Loading...
HomeMy WebLinkAboutContract 60158-FP1Page 1 of 2 City Secretary Contract No.__________________ Date Received ______________ 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: Hampton Tract Ph 2 City Project No.: 104313 Improvement Type(s): Paving Drainage Street Lights Traffic Signals Original Contract Price: $2,730,853.15 Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete:$2,730,853.15 Contractor Date Title Gilco Contracting, Inc. Company Name Project Inspector Date Project Manager Date CFA Manager Date ______________________________________ __________________________________ TPW Director Date Asst. City Manager Date Page 2 of 2 Notice of Project Completion Project Name: Hampton Tract Ph 2 City Project No.: 104313 City’s Attachments Final Pay Estimate Change Order(s):Yes N/A Contractor’s Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 300 WD Work Start Date: 10/5/2023 Days Charged: 249 WD Work Complete Date: 12/23/2024 Completed number of Soil Lab Test: 375 Completed number of Water Test: 18 CITY OF FORT WORTH Contract Name HAMPTON TRACT PHASE 2 Contract Limits Project Type PAVING DOE Number 4313 Estimate Number 1 Payment Number 1 For Period Ending 12/23/2024 FINAL PAYMENT REQUEST City Secretary Contract Number 249 WD Contract Date GILCO CONTRACTING, INC. NA 6331 SOUTHWEST BLVD. BENBROOK TX 76132-1063 G.DEYON M.CAIN 300WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 104313 Tuesday, February 11, 2025 Page 1 of 5 Contract Name HAMPTON TRACT PHASE 2 Contract Limits Project Type PAVING DOE Number 4313 Estimate Number 1 Payment Number 1 For Period Ending 12/23/2024 Project Funding City Project Numbers 104313 UNIT IV - A: PAVING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 HYDRATED LIME 591 TN $323.00 $190,893.00 591 $190,893.00 2 6" LIME TREATMENT 32517 SY $3.15 $102,428.55 32517 $102,428.55 3 6" CONC PVMT 29561 SY $50.85 $1,503,176.85 29561 $1,503,176.85 4 4" CONC SIDEWALK (BY DEVELOPER)9316 SF $7.45 $69,404.20 9316 $69,404.20 5 BARRIER FREE RAMP, TYPE R-1 4 EA $2,925.00 $11,700.00 4 $11,700.00 6 BARRIER FREE RAMP, TYPE P-1 24 EA $3,995.00 $95,880.00 24 $95,880.00 7 SEEDING, HYDROMULCH (OPEN SPACE)18526 SY $0.95 $17,599.70 18526 $17,599.70 8 FURNISH/INSTALL ALUM SIGN GROUND MOUNT CITY 15 EA $440.00 $6,600.00 15 $6,600.00 9 TRAFFIC CONTROL 1 MO $2,150.00 $2,150.00 1 $2,150.00 10 TOPSOIL 180 CY $69.45 $12,501.00 180 $12,501.00 11 BLOCK SOD PLACEMENT 1105 SY $6.25 $6,906.25 1105 $6,906.25 12 INSTALL EOR BARRICADE 1 EA $1,500.00 $1,500.00 1 $1,500.00 13 CONNECT TO EXIST PAVEMENT 1 EA $2,000.00 $2,000.00 1 $2,000.00 $2,022,739.55 $2,022,739.55Sub-Total of Previous Unit UNIT IV - B: PAVING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 REMOVE GUARDRAIL 493 LF $12.50 $6,162.50 493 $6,162.50 2 HYDRATED LIME 48 TN $323.00 $15,504.00 48 $15,504.00 3 8" LIME TREATMENT 2616 SY $3.15 $8,240.40 2616 $8,240.40 4 10" CONC PVMT 2378 SY $79.95 $190,121.10 2378 $190,121.10 5 4" CONC SIDEWALK (BY DEVELOPER)7481 SF $7.45 $55,733.45 7481 $55,733.45 6 4" BRK PVMT MARKING HAS (W)2284 LF $1.30 $2,969.20 2284 $2,969.20 7 4" BRK PVMT MARKING HAS (Y)1142 LF $1.30 $1,484.60 1142 $1,484.60 8 18" BRK PVMT MARKING HAE (W)105 LF $11.50 $1,207.50 105 $1,207.50 9 REFL RAISED MARKER TY II-C-R 107 EA $4.85 $518.95 107 $518.95 10 REMOVE 6" PVMT MARKING 2284 LF $1.05 $2,398.20 2284 $2,398.20 11 TOPSOIL 165 CY $69.45 $11,459.25 165 $11,459.25 12 BLOCK SOD PLACEMENT 989 SY $6.25 $6,181.25 989 $6,181.25 Tuesday, February 11, 2025 Page 2 of 5 Contract Name HAMPTON TRACT PHASE 2 Contract Limits Project Type PAVING DOE Number 4313 Estimate Number 1 Payment Number 1 For Period Ending 12/23/2024 Project Funding City Project Numbers 104313 13 TRAFFIC CONTROL 1 MO $4,445.00 $4,445.00 1 $4,445.00 14 INSTALL EOR BARRICADE 1 EA $1,500.00 $1,500.00 1 $1,500.00 15 REMOVE EOR BARRICADE 1 EA $500.00 $500.00 1 $500.00 16 CONNECT EXIST PAVEMENT 2 EA $4,500.00 $9,000.00 2 $9,000.00 17 INSTALL PED RAIL SKT 31 (WOOD POST)197 LF $141.00 $27,777.00 197 $27,777.00 18 INSTALL PED RAIL TYPE PR 22 (PIPE)160 LF $115.00 $18,400.00 160 $18,400.00 $363,602.40 $363,602.40Sub-Total of Previous Unit UNIT IV - C: PAVING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 REMOVE CONC