Loading...
HomeMy WebLinkAboutContract 46983-FP1 Depart�m � TP&W Const.Services !' DOE#_'jam' Date CITY SFCR.'�TAI�Y Project anage , TWORTH, Risk Management Ca civ CONTRACTUO. r D.O.E. Brotherton CFA Westerman/Scanne The Proceeding people have been Contacted Iro concerning the request for final payment&have TION AND PUBLIC WORKS 51 C aS Q released this project for such payment. PROJECT COMPLETION Clearance Conducted By Shameka Kennedy D.O.E.Ns: 7387 e-0"a`1 Regarding contract 117387 for TEHAMA BLUFFS PHASE I as required by the WATER DEPARTMENT as es#q1pF93 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 completesil ' j Original Contract Prices: I $466,539.80 JUL 18- 2016 Amount of Approved Change Orders: Ea, No 1 Revised Contract Amount: ' $466,539.80 Total Cost Work Completed: $466,539.80 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $466,539.80 Less Previous Payments: Final t Due $466,539.80 Recornu6nd4 for Acceptance Date Asst. D rector TPW - Infrastructure Design and Construction ;7-! Accepted Date Asst. Director, WATER DEPARTMENT st. z/'- City Mafiager Date Comments: FUND ACCT:P265-6071502507/P275-7071302507 OFFICIAL RECORD R AZLEZD CITY SECRETARY '-T.WORTH, TX JUL 2016 > t C-s ate_ 692S-0"7 `F JUL 18 2016 �O0)_ Q 0370`7 City Project Numbers 02507 sy_w_____ ..- DOE Number 7387 Contract Name WATER,SEWER,PAVING,DRAINAGE&STREET LIGHTS IMPROVE Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 6/14/2016 Project Funding Project Manager Sahu City Secretary Contract Number 117387 Inspectors LAYER / RODRIGUEZ Contract Date Contractor GR.CO CONTRACTING,INC. Contract Time 150 CD 6331 SOUTHWEST BLVD. Days Charged to Date 255 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 5466,539.80 Less %.Retained $0.00 Net Earned 5466,539.80 Earned This Period 5466,539.80 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 5466,539.80 Friday,lune 24,2016 Page 5 of 5 FORTWORTH CITY OF FORT WORTH FLNTAL PAYMENT REQUEST Contract Name TEHAMA BLUFFS PHASE 1 Contract Limits Project Type WATER do SEWER City Project Numbers 02507 DOE Number 7387 Estimate Number 1 Payment Number 1 For Period Ending 6/14/2016 CD City Secretary Contract Number 117387 Contract Time 15QD Contract Date Days Charged to Date 255 Project Manager Sahu Contract is 100.00 Complete Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER / RODRIGUEZ Wednesday,July 13,2016 Page 1 of 5 City Project Numbers 02507 DOE Number 7387 Contract Name WATER,SEWER,PAVING,DRAINAGE&STREET LIGHTS IMPROVE Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 6/14/2016 Project Funding WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 12"WATER PIPE 3018 LF 533.70 $101,706.60 3018 $101,706-60 2 8"WATER PIPE 942 LF 518.60 $17,521.20 942 $17,521.20 3 CONCRETE ENCASEMENT FOR UTILITY PIPES 10 CY $375.00 $3,750.00 10 $3,750.00 4 FIRE HYDRANT 4 EA $3,300.00 $13,200.00 4 $13,200.00 5 DUCTILE IRON WATER FITTINGS 5.6 TN $3,800.00 $21,280.00 5.6 $21,280.00 W/RESTRAINT 6 CORRECTION TO EXISTING 4"-12"WATER 1 EA $500.00 $500.00 1 $500.00 MAIN 7 CONNECTION TO EXISTING 24"WATER MAIN 1 EA $700.00 $700.00 1 $700.00 8 12"X 10"TAPPING SLEEVE&VALVE 1 EA 55,100.00 $5,100.00 1 $5,100.00 9 24"X 12"TAPPING SLEEVE&VALVE 1 EA $9,800.00 $9,800.00 1 $9,800.00 10 V WATER SERVICE 77 EA $710.00 $54,670.00 77 554,670.00 11 1 1/2"WATER SERVICE 6 EA $1,100.00 $6,600.00 6 $6,600.00 12 METER BOX(IRRIGATION) 6 EA 5240.00 $1,440.00 6 $1,440.00 13 8"GATE VALVE 7 EA $1,200.00 $8,400.00 7 $8,400.00 14 12"GATE VALVE 5 EA $2,100.00 $10,500.00 5 $10.500.00 15 4"CONDT PVC SCH 40(T) 402 LF $8.00 53,216.00 402 $3,216.00 16 TRENCH SAFETY 3960 LF 50.20 $792.00 3960 $792.00 Sub-Total of Previous Unit $259,175.80 $259,175.80 SEWER IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 8"SEWER PIPE 3356 LF $24.00 $80,544.00 3356 $80,544.00 2 8"SEWER PIPE CSS BACKFILL 250 LF $31.50 $7,875.00 250 