Loading...
HomeMy WebLinkAboutContract 46801-FP2 DepartP o TP&W Const. Services DOE# DatClIN SEC ARYProject er G, L Risk Management anady �T WORTH® coa • D. AetO.E. Brotherton CFA Westerman/ScannedG The Proceeding people have been Coq&k4d c ncemin the request for final payment&have released this project for such payment. TION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy PROJECT COMPLETION Y/V fl--9-.5i3 D.O.E.s4/630 Regarding contract 117391 for PRESIDIO WEST PHASE VIII-B STORM DRAIN,PAVING&ST LIGHT as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $1,126,773.80 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $1,126,773.80 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $1,126,773.80 Less Previous Payments: $0.00 Final Payment Due $1,126,773.80 Recomme ded for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Z-1-1, — -3 12 ?-114Accepted /� Date d Director, T NSPORTATION & PU LIC WORKS 'j� Asst. City Manager Date Comments: C205-541200-207760251383 ESA.XLE,D MAR 2016 CITY NCRE ARY C FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRESIDIO WEST PHASE VIII-B Contract Limits Project Type STORM DRAIN,PAVING,ST LIGHT City Project Numbers 02513 DOE Number 7391 Estimate Number I Payment Number 1 For Period Ending 2/25/2016 CD City Secretary Contract Number 117391 Contract Time 15ED Contract Date Days Charged to Date 241 Contract is 100.00 Complete Project Manager Ehia Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER / TAEZAZ Thursday,February 25,2016 Page I of 6 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN,PAVING,ST LIGHT For Period Ending 2/25/2016 Project Funding DRAINAGE Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------------------- - 1 TRENCH SAFETY 2117 LF $0.50 $1,058.50 2117 $1,058.50 2 4'MANHOLE 3 EA $3,400.00 $10,200.00 3 $10,200.00 3 Y MANHOLE I EA $3,800.00 $3,800.00 1 $3,800.00 4 21"RCP 661 LF $41.00 $27,101.00 661 $27,101.00 5 24"RCP 252 LF $44.00 $11,088.00 252 $11,088.00 6 27"RCP 50 LF $53.00 $2,650.00 50 $2,650.00 7 30"RCP 593 LF $56.00 $33,208.00 593 $33,208.00 8 36"RCP 332 LF $75.00 $24,900.00 332 $24,900.00 9 48"RCP 229 LF $118.00 $27,022.00 229 $27,022.00 10 10'CURB INLET 8 EA $3,200.00 $25,600.00 8 $25,600.00 11 15'CURB INLET 3 EA $3,950.00 $11,850.00 3 $11,850.00 12 10'RECESSED CURB INLET 1 E4 $3,250.00 $3,250.00 1 $3,250.00 13 REMOVE AND REPLACE CONC PVMT 14 SY $140.00 $1,960.00 14 $1,960.00 14 CONNECT TO EXISTING STORM SEWER 4 EA $400.00 $1,600.00 4 $1,600.00 15 3'X3'DROP INLET 1 EA $3,200.00 $3,200.00 1 $3,200.00 16 REMOVE HEADWALL 2 EA $600.00 $1,200.00 2 $1,200.00 17 REMOVE 30"RCP 56 LF $13.00 $728.00 56 $728.00 18 TRENCH SAFETY 1079 LF $0.50 $539.50 1079 $539.50 19 4'MANHOLE I EA $3,400.00 $3,400.00 1 $3,400.00 20 15'RECESSED CURB INLET 1 EA $4,000.00 $4,000.00 1 $4,000.00 21 21"RCP 295 LF $41.00 $12,095,00 295 $12,095.00 22 24"RCP 264 LF $44.00 $11,616.00 264 $t 1,616.00 23 48"RCP 37 LF $118.00 $4,366.00 37 $4,366.00 24 2-+48"RCP 483 LF $236.00 5113,988.00 483 $113,988.00 25 6"DRY ROCK RIPRAP 73 SY $50.00 $3,650.00 73 $3,650.00 26 JUNCTION BOX WITH RISER I EA $10,100.00 $10,100.00 1 $10,100.00 27 SLOPED END HEADWALL 248"RCP 1 EA $4,150.00 $4,150.00 1 $4,150.00 -------------------------------------- Sub-Total of Previous Unit $358,320.00 $358,320.00 --------------------------------------- Thursday,February 25,2016 Page 2 of 6 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING,ST LIGHT For Period Ending 2/25/2016 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------ ---------------------------- I -------- ---------------------------- 1 REMOVE CONCRETE CURB&GUTTER 118 LF $10.00 $1,180.00 118 $1,180.00 2 6"DRY ROCK RIPRAP 22 SY $100.00 $2,200.00 22 $2,200.00 3 HYDRATED LIME @ 32LBS 199 TN $148.50 $29,551.50 199 $29,551.50 4 HYDRATED LIME@a 42LBS 81 TN $148.50 $12,028.50 81 $12,028.50 5 6"LIME TREATMENT 12421 SY $2.50 $31,052.50 12421 $31,052.50 6 8"LIME TREATMENT 3840 SY $2.60 $9,984.00 3840 $9,984.00 7 6"CONC PVMT 11683 SY $31.30 6365,677.90 11683 $365,677.90 8 9"CONC PVMT 3612 SY $43.20 