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