Loading...
HomeMy WebLinkAboutContract 46801-FP1 Departmen of TP&W Const.Services DOE# / • Dat CITY SECRETA>W Project ag TWORTHL co ►cT NO.Risk Management ana ... D.O.E. Brotherton 7 s CFA Westerman/Scanne 9��, The Proceeding people have been co ed concerning the request for final S C G ?513 Z payment d have released this project for such payment TION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy PROJECT COMPLETION V/IP D 2X13 D.O.E.Ns: 7391 ase 4&go' Regarding contract 117391 for PRESIDIO WEST PHASE VIII-B-WATER&SEWER as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as co TV----C; ",! Original Contract Prices: '.� $424,668.90 MAR 2 3 2016 rJ Amount of Approved Change Orders: + $12,790.00 Ns 1 Revised Contract Amount: ,, �,...�..,..-__� 54437,458.90 Total Cost Work Completed: 5437,458.90 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $437,458.90 Less Previous Payments: $0.00 Final Payment Due 5437,458.90 ,�W4V5�67_— 3- Recom ended or Acceptance Date Asst. Director,TPW - Infrastructure Design and Construction 1<?4L, u—_ - 3 3 !L Accepted J f Date Asst. Director, WATER DEPAR T Asst. City Manager Date Comments: P265-541200-607150251383,P275-541200-707130251383 ---– EFT. L RECORD EM1��D CRETARY 11 MAR 2 4X016 RTHS TX y- l�at��_ FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRESIDIO WEST PHASE VIII-B Contract Limits Project Type WATER&SEWER City Project Numbers 02513 DOE Number 7391 Estimate Number 1 Payment Number 1 For Period Ending 225!2016 CD City Secretary Contract Number 117391 Contract Time 15QD Contract Date Days Charged to Date 241 Project Manager Ehia Contract is 100.00 Complete Contractor GQ,CO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER / TAEZAZ Thiasday,Fehmary 25,2016 Page 1 of 5 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 2252016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total �— __----------.-----_--- -._---------------- 1 TRENCH SAFETY FOR WATER 4459 LF $0.05 $222.95 4459 S222.95 2 8"WATER PIPE 3435 LF 517.40 $59,769.00 3435 559,769.00 3 12"WATER PIPE 1024 LF $38.80 $39,73120 1024 539,73120 4 FIRE HYDRANT 3 EA $3,175.00 59,525.00 3 59,525.00 5 CONNECTION TO EXISTING 4"-12"WATER 5 EA $650.00 $3,250.00 5 $3,250.00 6 12"WATER PIPE 20 LF $29.00 $580.00 20 5580.00 7 V WATER SERVICE 97 EA 5690.00 $66,930.00 97 $66,930.00 8 8"GATE VALVE 9 EA 51,2011.00 510,800.00 9 510,800.00 9 12"GATE VALVE 3 EA $2,200.00 $6,600.00 3 56,600.00 10 DUCTILE IRON FITTINGS W/RESTRAINT 2.4 TN $6,100.00 $14,640.00 2.4 514,640.00 11 1"IRRIGATION SERVICE 2 EA $690.00 51,380.00 2 51,380.00 12 2'IRRIGATION SERVICE 1 EA 51,900.00 51,900.00 1 SI,900.00 13 12"PRESSURE PLANE VALVE 1 EA $2,200.00 $2,200.00 1 52,200.00 14 4"SCHEDULE 40 PVC SLEEVE 209 LF 510.00 $2,090.00 209 $2,090.00 15 TRENCH SAFETY FOR WATER 171 LF $0.05 $8.55 171 58.55 16 CONNECTION TO EXISTING 4"-12"WATER 1 EA 5650.00 $650.00 1 $650.00 17 8'GATE VALVE 1 EA 51,200.00 51,200.00 1 51,200.00 18 DUCTILE IRON FITTINGS W/RESTRAINT 0.2 TN $6,100.00 51,220.00 0.2 51,220.00 19 8"WATER PIPE 171 LF 517.40 52,975.40 171 52,975.40 20 8'PRESSURE PLANE VALVE 1 EA 51,200.00 51,200.00 1 $1,200.00 21 CITY BONDS 1 LS $26,120.00 526,120.00 1 526,120.00 --------------------------------------- Sub-Total of Previous Unit 5252,992.10 5252,992.10 SEWER Item Description of Items Estimated Uoit Unit Cost Estimated Completed Completed No. Quanity Total Quaaity Total ——————————————————————————————————————- 1 POST CCTV INSPECTION 2619 LF 51.40 53,666.60 2619 53,666.60 2 MANHOLE VACUUM TESTING 11 EA 5100.00 51,100.00 11 $1,100.00 3 TRENCH SAFETY 2619 LF $1.00 $2,619.00 2619 $2,619.00 4 TRENCH WATER STOPS 5 EA 5250.00 51,250.00 5 51,250.00 5 4"SEWER SERVICE 68 EA $590.00 $40,120.00 68 540,120.00 Thursday,February 25,2016 Pap 2 of 5 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 2/25/2016 Project Funding 6 8"SEWER PIPE 2619 LF $25.40 $66,522.60 2619 $66,522.60 7 8"SEWER PIPE CSS BACKFILL 186 LF $36.00 $6,696.00 186 $6,696.00 8 4'MANHOLE 10 EA $2,110.00 $21,100.00 10 $21,100.00 9 4'DROP MANHOLE I EA $2,500.00 $2,500.00 1 $2,500.00 10 T EXTRA DEPTH MANHOLE 34 VF $100.00 $3,400.00 34 $3,400.00 11 CONNECT TO EXISTING SANITARY SEWER 1 EA $500.00 $500.00 1 $500.00 12 MANHOLE INTERNAL CORROSION 2 EA $2,750.00 $5,500.00 2 $5,500.00 PROTECTION 13 CONNECT TO EXISTING MANHOLE 2 EA $900.00 $1,800.00 2 $1,800.00 14 MANHOLE ADJUSTMENTS 3 EA $500.00 $1,500.00 3 $1,500.00 15 CUT,PLUG AND REMOVE EXISTING 8"LINE 334 LF $10.00 $3,340.00 334 $3,340.00 AND SERVICES 16 REMOVE EXISTING MANHOLE 1 EA $500.00 $500.00 1 $500.00 17 POST CCTV INSPECTION 117 LF $1.40 $163.80 117 $163.80 18 MANHOLE VACUUM TESTING 1 EA $100.00 $100.00 1 $100.00 19 TRENCH SAFETY 117 LF $1.00 $117.00 117 $117.00 20 8"SEWER PIPE 117 LF $25.40 $2,971.80 117 $2,971.80 21 4'MANHOLE 1 EA $2,110.00 $2,110.00 1 $2,110.00 22 TRENCH WATER STOPS 1 EA $250.00 $250.00 I $250.00 23 T EXTRA DEPTH MANHOLE 6 VF $100.00 $600.00 6 $600.00 24 MANHOLE INTERNAL CORROSION I EA $2,750.00 $2,750.00 1 $2,750.00 PROTECTION 25 CONNECT TO EXISTING SANITARY SEWER 1 EA $500.00 $500.00 1 $500.00 26 4"SEWER SERVICE(SDR-26)CO#1 5 EA $590.00 $2,950.00 5 $2,950.00 27 RE-FURNISH EXIST 4"SEWER LINE(SERVICE) 24 EA $230.00 $5,520.00 24 $5,520.00 CO#1 28 INSTALL 30"RING,COVER AND CONE ON 3 EA $1,440.00 $4,320.00 3 $4,320.00 EXIST MANHOLE CO#1 Sub-Total of Previous Unit $184,466.80 $184,466.80 Thursday,February 25,2016 Page 3 of 5 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 2!25/2016 Project Funding Contract Information Summary Original Contract Amount $424,668.90 Change Orders Chaage Order Number 1 $12,790.00 Total Contract Price $437,458.90 Date 3—$ -14 Total Cost of Work Completed $437,458.90 ruse j Less %Retained $0.00 Net Earned $437,458.90 Date+ Inspection St Earned This Period $437,458.90 3/Z v/6 Retainage This Period $0.00 Date Less Liquidated Damages Project Manager Days @ /Day $0.00 ate (3-Z2-14? LessPavement Deficiency $0.00 MON for W7- tructu Design and Construction Less Penalty $0.00 Date 3 Less Previous Payment $0.00 Director/Contracting Dep Plus Material on Hand Less 15% $0.00 Balance Due This Payment $437,458.90 3,t-I Tlmrsday,February 25,2016 Page 4 of 5 MAR 232016 co City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B timate Number I Contract Limits Payment Number I Project Type WATER do SEWER For Period Ending 20-SR016 Project Funding Project Manager Ehia City Secretary Contract Number 117391 Inspectors LAYER / TAEZAZ Contract Date Contractor GII.CO CONTRAC77NG,INC. Contract Time 150 CD 6331 SOUTHWEST BLVD. Days Charged to Date 241 CD BENBROOK, TX 76132-1063 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 $437,458.90 Less %Retained $0.00 Net Earned $437,458.90 Earned This Period $437,458.90 Retainage This Period $0.00 Less Liquidated Damages 0 Days(@ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Leas Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $437,458.90 Thursday,Febn ary 25,2016 Page 5 of 5 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS -FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Presidio West Phase VIII-B PROJECT NO.: 2513 CONTRACTOR: Gilco Contraeft DOE NO.: • 7391 PERIOD FROM:6-1515 TO: 02/10/16 FINAL INSPECTION DATE: 10-Feb-16 WORK ORDER EFFECTIVE:6/15/2015 CONTRACT TIME: 150 0 A4 Lp DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH DING CREDITED 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 241 PERIOD PREVIOUS 0 PERIOD TOTALS 241 TO DATE *REMARKS: NTRACTOR DATE RTSPECTOR DATE ENGINEERING DEPr1RTNMNT Q9 (817) City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 Q9 (817)392-7941 •Far.