6156,038.40 3612 $156,038.40 9 4"CONC SIDEWALK 5164 SF $4.10 $21,172.40 5164 $21,172.40 10 BARRIER FREE RAMP 12 FA $1,750.00 $21,000.00 12 $21,000.00 11 LANE LEGEND ARROW 4 FA $300.00 $1,200.00 4 $1,200.00 12 TRAFFIC CONTROL 1 MO $1,500.00 $1,500.00 1 $1,500.00 13 RELOCATE BARRICADE 2 FA $1,500.00 $3,000.00 2 $3,000.00 14 PAVEMENTHEADER 137 LF $8.00 $1,096.00 137 $1,096.00 15 4"DOUBLE YELLOW BUTTONS 238 LF $2.50 $595.00 238 $595.00 16 SIGNS SHEET 64 1 FA $400.00 $400.00 1 $400.00 17 SIGNS SHEET 64 2 FA $400.00 $800.00 2 $800.00 18 STRIPING 1 LS $1,750.00 $1,750.00 1 $1,750.00 ------------------- ---- ---------------- Sub-Total of Previous Unit $660,226.20 $660,226.20 ST LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------- — ------------------------ 1 ----- --- — ------------- ---- 1 1 1/4"CONDT PVC SCH 80 1286 LF $7.05 $9,066.30 1286 $9,066.30 2 2"CONDT PVC SCH 80 1007 LF $7.05 $7,099.35 1007 $7,099.35 3 GROUND BOX TYPE B 7 FA $715.00 $5,005.00 7 $5,005.00 4 RDWY ILLUM FOUNDATION 14 FA $1,050.00 $14,700.00 14 $14,700.00 5 RDWY ILLUM FOUNDATION 5 FA $1,400.00 $7,000.00 5 $7,000.00 6 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 1007 LF $2.95 $2,970.65 1007 $2,970.65 7 346 ALUMINUM WIRE GAGE 1286 LF $2.05 $2,636.30 1286 $2,636.30 8 ATBO 30B LED 14 FA $475.00 $6,650.00 14 $6,650.00 Thursday,February 25,2016 Page 3 of 6 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B Estimate Number 1 Contract Limits Payment Number I Project Type STORM DRAIN,PAVING,ST LIGHT For Period Ending 2/25/2016 Project Funding 9 AT132-6013-138W 5 EA $850.00 $4,250.00 5 $4,250.00 10 STREET LIGHT POLE 14 EA $1,650.00 $23,100.00 14 $23,100.00 11 STREET LIGHT POLE 5 EA $5,150.00 $25,750.00 5 $25,750.00 Sub-Total of Previous Unit $108,227.60 $108,227.60 I Thursday,February 25,2016 Page 4 of 6 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-B Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN,PAVING,ST LIGHT For Period Ending 2/25/2016 Project Funding Contract Information Summary Original Contract Amount $1,126,773.80 / Change Orders Total Contract Price $1,126,773.80 04_7 '— Date 3 Total Cost of Work Completed $1,126,773.80 do t // Less %Retained $0.00 Net Earned $1,126,773.80 t Vz Date c Earned This Period $1,126,773.80 Inspect�o� �/2 � Retainage This Period $0.00 Date Less Liquidated Damages Project Manager Days « /Day $0.00 �!:!1 ate LessPavement Deficiency $0.00 st. 'rector/fPW-Infrastructure Design and Construction Less Penalty $0.00 r Cn J Date Z Less Previous Payment $0.00 Direct? Contracting Departme Plus Material on Hand Less 15% $0.00 I Balance Due This Payment $1,126,773.80 .3 'K Thursday,February 25,2016 Page 5 of 6 City Project Numbers 02513 DOE Number 7391 Contract Name PRESIDIO WEST PHASE VIII-13 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING,ST LIGHT For Period Ending 2/25/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117391 Inspectors LAYER / TAEZAZ Contract Date Contractor G1LCO CONTRACTING,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 $1,126,773.80 Less %Retained $0.00 Net Earned $1,126,773.80 Earned This Period $1,126,773.80 Retainage This Period $0.00 Less Liquidated Damages 0 Days rd $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 $1,126,773.80 Thursday,February 25,2016 Page 6 of 6 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 Contracting DOE NO.; 7391 PERIOD FROM:6-1515 TO: 02/10/16 FINAL INSPECTION DATE: 10-Feb-16 WORIC ORDER EFFECTIVE:6/15/2015 CONTRACT TIME: 150 Q Wg CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. S. 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 DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 241 PERIOD PREVIOUS 0 PERIOD TOTALS 241 TO DATE *REMARICS: w DATE INSPECTOR DATE ENGINEERING DEPARTMENTThe City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name ofContractw• Project Name Gilco Contracting,Inc. Presidio West Phase VIII-B-Storm Drain,Paving,&Lights DOE Inspector DOE Number Weyinan Oden 7391 DOE I nspector Project Manager ❑ Water❑ Waste WaterO Storm Drainage0 Pavement A Initial Contract Amount Project Diicul0, $1,126,773.80 O Simple Routine O Complex Final Contract Amount Date $1,126,773.80 2/25/2016 II)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 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 i 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 341 / 448 76% Performance Category Good <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector 2"1 D,ozM/�,t Signature Contl•actor Signature DOE Inspector's Supervisor CONTRACTOR'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 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ TO FINAL PAYMENT SORE RYCTOR ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022051576 PROJECT: (name, address)Presidio West Phase VIII-B Fort Worth TX TO (Owner) FIRST TEXAS HOMES,INC.AND CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 500 Crescent Court Suite 350 Presidio West Phase VIII-B-Water,Sanitary Sewer,Drainage,Paving &Street Lighting Improvements,City Project No.02513 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 (hare 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 LIBERTY MUTUAL INSURANCE COMPANY Sure Company Attest:V. DeLene Marshall (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, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE f THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 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. Certificate No. 7111626 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&Casually Company and The Ohio Casually Insurance Company are corporations duly organized under the laws of the Slate of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the Slate of Indiana(herein collectively called the'Companies'),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;Sophinie Hunter;V.DeLene Marshall aftf the city of Dallas stale of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surely and as its act and deed,any and all underlakings,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 boon subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this !!in day of September 2015 >' American Fire and Casualty Company -a N0 CAINS& C,WSUrr NINSUq (n 44.P,y.;wcr f4NT< 5_re,,ocs,U 992r• 1JPcpf+''�k�.V''vrF ^��nePCaz,� l�^ The Ohio Casually Insurance Company Liberty Mutual Insurance Company ai i 1906 6 0 1919 o i 1912 1991 - West merican Insurance Company WS V F J JO •c^ O '�, a D C�' Z y� n,LIAIIT F By: !c- ALyYf , dI N ��ti✓,,,r.4.q�.d'�`] d 'binrAeS'" J 9iJ�IJsnch r>- P .4r.. + til + *� * * - C ID David M.Care ,Assistant Secretary r- STATE OF PENNSYLVANIA ssca O COUNTY OF MONTGOMERY c O m On 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 v v O Casualty Company,Liberty Mutual Insurance Company,The Ohio Casually Insurance Company,and Wesl American Insurance Company,and that he,as such,being authorized so to do, W —@ execute the foregoing instrument for the purposes(herein contained by signing on behalf of the corporations by himself as a duly authorized officer. ` > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year firssttt above written. 0 CL c PAST COMMONWEALTH OF PENNSYLVANIANS-A� Q�*±touriFa^F!` Notarial Seal Teresa Paslella,Nulary Public By: -O M OF Plymouth Twp.,Montgomery County Teresa Paslella,Notary Public 0) _ O i q �\4 My Commission Expires March 28,201 1 f6 L °Yryyr E O '1pT PP �V Member,Pennsylvania Association or Notaries a Ol A U0� f0 CThis Power ofAttorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casually Company,The Ohio Casually Insurance rp o 4i 16- Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: I m` ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C ,�a; 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, �ami O,� acknowledge and deliver as surely any and all undertakings,bonds,recognizances and other surely obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective a 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 '� m 6 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 >c T 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. t