PVMT 15 SY $32.00 $480.00 15 $480.00 2 REMOVE ASPHALT PVMT 279 SY $32.00 $8,928.00 279 $8,928.00 3 HYDRATED LIME 31 TN $323.00 $10,013.00 31 $10,013.00 4 8" LIME TREATMENT 1686 SY $3.15 $5,310.90 1686 $5,310.90 5 HMAC TRANSITION 42 SY $107.00 $4,494.00 42 $4,494.00 6 10" CONC PVMT 1533 SY $79.95 $122,563.35 1533 $122,563.35 7 4" CONC SIDEWALK(BY DEVELOPER)10593 SF $7.45 $78,917.85 10593 $78,917.85 8 6" SLD PVMT MARKING HAS (Y)2848 LF $2.05 $5,838.40 2848 $5,838.40 9 18" BRK PVMT MARKING HAE (W)205 LF $11.50 $2,357.50 205 $2,357.50 10 REFL RAISED MARKER TY II-C-R 66 EA $4.85 $320.10 66 $320.10 11 REMOVE 6" PVMT MARKING 984 LF $1.05 $1,033.20 984 $1,033.20 12 TOPSOIL 232 CY $69.45 $16,112.40 232 $16,112.40 13 BLOCK SOD PLACEMENT 1394 SY $6.25 $8,712.50 1394 $8,712.50 14 TRAFFIC CONTROL 1 MO $5,855.00 $5,855.00 1 $5,855.00 15 INSTALL EOR BARRICADE 1 EA $1,500.00 $1,500.00 1 $1,500.00 16 CONNECT TO EXIST PAVEMENT 2 EA $5,915.00 $11,830.00 2 $11,830.00 17 INSTALL PED RAIL SKT 31 (WOOD POST)25 LF $280.00 $7,000.00 25 $7,000.00 18 INSTALL PED RAIL TYPE PR22 (PIPE)463 LF $115.00 $53,245.00 463 $53,245.00 $344,511.20 $344,511.20Sub-Total of Previous Unit Tuesday, February 11, 2025 Page 3 of 5 Contract Name HAMPTON TRACT PHASE 2 Contract Limits Project Type PAVING DOE Number 4313 Estimate Number 1 Payment Number 1 For Period Ending 12/23/2024 Project Funding City Project Numbers 104313 Contract Information Summary Change Orders $2,730,853.15Original Contract Amount $2,730,853.15Total Contract Price $2,730,853.15 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,730,853.15 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,730,853.15 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $2,730,853.15 $0.00 Tuesday, February 11, 2025 Page 4 of 5 Contract Name HAMPTON TRACT PHASE 2 Contract Limits Project Type PAVING DOE Number 4313 Estimate Number 1 Payment Number 1 For Period Ending 12/23/2024 Project Funding City Project Numbers 104313 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $2,730,853.15 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,730,853.15 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,730,853.15 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $2,730,853.15 $0.00 City Secretary Contract Number 249 WD Contract Date GILCO CONTRACTING, INC. NA 6331 SOUTHWEST BLVD. BENBROOK TX 76132-1063 G.DEYON M.CAIN 300 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Tuesday, February 11, 2025 Page 5 of 5 Rev. 8/20/19 TRANSPORTATION AND PUBLIC WORKS January 27, 2025 Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook, TX. 76132 RE: Acceptance Letter Project Name: Hampton Tract Ph.2 Project Type: water, sewer, paving, storm drain, street lights City Project No.: 104313 To Whom It May Concern: On December 23, 2024 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 27, 2025. 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 27, 2025, 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) 392-6826. Sincerely, George Marquez, Project Manager Cc: Matt Cain, Inspector Gary Deyon, Inspection Supervisor Edward D’Avila, Senior Inspector Andrew Goodman, Program Manager Shield Engineering, Consultant Independent Utility Construction, Inc., Contractor D.R. Horton, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov AFFIDAVIT STATE OF TEXAS • L - • : �s_: ► 1 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: Sunny Creek Phase 2 Subscribed and sworn before me on this 18th o`"vP''�. KASSANDRA CANALES : �.°'R •- �s'% _Zr' �= Notary Public, State of Texas %.�:�•'Q= Comm. Expires 01-23-2027 .,9,�....�+,: %�„°�„�.` Notary ID 134158873 ��� / '.� ' "� a� �' �' .<.��, � � �� �'`� �� BY: Rob Taylor of December , 2024. �� ._ � .. _ � -. � �� .-..-�-�� ""•-•a•_._... Notary Public ` Tarrant County, TX CONSENT OF SURETY C4MPANY TO FINAL PAYMEN-i' Conforms with the American Irnstitute of Architects, AIA Document G707 OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 022236958 PROJECT: (name, 8ddt'eSS)Hampton Tract Phase 2- Paving Improvements TO (Owner) TX ID.R. HORTON - TEXAS, LTD AND CITY OF FORT � ARCHITECT'S PROJECT NO: WURTH CONTRACT FOR: 6751 North Freeway Hampton Tract Phase 2- Paving Improvements 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 end eddress 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 CONTRACTWG, 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 oiits obligations to (here insert name and address ot 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 2�t►, day of December, 2024 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest: � `t (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, CONTRAC70R'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE w � *����i i 's l� � � ThFs 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 Mutuai Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8205467-022020 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation tluly 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; Tonie 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, acknowletlge 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 offcer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April 2021 . N N N c N � State of PENNSYLVANIA n, Countv of MONTGOMERY Liberty Mutual Insurance Company ��r� s�R ��Y INSV a\NSU�,q The Ohio Casualty Insurance Company j 2GORP oWp�O�Lm � 2�oaP°Rq,�o9y� VQ'r oaPORqr� ti� West American Insurance Company p o m /} � 1912 0 0 1919 � � 1991 � : ,,,r � s �, o Q �� ��;, dj�9sS4CHU5��.aD y� �NAM4`��� D `! �NDIANP � �.n�'� t���^ ej� � �� ,�y1 * ��a s�,M * ��a gy. ,,�,-°_ David M. Carey, Assistant Secretary � U �� c- � �� 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 � a=i �� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorizetl so to do, execute the foregoing instrument for the purposes �� 4? � therein contained bv sianina on behalf of the co�orations 6v himself as a dulv authorized officer. � N � — 7 � �'� c6 O � � O O � C � � N � (0 � � �O ._ � ..: > N o� � ? U 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. IrQ� � r»,. ,.? ; & :' s, y„ ��t.,.. ��„°� ' �" -��,.a ��� � Commonweallh of Pennsylvania - Notary Seal � �'� Taresa Pastelia, Notary Public � ` '� � Nlontgomery Counry � " 1 � �� My commission expires March 28. 2025 By• �,�.u�6c-.. Commission number 1126044 r- � �°�C �� Member, Pennsylvania Association of Notaries • ef@S0 P8St0II8, Notary Public _, �� � 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 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ' ARTICLE IV - OFFICERS: Section 12. Power of Attomey. Any officer or other offcial 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 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 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 aflorney, shall 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 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 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 obiigations. 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 th� 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 certifed 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 revoketl. IN TESTIMONY WHEREOF, I have hereunto setr my hand and affxed the seals of said Companies this 27th day of December , 2024 . � �NSU�i �ZY INSG � 1NSU,pq jP4p0.Poi7q �'I•F QJP��RPOItqTQ'Yy� \VP2�pPORq o�� .. � l� 2 � � T� ����k��� � 19'i 2 � 0 1919 � � 1991 � �,��".... : �, o a ��9SS4CNVS��da1' yQ ��YHAMPS�� a Y �NOIANP a3 B'/: ��� * �� �y1 ti�� s'�M *�.�a Renee C. Llewellyn, Assistant Secretary * �,�.�,�;. >+— ��� i � O � Q O p O � � N � O N � M � `o ' �o �� c ca — � U LMS-12873 LMIC OCIC WAIC MWti Co 02/21 r�wF% ����� �. �� � i�flliq I� � i� ,. �. :.. TEXAS IMP�RTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complain� at 1-877-751-2640 You may also wr��e to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obta.in information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protecti�n (111-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.td i.texas. ov E-mail: ConsumerProtectionna,tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the age�t or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department �f 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. 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 (1 ] 1-lA) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(cr�tdi.texas o�v 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. NP 70 68 09 O1 LMS-15292 10/15