(817)392-7845 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: Presidio West,Phase VIII-B CHANGE CONTRACT: Water and Sanitary Sewer Improvements ORDER No: CFA# 2015-023 CITY PARTICIPATION: NO CITY PROJECT# 02513 DOE# 7391 Al WATER PROJECT# P265-6071502513-00 SEWER PROJECT# P275-7071302513-00 FILE# X-22966 INSPECTOR: Hebte Teezaz Phone No: 214-223-5635 PROJECT MANAGER: Fred Ehia Phone No: 817-392-8424 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost TU Ccm Cost Cost aw Cost CjtyCm Cost 9999 ORIGINAL CONTRACT $282,992.10 $171,878.80 EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE $2$2,992.10 1400 $171,878.80 $0.00 $0.00 $00 $0.00 0 AMOUNT OF PROP.CHANGE ORDER $12,790.00 REVISED CONTRACT AMOUNT $282,992.10 $GAO $184,488.80 $0.00 $0,00 $0.00 0 TOTAL REVISED CONTRACT AMOUNT PER UNIT $252,992.10 $184,488.80 $0.00 $0.00 $0.00 REVISED COST SHARE Dev.Coat: $437,458,90 Cost: $0,00 TOTAL REVISED CONTRACT $437,458.90 Revised:10-12-2011 Pape 1 You are directed to make the follovAno Chan es in the contract documents: DRAINAGE IMPROVEMENTS CITY BID ITEM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE I TOTAL 3331.3101 1 5 EA 4'SEWER SERVICE SDR-26 $590-001 $Z950.00 9999.0027 24 EA I RE-FURBISH EXIST 4'SEWER LINE SERVICE $230.00 $5,520.00 9999.0028 3 1 EA I INSTALL 30'RING COVER AND CONE ON EXIST MANHOLE $1,440-001 4 320.00 TOTAL $12,790.00 REASONS FOR CHANGE ORDER Added services lbr Lots 12-16,Block 25. Ro4urbished existing services Lots 2-10,Block 24,Lots 2-11 and Block 25,and Lots 10.14,Block 30. Installed 30' ring,cover and cone on existing manholes that were adjusted. 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: APPROVED: APPROV Jacobs Eng rig Group Inc. First Texas Homes,Inc. Giico tract!g,Inc. By: By: �// By. 11AL� Name: U� c�2LrJltLf`r Name // a✓b� j f Name Title: Pi2PlBY IYIRI+Rbe1! T1t... T111e: President Revised:10-12-2011 Page 2 FORTWORTH REV:02nO/O7 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name Gilco Contracting,Inc. Presidio West Phase VIII-B-Water&Sewer DOE Inspector DOE Number Weyman Oden 7391 E Inspector Project Manager Q Water Q Waste water[-] Storm Drainage0 Pavement Initial Contract Amount Project Dolculty $424,668.90 0 Simple Q Routine 0 Complex Final Contract Amount Date $437,458.90 2/25/2016 In PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 1 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Com taint Resolution 5 Y 3 20 1 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Com letion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 445 Rating([TS/MS]*100%) 341 ! 448 76% Performance Category Good <20%—Inadequate 20%to<40%—Deficient 40%to<60%—Standard 60.0 to<8090—Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector � Q gnattae Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (3) (817)392-7941•Fez(817)392-7945 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR:- PROJECT ORPROJECT NAME: Presidio West Phm VIII-B-Wstcr&Sewer PROJECT NUMBER: 2513 DOE NUMBER: 7391 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 4630 Yes 12" PVC 1044 FIRE HYDRANTS:.3 VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: I" Copper 2 EA 2" Copper I EA SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 2922 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 4" PVC 73 EA TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Faz(817)392-7845 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document 6707 Bond No 022051576 �y PROJECT: I (name, address)Presidio West Phase VIII-B Fort Worth TX j TO (Owner) i FIRST TEXAS HOMES,INC.AND CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 500 Crescent Court Suite 350 Presidio West Phase VIII-8-Water,Sanitary Sewer Drainage,Paving &Street Lighting Improvements,City Projeci No.02113 Dallas TX 75201 —J 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 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) FIRST TEXAS HOMES, INC.AND CITY OF FORT WORTH 500 Crescent Court Suite 350 Dallas TX 75201 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 16th day of February,2016 r. LIBERTY MUTUAL INSURANCE COMPANY yI Sure Company Attest:V.DeLene Marshall <—I- " �,d� ( 1Al ,rr+it (Seal): Signattire of Authorized Representative SgDhinie Hunter Attorney-in-Fact Title NOTE: Thls form Is to be used as a companion document to AIA DOCUMENT G766, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Currant Edition ONE PAGE THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. s 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. j Certificate No.71,1626 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty-Company and The Ohio Casually Insurance Company are corporations duly 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"Companies7,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E.Cornell;Kelly'A Westbrook;Ricardo J.Reyna;Robbi Morales;Soptiime Hunter;V:DeLene Marshall akof the city of Dallas state of:TX - =. each individually if there be more than one named;its tree and lawful attomey-iri4act to make,execute,seal,acknowledge and deliver,for and on its behalf as surety ai dos its act and deed any and all undertakings,bands,iecognizances and othef.surety obligations m pursuance of these presents and shall be as binding upon the Companies as If they havebeen duly signed by the president and attested:b-ythe secretary of tha Corhpanies in their ovrtrproper persons. IN WITNESS WHEREOF,this Power of Attomey has been subscribed by an authorized officer orofficial of the Companies and the corporate seals of the Companies have been affixed thereto this 11th day of September 2015 :_ c Pp10 CAs, P��1 I.NSU_ P�\NSUq,1 PN\NS�q f American Fire and Casualty Company The Ohio Casualty Insurance Company y _ v a n v f 0 F Liberty Mutual Insurance Company 0) 1912 1991 1906 a o 1919 n > ° g 0 M a West American Insurance Company C fA tll "�3a"''Hau1'S"*c�a Jr �J'raoeri�-T? 3 !voudF < 7 N : t 1 * t a Y By' >+ STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary *X L COUNTY OF MONTGOMERY C R mOn this 11th day of September 2015-before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and F Oa) Casually Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, p ii execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W rp C lit > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O a 6P PAST COMMONWEALTH OF PENNSYLVANIA QM ���eMonWe. 16'r Notarial Seal .4 r= v Teresa Pasteila,Notary Public By: O d or= Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public 6.C G 0 ? `P My Commission Expbes March 28,2017 3 r0 0) OuTL�$��G Member,Pannsyivanfa Association of Notaries O E I O2 qRy Pu n. m C ca This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance m a y; Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: :E c o� 1�0 ` ARTICLE IV-OFFICERS-Section 12.Power ofAttomey.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fad,as may be necessary to act in behalf of the Corporation to make,execute,seal, +y A S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-ln-fact,subject to the limitations set forth in their respective p powers of attorney,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 @ a)p cu 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 attomey-in fact under >'a '.o the provisions of this article maybe revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. r ...CV c 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 cn > (D and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys4n-fad,as may be necessary to act in behalf of the Company to make,execute, M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recogn'izances and other surety obligations. Such attorneys-in-fad subject to the limitations set forth in their cp Z V 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 0 o executed such instruments shall be as=bindng as if signed bythe president and attestedby fha secretary. A c? Certificate of Designation-The Prssident.of the Company,acting pursuant--to-the Bylaws ofthe.Company authorizes Dawd M.Carey,AssWantSecretary to appoint such attomeys-in- ~t- fad as may be necessary to act on behalf of:yje Company:to slake:execute,seal,acknowledge aiid deliver as surety any and all undertakings bonds,recognisances and other surety obkgati3nS. - Authorization-By unanimous consent of the Company's.Board of Directors,the Company consents that faosunlle or mechanlcally reproduced signature of any assistant secretary of the Company;wherever appearing upon a certified copy of any,'power of attorney issued by the COlnpany)n cotpn with surety bonds,shall be yalld and binding upon the Company with the same farce and effectas though manually affixed I,Gregory W.Davenport the undersigned Assstactt$ecretary ofArnenean Fra and Casual1 Company,TheOhio Casually ItlsuranceCoiopany Liberty Mutual Insurance Company,*and i West Altiericxrl Insurance Company do hereby certify that the original pawerpf'a$omey ofwhlch the foregang>S a full true and coged.cgpy of the Power of Attomey executed by said Companies,is infull force and effect and has not been Fevoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of sad Companies this :day of }«t�f� r�� 2C,��D .PSD CASGL�V INSU -.: \NSUq N1NSU - a 1906 0 0 1919 n 1912 ° a 1991 °s By & C ° �� W a° Gregory.W Davenport,Assistant Secretary '"ga�rN `aa �'yr',y*esu*ia '�'`r�nnY �� � tz .. -. 398 of 500 LMS 12973_122013 - f Liberty mutuat SURETY Important notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://vwvw.tdi.state.tx.us E-mail: ConsumerProtectioi�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. 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. LMIC-3500 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, Project Coordinator 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 has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Paving and Street Light Improvements to serve: Presidio West Ph.-813 BY Rob Taylor Subscribed and sworn before me on this 16th of February , 2016. MARY PANNELL Notary`Public Notary Public,State of Texas Tarrant County, TX -Comm.Expkes 10-19-2018 Notary ID 5144239 N February 16, 2016 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Paving and Street Light Improvements to serve Presidio West Phase 8B: DOE# 7391 City Project#02513 The purpose of this letter is to acknowledge that we have been paid in full by First Texas Homes for the public improvements constructed to serve Presidio West Phase 8B, in Fort Worth, Texas. As a result, we hereby waive, release and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sincerely, Rob Taylor Project Coordinator 6331 Southwest Blvd. Benbrook, Texas 76132 Office: 817.735.1600 Fax: 817.735.1613 -� ;,,,3y"�, m �_''-Se ..na.., '4. � _ 1 - ,-moi ,t .,._ 3• t1 �. '3:'...-. r.-� s a �•t'y',� Ulf FIRST TEYAS„ HOM ES February 16,2016 Mr.Dale Gilreath Gilco Contracting,Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 r Re: Paving and Street Lights Contract for Presidio West Phase 8B 1 City Project No.02513 Water Project No. P265-6071502513-00 i Sewer Project No.P275-7071302513-00 - t D.O.E.No.7391 "X"No.X-22966 s Dear Date: This letter will document that First Texas Homes confirms that Gilco Contracting, Inc.has completed the Work associated with the above-referenced contract in an appropriate time frame,subject to completion of any warranty or maintenance work as identified and required by the City of Fort Worth, and that no liquidated damages will be assessed by First Texas Homes in connection with the Work. 1 1 First Texas Homes C t Keith Hardesty Division President f First Texas Homes,Inc. " 1 Cc: Patrick Buckley,City of Fort Worth - i ~:'�=��` •;, .. 500 Crescent Court.Suite 350 • D:lllas;T�m 7501 • 214-613-3400 -las_214-432-0350 • --, _..S�. S,'��.x'f�SLx •. m;C'"5.C[).[n,;;Ms- - - - - ! i i i FORTWORTH REV.02W07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 2/25/2016 Name of Contractor Project Name Gilco Contractin Inc. Presidio West Phase VIII-B-Water&Sewer DOE Inspector Project Manager Weyman Oden Fred Ehia DOE Number J.Project Di ftulty Type of Contract 7391 10 Simple Q Routine 0 Complex R1 water F±1 wasbe waberEl Sborm DrainageD Pavement Initial Contract Amount Final Contract Amount $424,668.90 $437,458.90 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 CMty&Sufficiency of Details 3 Accuracy of Measured Quantities 3 3 Appficability of Specifications 4 Display Of Professionalism T Accuracy of Plan Quantities "1 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 ChanRe Order Processing Time 3 Communication 2 Timliness of Contractor Payinents 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Tuneframe 1 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845