d' V ar N e ARTICLE XIII-Execution of Contracts-SECTION 5.Surely Bonds and Undertakings.Any officer of the Company authorized for(hat purpose in exiling by the chairman or the president, E oQ > 42 and subject to such limitations as the chairman or[lie president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M p seal,acknowledge and deliver as surety any and all underlakings,bonds,recognizances and other surely obligations. Such attorneys in-fact subject to the limitations set forth in their 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 V o executed such instruments shall be as binding as if signed by the president and attested by the secretary. o Ir Certificate of Designation-The President of(he 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 surely any and all undertakings,bonds,recognizances and other surely obligations. j 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 certified copy of any power of attorney issued by the Company in connection with surely bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casually Company,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,[rue and correct copy of the Pourer ofAttorney executed by said Companies,is in full force and effect and has not been revoked. !! ail IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this {f� day of l��/YL�Q�� 120 �0 p1U CAS All SUSUq a2`s'�y��'•'lli A`,1'S�C*�,a o',yr�1"Iln r.:r"`P�Jr J`9 W. -W. C'_cy:1 c>3>r�1G.n By: 1906 o 1919 nil 1912 os 1991 > Gregory W.Davenport,Assistant Secretary c T � h.pgp,IP t 398 of 500 LMS 12873 122013 --- 10� Liberty Mutual, 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. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection 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 x7m, /' BY Ro Taylor Subscribed and sworn before me on this 16th of February , 2016. MARY PANNELL Notary blit Notary Public,state of Texas Tarrant Count TX '-�• ='S Comm.Expires 10-19-2018 y� '' a��to'� Notary ID 5144239 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 813: 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 813, 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, le'� 0 Rob Taylor Project Coo dinator 6331 Southwest Blvd. Benbrook,Texas 76132 Office: 817.735.1600 Fax: 817.735.1613 t FIRST TEXAS` HOMES February 16,2016 Mr. Dale Gilreath Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Paving and Street Lights Contract for Presidlo West Phase 8B City Project No.02513 Water Project No. P265-6071502513-00 Sewer Project No. P275-7071302513-00 D.O.E. No.7391 "X" No.X-22966 Dear Dale: This letter will document that First Texas Homes confirms that G(Ico 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. First Texas Homes [, �__ U �- Keith Hardesty Division President First Texas Homes, Inc. Cc: Patrick Buckley,City of Fort Worth 500 Cresmit Court,St ite 350 • Dallas,'I''cxas 75201 - 214-613-3,J00 • I:Ix 21.3432-0350 ON �cww.l'irsl'fc•iast lt►ntc•r,.cum FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I PROJECT INFORMATION Date: 2/25/2016 Name of Contractor Project Name Gilco Contracting,Inc. Presidio West Phase VIII-B-Storm Drain,Paving&Light DOE Inspector Project Manager Weyman Oden Fred Ehia DOE Number Project Difficult), Type of Contract 7391 O Simple Q Routine 0 Complex ❑ Water Waste WaterO Storm Drainage❑✓ Pavement Initial Contract Amount Final Contract Annount $1,126,773.80 $1,126,773.80 I1()PERFORMANCE EVALUATION 0-Inadequate I -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 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Dis la Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Com faint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability ofProject Manager 1 Change Order Processing Time 3 Communication 2 Titnliness of Contractor Pa tnents 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timefi•ame �( II1)COMMENTS&SIGNATURES COMMENTS Signature Contractor �Lt— c Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS i The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845