HomeMy WebLinkAboutContract 60966-FP1 (2)-FP1
City Secretary 60966
Contract No.
FORT WORTH
Date Received 5/7/2025
FT
AV
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 Phase 3 City
Project No.: 104657Improvement
Type(s): Paving ❑x
Original Contract Price: $849,558.65
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete: $849,558.65
Rob Tavlor(Mav .202507:10 CDT) 05/06/2025
Contractor Date
Accounts Receivable
Title
Gilco Contracting, Inc.
Company Name
Maw c2%"
05/06/2025
Matt Cain (Mav 6, 2025 09:42 CDT)
Project Inspector
Date
1?1*1�-�j
05/07/2025
Project Manager
Date
05/07/2025
Kandice Merrick 7. 202514:50 CDT)
CFA Manager
Date
IX71L.-I
05/07/2025
-ren Pn-r (Mav 7, 202514:54 CDT)
TPW Director
Date
05/07/2025
_lasira MrFarharn (Mav7 ?07519-16CDT)
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Hampton Tract Ph.3
City Project No.: 104657
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑ Yes ❑x N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time 110 WD Days Charged: 176 WD
Work Start Date: 5/22/2024 Work Complete Date: 3/21/2025
Completed number of Soil Lab Test: 215
Completed number of Water Test: 4
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type PAVING
City Project Numbers 104657
DOE Number 4657
Estimate Number 1 Payment Number 1 For Period Ending 3/21/2025
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK, TX 76132-1063
Inspectors G.DEYON / M.CAIN
Contract Time 11WD
Days Charged to Date 176
Contract is 100.00 Complete
Monday, May 5, 2025 Page 1 of 5
City Project Numbers 104657
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type PAVING
Project Funding
UNIT IV - A: PAVING IMPROVEMENTS (ONS11E)
DOE Number 4657
Estimate Number 1
Payment Number 1
For Period Ending 3/21/2025
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
HYDRATED LIME
90 TN
$320.00
$28,800.00
90
$28,800.00
2
6" LIME TREATMENT
4946 SY
$5.75
$28,439.50
4946
$28,439.50
3
6" CONC PVMT
4496 SY
$59.35
$266,837.60
4496
$266,837.60
4
4" CONC SIDEWALK (BY DEVELOPER)
1218 SF
$8.45
$10,292.10
1218
$10,292.10
5
BARRIER FREE RAMP, TYPE P-1
4 EA
$3,215.00
$12,860.00
4
$12,860.00
6
SEEDING, HYDROMULCH (OPEN SPACE)
10665 SY
$0.80
$8,532.00
10665
$8,532.00
7
FURNISH/INSTALL ALUM SIGN GROUND
2 EA
$620.00
$1,240.00
2
$1,240.00
MOUNT CITY
8
TOPSOIL
1805 CC
$70.50
$127,252.50
1805
$127,252.50
9
BLOCK SOD PLACEMENT
162 SY
$17.35
$2,810.70
162
$2,810.70
10
TRAFFIC CONTROL
1 MO
$500.00
$500.00
1
$500.00
Sub -Total of
Previous Unit
$487,564.40
$487,564.40
UNIT IV-B: PAVING IMPROVEMENTS (OFFS11E -McC
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
1
HYDRATED LIME
38 TN
$320.00
$12,160.00
38
$12,160.00
2
10" LIME TREATMENT
2094 SY
$4.75
$9,946.50
2094
$9,946.50
3
10" CONC PVMT
1904 SY
$78.70
$149,844.80
1904
$149,844.80
4
4" CONC SIDEWALK (BY DEVELOPER)
670 SF
$8.45
$5,661.50
670
$5,661.50
5
4" BRK PVMT
930 LF
$1.50
$1,395.00
930
$1,395.00
6
4" BRK PVMT MARKING HAS (Y)
145 LF
$1.50
$217.50
145
$217.50
7
6" SLD PVMT MARKING HAS (Y)
1066 LF
$2.45
$2,611.70
1066
$2,611.70
8
18" BRK PVMT MARKING HAE (W)
275 LF
$12.90
$3,547.50
275
$3,547.50
9
REFL RAISED MARKER TY H-C-R
58 EA
$5.60
$324.80
58
$324.80
10
TOPSOIL
1212 CY
$69.90
$84,718.80
