treatment $3.25 -$0.33 I Hydrated Lime $180.00 $64.44 Block Sod Placement $16.38 $60,524.10 I Topsoil $86.83 $53,487.28 I TOTAL $114,075.50 I UNIT VI., STREET LIGHTING IMPROVEMENTS ITEM DESCRIPTION UNIT PRICE TOTAL 2" CONDT PVC SCH 80(T) $13.68 $123.12 NO 10 Insulated Elec Condr $4.12 $37.08 I TOTAL $160.20 REASONS FOR CHANGE ORDER Added missing bid items, adjusted rounding error in paving quantities, shifted streetlight to avoid driveway. Revised: 10-12-2011 Page 2 DocuSign Envelope ID: FF7E3867-E92B-491 E-9856-8D797C361 F42 N RECOMMENDED: By: Shield Engg�inee�ehnq Grow. PLLC Namee*34 ,L. Title: IlAC.IF PAR1351916)VT RECEIVED By Khal Jaafari at 12:12 am, Aug 23, 2022 APPROVED: DocuSigned by: By: Fo ee t��,rt��IUSA Real Estete Group, Inc. Name: _' '' Ams �OCBFA60CF51 4F0... Tale: Vice President APPROVED: By: Bu/ )sCo-Coonnnstriction, Inc Neme: 1L1 41 u Title: Vice President By: Gilco Contracting, Inc Name:. ✓✓'^��- Title: V IC - MKS lCjn-w By: Independent UWlty Construction, Inc Name: i'- ft>.k Title: President Revised: 10-12-2011 Page 3 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Cohix Ph 1 CONTRACT: B - Paving CFA # 21-0144 CITY PROJECT # 103287 DOE # WATER PROJECT # 30114-0200431-103287-EO7685 SEWER PROJECT # 30114-0200431-103287-EO7685 FILE # X-26892 INSPECTOR: Bill Fauver PROJECT MANAGER: Khal Jaafari WATER Developer Deve Cost Citv Cost Cost ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $0.00 AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $0.00 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CITY PARTICIPATION:1 No Phone No: Phone No: SEWER 817-897-3698 817-392-7872 CONTRACT UNIT PAVING City Cost Developer Cost $1,393,061.40 $114,101.00 City Cost CHANGE ORDER No: 2113 RECEIVED By Khal Jaafari at 1:36 pm, Jul 12, 2023 DRAINAGE STREET LIGHTS CONTRACT r Developer DAYS City Cost Cost City Cost 1 225 $0.00 $0.00 $1,507,162.40 $0.00 $0.00 $261,027.24 $0.00 $0.00 $1,768,189.64 $0.00 $0.00 $0.00 $1,768,189.64 $0.00 $1,768,189.64 City Cost: $1,768,189.64 $0.00 $0.00 $0.00 1 225 $0.00 $0.00 I 225 $0.00 Revised: 10-12-2011 Page 1 RECEIVED By Khal Jaafari at 1:36 pm, Jul 12, 2023 You are directed to make the following ^hanges in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL Unit IV: Paving 1 3213.0101 -18,374 SY 6" Conc Pvmt $35.50 -$652,277.00 1 3213.0101 18,374 SY 6" Conc Pvmt $42.64 $783,467.36 2 3213.0102 -4,756 SY 7" Conc Pvmt $39.95 -$190,002.20 2 3213.0102 4,756 SY 7" Conc Pvmt $47.09 $223,960.04 5 3211.0400 -509 TN Hydrated Lime $180.00 -$91,620.00 5 3211.0400 509 TN Hydrated Lime $280.93 $142,993.37 6 3213.0301 -3,686 SF 4" Conc Sidewalk $5.75 -$21,194.50 6 3213.0301 3,686 SF 4" Conc Sidewalk $6.53 $24,069.58 7 3213.0506 -12 EA Barrier Free Ramp, Type R-1 $2,000.00 -$24,000.00 7 3213.0506 12 EA Barrier Free Ramp, Type R-1 $2,095.29 $25,143.48 8 3213.0501 -16 EA Barrier Free Ramp, Type P-1 $2,000.00 -$32,000.00 8 3213.0501 16 EA Barrier Free Ramp, Type P-1 $2,095.29 $33,524.64 TOTAL $222,064.77 Unit V: Offsite Paving 1 3213.0105 -3,211 SY 10" Conc Pvmt $52.80 -$169,540.80 1 3213.0105 3,211 SY 10" Conc Pvmt $59.94 $192,467.34 3 3211.0400 -71 TN Hydrated Lime $180.00 -$12,780.00 3 3211.0400 71 TN Hydrated Lime $280.93 $19,946.03 4 3213.0301 -10,883 SF 4" Conc Sidewalk $5.75 -$62,577.25 4 3213.0301 10,883 SF 4" Conc Sidewalk $6.53 $71,065.99 5 3213.0506 -2 EA Barrier Free Ramp, Type R-1 $2,000.00 -$4,000.00 5 3213.0506 2 EA Barrier Free Ramp, Type R-1 $2,095.29 $4,190.58 6 3213.0501 -2 EA Barrier Free Ramp, Type P-1 $2,000.00 -$4,000.00 6 3213.0501 2 EA Barrier Free Ramp, Type P-1 $2,095.29 $4,190.58 TOTAL $38,962.47 GRAND TOTAL $261,027.24 Asterisk (') indicates New Pay Item REASONS FOR CHANGE ORDER Unit price increase from contractor. No quantity changes. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. Revised: 10-12-2011 Page 2 RECOMMENDED: Consultant By: Shield Enqineerinq Group Name: Title: Vice President APPROVED: Developer By: 5r6DHE,I 13R,r� Name: )--;; Title: P � %/• L> APPROVED: Contractor By: Leia McQuien �/ Ic Name: Title: Vice President, Operations Page 3 Revised, 10-12-2011 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # DOE# WATER PROJECT # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE ICREDITS TO DATE (CONTRACT TO DATE (AMOUNT OF PROP. CHANGE ORDER IREVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Cohix Ph 1 CHANGE B - Paving ORDER No: 21-0144 CITY PARTICIPATION:( No 103287 3B 30114-0200431-103287-EO7685 30114-0200431-103287-EO7685 X-26892 Bill Fauver Phone No: 817-897-3698 Khal Jaafari Phone No: 817-392-7872 RECEIVED By Khal Jaafari at 2:06 pm, Nov 14, 2023 CONTRACT UNIT WATER SEWER I PAVING DRAINAGE STREET LIGHTS Developer Developer Developer Developer - -- Developer Cost City Cost Cost City Cost Cost Cost City Cost Cost City Cost t $1,393,061.40 ;. S $375128.24 $0.00 $0.00 $0.00 .$0.00 $1,768,189.64 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.0 ;1 768189.64 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,768,189.64 $0.00 $0.00 Dev. Cost: $1,768,189.64 City Cost: $0.00 $1,768,189.64 I (CONTRACT DAYS 225 225 225 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL Unit IV: Paving I 8 3213.0501 -2 EA Barrier Free Ramp, Type P-1 $2,095.29 -$4,190.58 14* 3213.0504 2 EA Barrier Free Ramp, Type M-2 $2,095.29 $4,190.58 TOTAL $0.00 Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER Sidewalk ramps adjusted due to constructability constraints in field. This change order pertains to Revision 2 of construction plans. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. Revised: 10-12-2011 Page 1 RECOMMENDED: ConsulEr,... U— By: Shield Name: RVof^ IiIII I PE Title: Vice President APPROVED: Developer By: d5 Name: SIFAHE"� gQIN Title: J7aJELo�ME� DtREGa►Z APPROVED: Contractor� By: Name: Lela McQuien Title: Vice President, Ooarations Revised: 10-12-2011 Page 2 IPROJECT NAME: CONTRACT: ICFA # CITY PROJECT # IDOE # WATER PROJECT # SEWER PROJECT # I FI LE # INSPECTOR: PROJECT MANAGER: IORIGINAL CONTRACT (EXTRAS TO DATE (CREDITS TO DATE (CONTRACT TO DATE (AMOUNT OF PROP. CHANGE ORDER IREVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Cohix Ph 1 C - Street Lights 21-0144 103287 30114-0200431-103287-EO7685 30114-0200431-103287-EO7685 X-26892 CITY PARTICIPATION: No CHANGE ORDER No: 3C Bill Fauver Phone No: 817-897-3698 RECEIVED Khal Jaafari Phone No: 817392-7B72 By Khal Jaafari at 12:32 pm, Oct 25, 2023 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS I CONTRACT Developer Developer Developer Developerj DAYS Developer Cost Cost Cost Cost Cost $116,848.8225 I $160.20 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $117,009�0225 $47,279.36 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $16 288.3225 $0.00 $0.00 $0.00 $0.00 $164,288.36 I Dev. Cost: $164,288.36 City Cost: $164,288.36 You are directed to make the following changes in the contract docum mis CITY BID ITEM PAY ITEM # # QUANTITY UNIT Unit VI: Street Lights 1 2605.3015 1,152 LF 7* 3441.1405 1,152 LF 8* 3441.3051 4 EA 9* 3441.1632 4 EA 10* 3441.3302 4 EA 11* 3441.3342 4 EA 12* 3441.1501 3 EA 13* 3441.1772 1 EA Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER ITEM DESCRIPTION 2" CONDT PVC SCH 80(T) NO 2 Insulated Elec Condr FurnishAnstall LED Lighting Fixture (137 watt ATB2 Cobra Head) Furnish/Install Type 33A Arm Rdwy Ilium Foundation TY 3,5,6, and 8 Rdwv Illum TY 18 Pole Ground Box Type B Furnishlnstall 240-480 Volt Metered Pedestal GRAND TOTAL UNIT PRICE TOTAL 1 $13.68 $15,759.36 I $4.50 $5,184.00 $450.00 $1.800.00 I 1 $250.00 $1,000.00 1 $1,384.00 $5,536.00 1 $2,100.00 I $8,400.00 1 $800.00 $2,400.00 1 $7,200.00 I $7,200.00 TOTALI I $47,279.36 1 $47,279.36 Added street lights on median along McPherson Boulevard. This Change Order pertains to Revision 2 of construction plans. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. Revised: 10-12-2011 Page 1 RECOMMENDED: By: Name: 1�VAKJ Ik Iw , PIE Title: V Q APPROVED: (Developer) By: v!