57,875.00 3 CONCRETE ENCASE SEWER PIPE 4 CY $375.00 $1,500.00 4 $1,500.00 4 4"MANHOLE 23 EA $2.400.00 $55,200.00 23 $55,200.00 5 EPDXY MANHOLE LINER 33 VF $195.00 $6,435.00 33 $6,435.00 6 4"SEWER SERVICE 77 EA $520.00 $40,040-00 77 $40,040.00 7 TRENCH WATER STOPS 10 LF $250.00 52,500.00 10 $2,500.00 8 MANHOLE VACUUM TESTING 23 EA $110.00 $2,530.00 23 $2,530.00 9 POST CCTV INSPECTION 3356 LF $1.50 $5,034.00 3356 $5,034.00 Friday,June 24,2016 Pale 2 of 5 City Project Numbers 02507 DOE Number 7337 Contract Name WATER,SEWER,PAVING.DRAINAGE&STREET LIGHTS IMPROVE Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 6/14/2016 Project Funding 10 TRENCH SAFETY 3356 LF 51.00 $3,356.00 3356 $3,356.00 11 WASTEWATER ACCESS CHAMBER I EA $2,350.00 $2,350.00 1 $2,350.00 Sub-Total of Previous Unit $207,364.00 $207,364.00 Friday,June 24,2016 Page 3 of 5 City Project Numbers 02507 DOE Number 7387 Contract Name WATER SEWER,PAVING,DRAINAGE&STREET LIGHTS IMPROVE Estimate Number I Contract Limits Payment Number l Project Type WATER&SEWER For Period Ending 6/14/2016 Project Funding Contract Information Summary Original Contract Amount $466,539.80 Change Orders Total Contract Price $466,539.80 1 Date ,a g Ib Total Cost of Work Completed 5466,539.80 Conl Less %Retained $0.00 Date / / 4lzq )V/ Net Earned 5466,539.80 Insp 5 n Su Earned This Period 5466,539.80 /%� Retainage This Period 50.00 Dat Less Liquidated Damages r ' ct M ager / Days Q /Day 50.00 Date LessPavement Deficiency 50.00 Asst irec r/TPW.,Infrastructure Design and Construction Less Penalty 50.00 1P& Date /4'/` Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 .*z Balance Due This Payment 5466,539.80 Friday,June 24,2016 Page 4 of 5 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Tehama Bluffs Phase 1 PROJECT NO.: CPN#02507 CONTRACTOR: Gileo Con>ractitg Inc. DOE NO.: 7387 PERIOD FROM:10/05/15 TO: 06/14/16 FINAL INSPECTION DATE: 14-Jun-16 WORK ORDER EFFECTIVE:10/5n015 CONTRACT TIME: W10 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. 5. 20. 6. 21. 7. 22. & 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 255 255 PERIOD PREVIOUS 0 0 PERIOD TOTALS 255 255 TO DATE *REMARKS: n CONTRACTOR DATE INSP OR DATE / ENGINEERING DEPIURT\ 0 The City of Fort Worth•1000 Throcimorton Soret•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022051634 PROJECT: (name, address)Tehama Bluffs Phase I-Water,Sanitary Sewer,Paving,Drainage&Street Light Improvements Fort Worth TX TO (Owner) FD ID.R.NORTON-TEXAS,LTD AND CITY OF FORT ARCHITECT'S PROJECT N0: WORTH CONTRACT FOR: 6751 North Freeway Tehama skitts Phase 1 -Water,Sanitary Sewer,Paving,Drainage& Street Light Improvements L Worth TX 76131 .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 Owe 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 mere 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,WMREOF, the Surety Company has hereunto set its hand this 14th day of June,2016 LIBERTY MUTUAL INSURANCE COMPANY Sur Company Attest 6V.DeLene Marshall (Seal): Signa re of Authorized Representative Soehinis Hyt►tsr Attorney-in-Fad 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. ONE PAGE 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 extant herein stated. Certificate No.TZTssox American Fre and Casualty Company Liberty Mutual Insurance Compwy The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire b Casualty Company and The Ohio Casualty 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 Stated Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of IndBans(haein collectively called the"Comparhiea'j,pursuant to and by a ftrity herein art forth,does hereby name,constltute and appoint, Don E.Cornell:Kelly A.Westbrook:Ricardo J.Reyna;Robb!Morales;Sophinie Hunger;V.DeLene Marshall alld pre city d Dallas slabs of TX sacs individually K there be more than one sunned,Its true and lawful atkrrr jCn-fact to make,woes t,sari,acknowledge and deliver,for and on Its behalf as surety and as Its ad and deed,any and all undertakings,bonds,reoc gni an0es and other surety abigat ons,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 fie secretary of the Companies in their crud prnprr persons. IN WITNESS WHEREOF,this Power dMorney has bean subscribed by an authorized officer or official of the Companies and the eorporafe seals of the Com have been affixed lhaato itltsh day of Febnmy 2018 X40 CASG DIY INS1, �INSUgf INSuA AnlenCarl Fane and CasuAy Comim� ) �� Q°r "�� The Ohio Casualty Insurance Company a ` 1912 ° 19916 Liberty Mutual Insurance Company < 1906 ° 0 1919 n > a b o 0 ,; W West Insurance CAA pang y ''lip`•M ora 3 David M.Care .3lssistant Secretary C � STATE OF PENNSYLVANIA ss co COUNTY OF MONTGOMERY C On finis 251h day of.Februe fy 2016_before me persondy appeared David M.Carey,who aicknowledged himself to be the Assistant Secretary of American Fire and 00 Oe Casualty Company,Liberty Mutual Insurance Company,Time Ohio Casualty Insurance Cortpany.and West American Insurance Company,and pat he,as such,being authorized so to do, � corporations by duly authorized officer o O� execute the foregoing Instrument for the purposes therein contained by signing on behalf d the himself as a ` eo > IN WITNESS WHEREOF,I have hereunb subscribed name and affixed my notarial seal at Plymouth Meetkg,Pennsylvania,on the day and year first above wRtf6en. O � e4 ' pgSr COMMONWEALTHOF PENNSYLVANIA r3 Q 'W F!( Not"Seal a C yr r�u �s Two"Paella.Notwy Public O b ® or wnieomar P"-M TWP-.sy Courcy Terve taaeMpe.NobsPurY c m C Ml'Commiaion Enifas Moch ter.2617 C0 Member.Pameovar"Assoeiabon of Notarize �O E c 0 This Power of Attorney is made and executed pursuant to by aufhortty of the following By-laws and Nuthomations ofAmedcan Fre and Casualty Company,The Ohio Casualty Insurance l to Z. Company,Liberty Mutual lnsuaance Company,and West American Insurance Company which resokrlios are now in full force and effect reading as tallows t o ARTICLE N-OFFICERS-Section 12.Power ofAbomey.Any officer or other official of the Corporation aged for that purpose in writing by to Ctakman or the President,and subject O C .0 r to such limitation as the Chairman or the President may prescribe,shall appoint such aganeys•in-fact,as may be necessary to act In beh e f of the Corpalsion to make,execute,seal, ?,,me O S ackrimledge and deliver as surety any and all undertakings,bonds,mcognizances and other surety ob0gations. Such aticiawp4n•facd,subject to the kriihtions sat bt In M*respective :6 E ® powers of atbomey.shall have bill power to bind the Corporation by their signature and execution of any such imstnrnents and 10 attach thereto the seal of the Corparalion. When so ; m p Z 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 representapve or aftometin4act under >.3 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 erratrtihomlty s ARTICLE XII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Arty officer d the Company authorizedw for that purpose in itig by the c hairri art or the president, E m .>+ and subjad to such limitatiors as the chair arm or the president may prescribe,shall appoint such a behalf d as may be necessary to ad In behato Caenpamy lo make,execute, Cn O sed,a luovvledge and deliver as surety arry and all undeAakirgs,bonds,recognhances and other surely obligations. Such aft neys-indad subject to the imitaWns set forth in ieir o? Z O respective powers of aftomey,shall have full power to bind the Company by their*nature and execution of sly such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as birdlrg as N signed by the president and attested by the secretary. v O� Certificate of Designation-The President of the Company;acting pursuant to the Bylaws of the Company,authorizes David M.Carey Assistant Secretary to appoint such attomey*4n- F- W as may be necessary to act on behalf of the Company t0 make,exearte,seal,acknowledge and deliver as surety any and all undertakings,bonds,.amp izances and offer surety Authorization-By unanimous coraant dihe Conparty's Board of Duelers,the company consents that faoshrnile or mtedranicaly reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified 00pyf of any f power of atlamey issued by the Company in connection with surety bonds,shall be valid and binding upon the Compaq with the sarrle force and egad as though rmanuaty affixed. 1,Gregory W.Davenport the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty irmni nce Company,Liberty Mutual Insurance Company,and West American Insuraxx Conhpany do hereby certify that the original power d*tomey of which the toregoi g is a full,true and norrec copy of the Pavy of Rooney executed by said Companies,is in fill foroe and elfed and has not been revoked. yip IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this dry of 1S 1ct R F' .2D_L(O P�1N0CASJP�IlINS Uq' 114SUgq�r %NSUA- < 1906 0 ° 1919 e, 1912 0 1991 3 By: �✓�� �' W � WDawnport, 270 of 500 UO 12eT3 122013 FORTWORTH REV:00/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR D CONTRACTOR&PROJECT DATA Name of Contractor Project Name GILCO Contracting,Inc. Tehama Bluffs Phase I DOE Inspector DOE Number Edwin Rodriguez 7387 DOEIMMCtar Project Manager ❑ Water Q Waste Water❑ Stam DrainageD Pavement Gopal Sahu,P.E. Initial Contract Amount Project Difficulty $466,539.80 0 Simple Q Routine 0 Complex Final Contract Amount Date $466,539.80 6/24/2016 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 I Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 1 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 443 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 443 IID CONTRACTOR'S RATING Maximum Score(MS)—448 21 stun of applicable element score maximums which= Rating(ITS/MS]'100%) 443 / 448 — 99% Performance Category Excellent <20%=Inadequate 2096 to<40%—Deficient 400/to<60%-Standard 600/6 to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector - -- Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS sf The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Tehama Bluffs Phase I PROJECT NUMBER: 2507 DOE NUMBER: 7387 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 12" PVC 3,018 Yes 8" PVC 942 FIRE HYDRANTS: 4 VALVES(16"OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 11/211 Cop r 6 1" Copper 77 SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8 inch PVC 3,356 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 4" PVC 77 TRANSPORTATION AND PUBLIC WORDS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 f (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 022051634 PROJECT: (flame, address)Tehama Bluffs Phase I-Water,Sanitary Sewer,Paving,Drainage&Street Light Improvements Fort Worth TX TO (Owner) ID.R.HORTON-TEXAS,LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 6751 North Freeway Tehama Bluffs Phase 1 -Water,Sanitary Sewer,Paving,Drainage& Street Light Improvements Fort Worth TX 76131 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 there 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 there 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 14th day of June,2016 4 LIBERTY MUTUAL INSURANCE COMPANY Sur ,Ir Company Attest:V.DeLene Marshall (Seal): Signa re of Authorized Representative Soohinie Hunter Attorney-in-Fact Title NOTE: This form is to be used as a companion document to ALA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE 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.7275502 American Fre and Casualty Company Uberty Mutual Insurance Company j The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThatArnerican Fire&Casualty Company and The Ohio Casualty 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 li is a corporation duly organized under the laws of the State of Indiana(herein collectively rated this Tompaniesl,pursuant to and by.authority herein set forth,does hereby name,constitute and appoint, Don E.Comell:Kelly A.Westbrook:Ricardo J.Reyna:Robb!Morales:Sophinte Hunter.V.DeLene Marshall all of the city of Dallas state of TX each individually N there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge 1 and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognaanees and other surety obligations,In pursuance of these presents and shall II 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. {I IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed tharsto this 25th day of February tot 6 American Fre and Casualty Company a �y io CasL� JPv`TW URZy r�tc a rr L�tM�tC The Ohio Casualty Insurance Company H '`Q Uberty Mutual Insurance Company m < 1906 0 0 1919 f t 1912 3 1991 o C s _0 r West rican Insurance Company d) * 1 1 * * sy.Ui �! C STATE OF PENNSYLVANIA ss David M.Car ,Assistant Secretary C els +� COUNTY OF MONTGOMERY C ca mOn this 25th day of February 2016_before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fre and coni u m Casualty 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 execute the foregoing Instr rnent for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. to W C > 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 CL C �+ l PS COMMONWEALTH OF PENNSYlVAN1A t� Z O ®� QHS yo w r4rF� Notarial Seal C'y moo`° Teresa Paslella,Notary Public gy; �(�C/u•Q•I�� �iQ •I� O P of Plymouth Twp..Montgomery county Teresa PastoW Notary Public m C .0 6. r My Cotmnls i Expires March 2e.20,7 ?� tt7 yO 'r'pj �' Member.Pe�nsylwnla Association of Notaries a E 00 w M C els This Power ofAtomey is made and executed pursuant to an by authority of the following Bylaws and Aufhorrzatitxhs ofAmerican Fre and Casualty Company,The Ohio Casualty Insurance rn p Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: w e ai race m ARTICLE IV-OFFICERS-Section 12.Power of Attomey.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman orthe President,and subject O C t 2 to such limitation as the Chairman or the President may prescribe,shall appoint such atorneys-in•facd as may be necessary to act in behalf of the Corporation to make,execute,seal. Z+y 0.9 acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-tad,subject to ft limitations set forth in their respective O m powers of attorney,shag 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 w O R executed,such instruments shall be as binding as'd signed by the President and attested to by the Secretary.Any power or authority granted to any representative or adomey-trrfact under >'O the provisions of this article may be revoked at any fire by the Board,the Chairman,the President or by the officer or officers grantng such power or authority. 4,40 H C c ARTICLE)ill-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Arry officer of the Company authorized for that purpose in writing by the chairman or the president, E ore >m and subject to such limitations.as the chairman or the president may prescribe,shall appoint such attorneys-iniad,as may be necessary to ad in behalf of the Company to make,execute, L M o j seal,acknowledge and deliver as surety any and all undertakings,bonds,rec ognlzancas and other surety obligations. Such attomeysirh-fad 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 executed such instruments shag be as binding as if signed by the president and attested by the secretary. O to Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such atomeysiri- `- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and derive as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimms consent of this 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 surety bonds,shall be valid and binding upon the Company with the same force and effect as through manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Comparry,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,true and torted copy of the Pow of Attorney executed by said iCompanies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 201L#—. I 0 CAS& Jr`�Y IrvSV� tiJ�`1NSUq�yC a`CnN 1NSUq s 1906 S ° 1919 0 1912 > 1991` or. By' i x a W w' Gregory W.Davenport,Assistant Secretary ,I tiny,,,.r��.a'' �yf�,4,�,,•��a° ��>'�,n�<"ri M�,r �e * t vo of soo LMS_12873_192013 S 9 Liberty :ViLl�Iic'I SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter Una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: Interchange Corporate Center Interchange Corporate Center 450 Plymouth Road, Suite 400 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Plymouth Meeting, PA 19462-1644 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (11 1-IA) de Texas Consumer Protection (i 1 1-1 A) P. 0. Box 149091 P. 0. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 FAX: (512) 490-1007 FAX 4 (512) 490-1007 Web: http://www.tdi.texas.gov. Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtectionga tdi.texas.trov_ PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclartmo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el depanamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se conviene en parte o condicion del document. documento adjunto. I\IP 70 68 09 01 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; Water, Sewer, Paving Drainage, and Street Light Improvements to serve: Tehama Bluffs Ph. 1 BY�Rob Taylor Subscribed and sworn before me on this 14th of June ,2016. J�Fy p�i MARY PANNELL =;4. '� �',Notary Public,State of texas (l r Lamm,Explroc 10.19.2018 X� Notary ID 8144239 Not Public Tarrant County,TX 16sL June 14,2016 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Water,Sewer, Paving,Drainage,and Street Light Improvements to serve Tehama Bluffs Ph. 1: DOE#7387 City Project 402507 Water Project 4 P265 475260 607150250783 Sewer Project#P275 475260 607150250783 File #K-2342 The purpose of this letter is to acknowledge that we have been paid in full by DR Horton —Texas LTD for the public improvements constructed to serve Tehama Bluffs Ph. 1 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 Ta or Project Coordinator 6331 Southwest Blvd. Benbrook,Texas 76132 Office: 817.735.1600 Fax: 817.735.1613 B RAN - NYSE r June 14,2016 Mr. Dale Gilreath Gilco Contracting,Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Water,Sewer,Paving, Drainage,and Street Lights Contract for Tehama Bluffs Ph.1 City Project No.02507 Water Project No. P265-475260 607150250783 Sewer Project No. P275-475260 607150250783 D.O.E.No.7387 File No.K-2342 Dear Dale: This letter will document that DR Horton-Texas LTD 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 DR Horton-Texas LTD in connection with the Work. Mark P.Allen,P.E. Vice President of Land Acquisition and Development D.R. Horton,Inc. DFW West Division Cc: Patrick Buckley,City of Fort Worth 6-51 \orrh Frcew;n • For[ Worth.TX-61;I (517) 230-0500 FORTWORTH RE02/2J07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 6/24/2016 Name of Contractor Project Name GILCO Contracting,Inc. Tehama Bluffs Phase I DOE Inspector Project Manager Edwin Rodriguez Gopal Sahu,P.E. DOE Number 1pr9jectDifficulty Tvpe of Contract 7387 ® Simple QQ Routine Q Complex 21 water wastewater[:] Storni Drainagr Pavement Initial Contract Amount Final Contract Amount $466,539.80 $466,539.80 It)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 T Clarity&Sufficiency of Details `( 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 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 Change Order Processing Time 3 Communication K 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fix:(817)392-7845