1212
$84,718.80
11
BLOCK SOD PLACEMENT
1131 SY
$8.85
$10,009.35
1131
$10,009.35
12
SEEDING, HYDROMULCH (OPEN SPACE)
5602 SY
$0.90
$5,041.80
5602
$5,041.80
13
INSTALL EOR BARRICADE
1 EA
$1,500.00
$1,500.00
1
$1,500.00
14
REMOVE FOR BARRICADE
I EA
$500.00
$500.00
1
$500.00
15
CONNECT TO EXIST PAVEMENT
I EA
$1,000.00
$1,000.00
1
$1,000.00
Monday, May 5, 2025 Page 2 of 5
City Project Numbers 104657
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type PAVING
Project Funding
16 TRAFFIC CONTROL 1 MO
----------------------
Sub-Total of Previous Unit
UNIT IV-C:PAVING IMPROVEMENTS(OFFSITE-OLD C
DOE Number 4657
Estimate Number 1
Payment Number 1
For Period Ending 3/21/2025
$1,000.00 $1,000.00 1 $1,000.00
----------------
$289,479.25 $289,479.25
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
REMOVE ASPHALT PVMT
290 SY
$20.00
$5,800.00
290
$5,800.00
2
HYDRATED LIME
10 TN
$320.00
$3,200.00
10
$3,200.00
3
10" LIME TREATMENT
523 SY
$5.75
$3,007.25
523
$3,007.25
4
10" CONC PVMT
475 SY
$78.70
$37,382.50
475
$37,382.50
5
4" CONC SIDEWALK (BY DEVELOPER)
425 SY
$8.45
$3,591.25
425
$3,591.25
6
4" BRK PVMT MARKING HAS (Y)
700 LF
$1.50
$1,050.00
700
$1,050.00
7
18" BRK PVMT MARKING HAE (W)
178 LF
$12.90
$2,296.20
178
$2,296.20
8
REMOVE 6" PVMT MARKING
984 LF
$1.15
$1,131.60
984
$1,131.60
9
TOPSOIL
90 CY
$80.75
$7,267.50
90
$7,267.50
10
BLOCK SOD PLACEMENT
541 SY
$10.70
$5,788.70
541
$5,788.70
11
CONNECT TO EXIST PAVEMENT
1 EA
$1,000.00
$1,000.00
1
$1,000.00
12
TRAFFIC CONTROL
1 MO
$1,000.00
$1,000.00
1
$1,000.00
Sub -Total of Previous Unit
$72,515.00
$72,515.00
Monday, May 5, 2025 Page 3 of 5
City Project Numbers 104657
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type PAVING
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Total Contract Price
DOE Number 4657
Estimate Number 1
Payment Number 1
For Period Ending 3/21/2025
$849,558.65
$849,558.65
Total Cost of Work Completed $849,558.65
Less % Retained $0.00
Net Earned $849,558.65
Earned This Period $849,558.65
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
$849,558.65
Monday, May 5, 2025 Page 4 of 5
City Project Numbers 104657
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type PAVING
Project Funding
Project Manager NA
Inspectors G.DEYON / M.CAIN
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK, TX 76132-1063
DOE Number 4657
Estimate Number 1
Payment Number 1
For Period Ending 3/21/2025
City Secretary Contract Number
Contract Date
Contract Time 110 WD
Days Charged to Date 176 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 $849,558.65
Less % Retained
$0.00
Net Earned
$849,558.65
Earned This Period S849,558.65
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
$849,558.65
Monday, May 5, 2025 Page 5 of 5
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
April 7, 2025
Gilco Contracting, Inc.
6331 Southwest Blvd.
Benbrook, TX. 76132
RE: Acceptance Letter
Project Name: Hampton Tract Ph.3
Project Type: water, sewer, paving, drainage, street lights
City Project No.: 104657
To Whom It May Concern:
On March 31, 2025 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 March 31, 2025,
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)-
392-6826.
Sincerely,
George Marquez, Project Manager
Cc: Matt Cain, Inspector
Gary Deyon, Inspection Supervisor
Edward D'Avila, Senior Inspector
Andrew Goodman, Program Manager
Shield Engineering Group, Consultant
Gilco Contracting, Inc., Contractor
D.R Horton, 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 Werth, 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 3
;�
_
BY: Rob Taylor
Subscribed and sworn before me on this 21 st of March , 2025.
KASSANDRA CANALES
O P Gel
Notary Public, State of Texas
Comm. Expires 01-23-2027
0F„. Notary ID 134158873
Notary Public
Tarrant County, TX
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 022238143
PROJECT:
(name, address) Hampton Tract Phase 3 - Paving Improvements
TO (Owner)
TX
iD.R. HORTON- TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT N0:
WORTH CONTRACT FOR:
6751 North Freeway Hampton Tract Phase 3 - Paving Improvements
Fort Worth TX 76131 —f 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 FIRE INSURANCE COMPANY
175 Berkeley Street
Boston MA 02116 , SURETY COMPANY
on bond of (here insert name and address of Contractor)
GILCO CONTRACTING, INC _
6331 Southwest Boulevard
Benbrook TX 76132
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve
the Surety Company of any of its obligations to (here insert name and address of Owner)
D.R. HORTON - TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort Worth TX 76131 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: q
(Seal): altMa--^-
21st day of March, 2025
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Surety Company
3PL�
Signature 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 Fire Insurance Company
Certificate No: 8205468-022020
txtuit Wausau, Wisconsin
SURETY POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of
Wisconsin does hereby make, constitute and appoint Don E. Comell; 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 adorney(s)-in-fact, with full
power and authority hereby conferred in their/its name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as their/its act and deed, without power of
redelegation, as follows:
Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount
and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the
Company(ies), and all the acts of said attomey(s), pursuant to the authority herein given, are hereby ratified and confirmed.
AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT
Appointment of Attorneys -in -Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as
amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of
Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make Ni o
(D execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. L)
4; m
m IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed,
this 23rd day of April 2021
a .o.
rn Liberty Mutual Fire Insurance CompanyCU
w 7 *1%F INS y`
O — P OµPOgq py JJ L —
a) cu > > r° Tom° ym /mod j�
CI) ro LLCC
oa)
dol
o a)
c�
a) N
rn�
L
-t c
o._
E(D
oM
->3 T
(d C
> a)
++ L
O L
Z a
g 1908
rd ``' a BY / O rn
scoNs
David M. Carey, Assistant Secretary a O
State of PENNSYLVANIA
ss
County of MONTGOMERY
The foregoing instrument was acknowledged before me this 23rd day of April 2021
Insurance Company.
CERTIFICATE
� •ca
Lo(D
Attest:ea�. (I Q o
Heather B. Magee o ov
N
C9
O N
aM
w
by David M. Carey, an authorized representative of Liberty Mutual Fire Insurance o
�(0
03 =
� f6
C U
Commonwealth of Pennsylvania - Notary Seal
Teresa Pastez. Notary Public
Montgomery County
/f''�
v
O a)
-2 N
C) 2
My commission expires March 28, 2025
By: �>
LL tZ
Commission number 1126044 _
Teresa Pastella, Notary Public
Member, Pennsylvania Association of Notaries
I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct
copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials
specially authorized by the Board of Directors to appoint attorneys -in -fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance
Company dated May 21, 2013.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire
Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such
power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to
any surety undertakings, bonds, recognizances and other surety obligations to which it is attached.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 21 st day of March , 2025 .
F%µE INS&
%Po'%,
�R.Pytn
B
y'
�p=C,
1908° o
o
Renee C. Llewellyn, Assistant Secretary
rd C000 L�
* �aa
LMS-22023 0321
Llbertv
MY tv Al'
SURETY
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 BIvd., 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: ConsumerProtectionVtdi.texas.gov
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.
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 I l -IA)
P. O. Box 149091
Austin, TX 78714-9091
FAX # (512) 490-1007
Web: httn://www.tdi.texas.2ov
E-mail: ConsumerProtection4,,tdi.texas.gov
DISPUTAS SOBRF_, 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 01
LMS-15292 10115