_ Name: F✓E� gRW Title: D6�bL�AM�t+r 171iti6L7DR APPROVED: (Contractor%//y, Name: Richard Wolfe Title: President r RECEIVED By Khal Jaafari at 12:32 pm, Oct 25, 2023 Revised: 10-12-2011 Page 2 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS February 8, 2024 Gilco Contractors INC. 6331 Southwest BLVD Benbrook TX 76132 RE: Acceptance Letter Project Name: Cohix Phase 1 Project Type: paving City Project No.: 103287 To Whom It May Concern: On February 8, 2024 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 8, 2024, 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 Khal Jaafari. 817-392-7872. Sincerely, �l � �� Khal Jaafari P. . (Fe 20242131 CST) Khal Jaafari, Project Manager Cc: William Favour, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Andrew Goodman, Program Manager Shield Engeering, Consultant Burnsco Construction INC., Contractor Forestar, 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 courity 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: Cohix Phase 1 BY: Rob Taylor Subscribed and sworn before me on this 20th of February , 2024. KASSANDRA CANALES �2 Pa1Y�PGe�: Notary Public, State of Texas N;GV. Q Comm. Expires 01-23-2027 Notary ID 134158873 //1111 r „Z2'_. Notary Public Tarrant County, TX CONSENT OF OWNER ❑ ARCHITECT ❑ SURETY COMPANY ❑ CONTRACTOR TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 022232592 PROJECT: (name, address)Cohix Ph 1 - Paving Improvements TO (Owner) Fort Worth TX FORESTAR (USA)) REAL ESTATE GROUP INC. AND ARCHITECT'S PROJECT NO: THE CITY OF FOF2T WORTH CONTRACT FOR: 6300 Bee Cave Road Cohix Ph 1 - Paving Improvements Austin TX 78746 -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) FORESTAR (USA) REAL ESTATE GROUP INC. AND THE CITY OF FORT WORTH 6300 Bee Cave Road Austin TX 78746 OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: (Seal), 20th day of February, 2024 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Signatur6 of Authorized Representative Soohinie Hunter Title Attorney -in -Fact 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, Liberty 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 1NSlI,p �(V INSvq� a tNSUq The Ohio Casualty Insurance Company J=GDaPORgr�Qy0 Q 2GDpPORgT�'gy� P� DpPORgTO'1/Cm West American Insurance Company vi;1912y0 oU 1919 n 1991 0 ~d�9sS4CHU5�c .dD y� F'y,NA MPS�,aL `(s �NDIANP' .da� I ,..�f' �_ U e77 * ti� ''H1 * t �M * 1� By: m David M. Carey, Assistant Secretary Cr m State of PENNSYLVANIA ss go)County of MONTGOMERY 0 cu a3 On this 23rd da of April 2021 before me personally appeared David M. Care who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance D y-- � Y P Y PP Yr 9 Y Y o m 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. 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. Q N to PA,� a = _ `d'r.,t5�y�y,v<� Commonwealth of Pennsylvania - Notary Seal Etr x> .� Teresa Pastella, Notary Public N 'M 0` Montgomery County , w -' .{/� -%� O 4) CP My commission expires March 28, 2025 By;7'r,"S'A' .C�a•a� / �( y,r N n number '�' YiV Ce Member, Pennsylvania a Association of NotariesNotary y— ` Pastella, Public 044 Q o 0 MIN O` N 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 3 ao E •S; o Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: t CO 00 " a3 ARTICLE IV— OFFICERS: Section 12. Power of Attorney. o 0 0-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 a -0 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 c o 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 N Z 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 - m 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. ti a ARTICLE All — 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 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. 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 20th day of February 2024 . P� 1NSURq P��Y IN,96 %NS(j J GDRPORgr 4o- Q GDaPORgT `5y� GP` D{IPORgTo �m 6 ? F 4 F 1912 0 o y 1919 o s 1991 0 cHug Ada y�� NAMPSa as Nr "NDIANP' aa3 By. Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (1 I 1-IA) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://www.tdi.texas.izov E-mail: ConsumerProtection4,tdi.texas.aov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-1529210115 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: htta://www.tdi.texas.aov E-mail: ConsumerProtectionntdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto.