Loading...
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