Loading...
HomeMy WebLinkAbout060999-FP1 - Construction-Related - Contract - Gilco Contracting, Inc.FORT WORTH® �--......_, -FPl City Secretary Contract No._6_09_99 ____ _ Date Received ll/l3/2025 11/19/2025 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: Wellington Area 3 South Phase 2 City Project No.: 104936 Improvement Type(s): � Paving □Drainage □Street Lights □Traffic Signals Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: 'Rob Ta!:J/,Ot Bgbia�l11tlt:11J:�ll 2l!Z�J�·12·1Hfill Contractor Accounts Receivable Title Gilco Contracting, Inc. Company Name Richa� {;;; 12, 202514:11:49 CST) Project Inspector rr�cl._ Project Manager � CFA Manager TPW Director � Asst. City Manager 11/11/2025 Date 11/12/2025 Date 11/12/2025 Date 11/13/2025 Date 11/13/2025 Date 11/14/2025 Date $1,334,566.73 $1,820.55 $1,336,387.28 $1,336,387.28 Page 1 of 2 Notice of Project Completion Project Name: Wellington Area 3 South Phase 2 City Project No.: 104936 City's Attachments Final Pay Estimate IZI Change Order(s): IZI Yes □N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 180 WD Work Start Date: 8/8/2024 Completed number of Soil Lab Test: 1148 Completed number of Water Test: 13 Days Charged:270 WD Work Complete Date: 10/24/2025 Page 2 of 2 CITY OF FORT WORTH Contract Name WELLINGTON AREA 3 SOUTH PHASE 2 Contract Limits Project Type PAVING DOE Number 4936 Estimate Number 1 Payment Number 1 For Period Ending 10/24/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 270 WD Contract Date GILCO CONTRACTING, INC. NA 6331 SOUTHWEST BLVD. BENBROOK TX 76132-1063 G.DEYON R.WALDEN 180WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 104936 Tuesday, November 11, 2025 Page 1 of 4 Contract Name WELLINGTON AREA 3 SOUTH PHASE 2 Contract Limits Project Type PAVING DOE Number 4936 Estimate Number 1 Payment Number 1 For Period Ending 10/24/2025 Project Funding City Project Numbers 104936 UNIT IV: PAVING IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 HYDRATED LIME 307 TN $305.00 $93,635.00 307 $93,635.00 2 6" LIME TREATMENT (30#/SY)20421 SY $4.63 $94,549.23 20421 $94,549.23 3 8" FLEXIBLE BASE, TYPE A, GR-1 671 SY $25.00 $16,775.00 671 $16,775.00 4 2" ASPHALT PVMT TYPE D 671 SY $25.55 $17,144.05 671 $17,144.05 5 4" ASPHALT BASE TYPE B 671 SY $60.85 $40,830.35 671 $40,830.35 6 6" CONC PVMT 19110 SY $49.85 $952,633.50 19110 $952,633.50 7 4" CONC SIDEWALK 4000 SF $7.90 $31,600.00 4000 $31,600.00 8 BARRIER FREE RAMP, TYPE P-1 6 EA $1,950.00 $11,700.00 6 $11,700.00 9 6" SLD PVMT MARKING HAS (Y)(CO#2)1387 LF $2.65 $3,675.55 1387 $3,675.55 10 6" SLD PVMT MARKING HAS (W)(CO#2)1654 LF $2.65 $4,383.10 1654 $4,383.10 11 LANE LEGEND ARROW 4 EA $295.00 $1,180.00 4 $1,180.00 12 LANE LEGEND ONLY 2 EA $335.00 $670.00 2 $670.00 13 TOPSOIL 68 CY $97.80 $6,650.40 68 $6,650.40 14 SODDING 609 SY $10.85 $6,607.65 609 $6,607.65 15 6" DOUBLE SLD PVMT MARKING HAS (Y) WITH RPMS(CO#2) 272 LF $6.20 $1,686.40 272 $1,686.40 16 8" SLD PVMT MARKING HAS (W) WITH RPMS 330 LF $4.25 $1,402.50 330 $1,402.50 17 18" SLD DIAGONAL CROSSHATCH HAS (Y)(CO#2) 418 SY $22.05 $9,216.90 418 $9,216.90 18 8" SCARIFIED AND COMPACTED SUBGRADE 671 SY $5.00 $3,355.00 671 $3,355.00 19 PRIME COAT IN ACCORDANCE WITH N.C.T.C.O.G. SPEC 302.7 AND 302.9.6.1 671 SY $2.15 $1,442.65 671 $1,442.65 20 REMOVE EOR BARRICADE & CONNECT TO EXISTING HEADER 9 EA $1,000.00 $9,000.00 9 $9,000.00 21 FURNISH/INSTALL SIGNPOST & FOUNDATION 11 EA $1,150.00 $12,650.00 11 $12,650.00 22 STOP SIGN (R1-1)6 EA $400.00 $2,400.00 6 $2,400.00 23 STREET NAME BLADE 44 EA $300.00 $13,200.00 44 $13,200.00 $1,336,387.28 $1,336,387.28Sub-Total of Previous Unit Tuesday, November 11, 2025 Page 2 of 4 Contract Name WELLINGTON AREA 3 SOUTH PHASE 2 Contract Limits Project Type PAVING DOE Number 4936 Estimate Number 1 Payment Number 1 For Period Ending 10/24/2025 Project Funding City Project Numbers 104936 Contract Information Summary Change Orders $1,334,566.73Original Contract Amount $1,336,387.28Total Contract Price $1,336,387.28 Less Total Cost of Work Completed % Retained $0.00 Net Earned $1,336,387.28 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $1,336,387.28 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 $1,336,387.28 $0.00 2 $1,820.55Change Order Number Tuesday, November 11, 2025 Page 3 of 4 Contract Name WELLINGTON AREA 3 SOUTH PHASE 2 Contract Limits Project Type PAVING DOE Number 4936 Estimate Number 1 Payment Number 1 For Period Ending 10/24/2025 Project Funding City Project Numbers 104936 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $1,336,387.28 Less Total Cost of Work Completed % Retained $0.00 Net Earned $1,336,387.28 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $1,336,387.28 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 $1,336,387.28 $0.00 City Secretary Contract Number 270 WD Contract Date GILCO CONTRACTING, INC. NA 6331 SOUTHWEST BLVD. BENBROOK TX 76132-1063 G.DEYON R.WALDEN 180 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Tuesday, November 11, 2025 Page 4 of 4 PROJECT NAME: CONTRACT: CFA# CITY PROJECT# DOE# WATER PROJECT# SEWER PROJECT# 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 ORDE8 Wellinaton Area 3 South Phase 2 Water, Sewer, and Drainaae lmorovements 23-0172 I CITY PARTICIPATION:! NO 104936 N/A FID NO. 30114-0200431-105036-E07685 FID NO. 30114-0200431-105036-E07685 W-2951 Ignacio J. Andrade Phone No: 817-223-2261 George Marquez Phone No: 817-392-6826 CONTRACT UNIT l'.Crt,-':>Wt;,'.!1-;.,.�, ..... � .. 'wl ... t'"-'' IEtc.,�:r�· ,IJtl!1;sJ .......... ,..,t-"""' J'l.j:�,J!�;''.'.!'t"fl Developer Cost $695,839.2D $D.00 $0.0D $695,839.20 $1,5D0.0D $697,339.20 $697,339.20 $793,990.52 Dev. Cost: $3,391,471.95 $3,391,471.95 Asterisk (") indicates a new pay item number. You are directed to make the following changes in the contract documents· PAY ITEM# 10 Revised: 10-12-2011 I CITY BID ITEM I I # QUANTITY I 33122003 I 1 I UNIT I ITEM DESCRIPTION EA I 1' Water Service TOTAL REVIEWED By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025 CHANGE ORDER No: A1 CONTRACT DAYS l,':,'.);;_(/A'a,.\"�'.':��1-........ -r--• l�Y':'i\�!"��:tU 95 0 $0.00 95 I UNIT PRICE TOTAL 1$ 1,500.00 $ 1,500.00 $1,500.00 Page 1 REVIEWED By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025 REASONS FOR CHANGE ORDER /RR/GA TION SERVICE ADDED Revised: 10-12-2011 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. RECOMMENDED: LJA Engine#g By:� Name: Jake Thomas, P.E. �� Title: Project Manager By:-,,L.':.:....£......::__ __ _ Name: M,r.,,.fv--iCl"t Title: V@ 1wDA,n;:1v< 6f': t-.fl11:> {-)t•-nlt-/ APPROVED: Bumsco Cone By: -----'�,-J---,---:-...i:!!:::::o-,._-.....L. �m� • · · S Title: U1e.c (R.E:.-:>tDcYLf Page 2 REVIEWED By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Wellini::iton Area 3 South Phase 2 CHANGE CONTRACT: Pavini::i Improvements ORDER No: CFA# 23-0172 I CITY PARTICIPATION:! NO CITY PROJECT# 104936 DOE# N/A WATER PROJECT# FID NO. 30114-0200431-105036-E07685 SEWER PROJECT# FID NO. 30114-0200431-105036-E07685 FILE# W-2951 INSPECTOR: Ignacio J. Andrade Phone No: 817-223-2261 PROJECT MANAGER: George Marquez Phone No: 817-392-6826 CONTRACT UNIT CONTRACT DAYS I�� ... --... , ... .,. .... 1--· I-t�;1--·-•-r-· --Developer Cost ORIGINAL CONTRACT $695,839.20 EXTRAS TO DATE $1,500.00 CREDITS TO DATE $0.00 CONTRACT TO DA TE $697,339.20 !AMOUNT OF PROP. CHANGE ORDER $0.00 REVISED CONTRACT AMOUNT $697,339.20 TOTAL REVISED CONTRACT AMOUNT PER UNIT $697,339.20 $793,990.52 REVISED COST SHARE Dev.Cost; $3,393,292.50 TOTAL REVISED CONTRACT Asterisk(•) indicates a new pay item number. You are directed to make the following changes in the contract documents· CITY BID ITEM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 9 3217.0102 -48 LF 6" SLD Pvmt Markino HAS (Y) $ 2.65 $ (127.20) 10 3217.0101 1020 LF 6' SLD Pvmt Markin□ HAS vv > $ 2.65 $ 2,703.00 15 9999.0017 24 LF 6" Double SLD Pvmt Markina HAS (Y) with RPMs $ 6.20 $ 148.80 17 9999.0019 -41 SY 18" SLD Dianonal Crosshatch HAS fYl $ 22.05 $ (904.05) TOTAL $1,820.55 Revised: 10-12-2011 Page 1 REVIEWED By George Marqeuez, P.E. at 5:10 pm, Sep 26, 2025 REASONS FOR CHANGE ORDER ADDITIONAL 6" WHITE EDGE STRIPING & STRIPING REVISED Revised: 10-12-2011 NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CllYWILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: LJA EngineeL ..----:; By: oh,-.,;,... V Name: Jake Thomas, P.E. Title: Project Manager APPROVED: Title: V1� P/?fl, � C/4,4/ 8117 By: / '_(I l L5:5 ,V)-( 1 Name: -�!:z 1A::'1' L-s:l� Title: Page2 Rev. 08/20/19 TRANSPORTATION AND PUBLIC WORKS October 31, 2025 Gilco Contracting Inc 6331 Southwest Blvd, Benbrook, TX 76132 RE: Acceptance Letter Project Name: Wellington Area 3 South Phase 2 Project Type: Paving City Project No.: 104936 To Whom It May Concern: On October 30, 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 October 30, 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 (682) 263-3904. Sincerely, George Marquez, Project Manager Cc: Richard Walden, Inspector Gary Deyon, Inspection Supervisor , Senior Inspector Andrew Goodman, Program Manager LJA Engineering, Consultant Gilco Contracting Inc., Contractor Pulte Group Inc., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov STATE OF TEXAS COUNTY OF TARRANT AFFIDAVIT 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: Wellington Area 3 South Phase 2 BY: Rob Subscribed and sworn before me on this 24th of September, 2025. MAF« GRANADOS Notary ID #13◄265935 My Commission Expires March 22, 2027 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 OWNER 0 ARCHITECT 0 CONTRACTOR 0 SURETY 0 OTHER PROJECT: (name, address)Wellington Area 3 South Phase 2 -Paving Improvements Fort Worth TO (Owner) TX iPC"LTE HOMES OF TEXAS, L.P. AND CITY OF FORT7 ARCHITECT'S PROJECT NO:WORTH CONTRACT FOR: Bond No 022238171 9111 Cypress Waters Blvd., Suite 100 Wellington Area 3 South Phase 2 -Paving Improvements �pell TX 75019 CONTRACTOR: GILCO CONTRACTING, INC. _J CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surecy Company) LIBERTY MUTUAL FIRE INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 on bond of (here insert name and address of Contractor) GILCO CONTRACTING, INC. 6331 Southwest BoulevardBenbrook TX 76132 , SURETY COMPANY , 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) PULTE HOMES OF TEXAS, L.P. AND CITY OF FORT WORTH 9111 Cypress Waters Blvd., Suite 100 Coppell TX 75019 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: :1 . · NI ( _ (Seal): ',fVh.L- 1' 1"� 25th day of September, 2025 LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety Company �� +lwitl{)l Sigru( ;e of Authorized Representative Sopbioie H11nter Title , OWNER, Attorney-in-Fact NOTE: This form is to be used as a companion document to AIA OOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS ANO CLAIMS, Current Edition ONE PAGE �Lihertx tP Mutual .. SURETY POWER OF ATTORNEY Liberty Mutual Fire Insurance Company Wausau, Wisconsin Certificate No: 8213588-022020 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. Cornell; Sophinie Hunter; Tina McEwan; Robbi Morales; Mikaela Peppers; Tonie Petranek; Ricardo .T. Reyna; Joshua Saunders; Kelly A. Westbrook all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in theirfits 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 attorney(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 (/) E� execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. <U o Q) :� � � 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, S-gj:'::!' rn this 2nd day of April , �-.!: :5 �� CE � O'l Liberty Mutual Fire Insurance Company ,g -E'Uw �<U 02 4 �D 2� By: f/(a#J f___·�t§�-�-� --------�----------c3 C/) � ·u5 Nathan J. Zangerle, Assistant Secretary a. O �� ;:::: aio �-iii ..... (I) .... E g_ '§Attest: l#ea:truJL--8. '-fYlctgU. � t � 00 Heather B. Magee 'a� CO (I) '-N .g' 2 State of PENNSYLVANIA ss � °r o -� County of MONTGOMERY � � E -.._co 0 * The foregoing instrument was acknowledged before me this� day of April , 2025 by Nathan J. Zangerle, an authorized representative of Liberty Mutual Fire Insurance � o ; � Insurance Company. � m �U CO= roe �--�������-c-c, �� ;'.: � Commonwealth of Pennsylvania� Notary Seal o (l) z a Montgomery County Cl/, �-. - \ I./. -1- I I .... co o i..... Teresa Pastella, Notary Public � i D en My commission expires March 28, 2029 By: �-•�(41-J J:'. � CERTIFICATE Memb,;,�::::;�.�� u ;::��,:;,���;�0,anes f eresa Pastella, Notary Public 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 ii is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 25th day of September , 2025 By:�� Renee C. Llewellyn, Assistant Secretary LMS-22023 02124 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 1-800-2 52-3439 You may write the Texas Department of Insurance Consumer Protection (111-lA) P.0. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.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. NP 70 68 09 01 LMS-1529210/15 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Hamar 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-lA) P.0. Box 149091 Austin, TX 78714-9091 FAX# (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov 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 A VISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto.