Loading...
HomeMy WebLinkAboutContract 47679-FP3 Depart ent of TP &W Const.Services CPN# _QJ© Dat Project Manager �•� '� Risk Management ana ITWORTH. D.O.E. Brotherton i �'1 CFA Morales/Scanned .1C"SECREMAW _ Gutzler/Scanned CONTRACT N0._I�LQq q p The Proceeding people have been Contacted concerning the request for final payment& have ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION Developer Projects) Clearance Conducted By �/ucnze��'�/�9an� Slc��� I� (�y City Project Ns: 100059 / C9,t#?6-7p Regarding contract 100059 for THE VILLAGES OF EAGLE MOUNTAIN as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the projece as complete. Original Contract Price: $1,090,452.10 Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $1,090,452.10 Total Cost Work Completed: $1,090,452.10 Recommended for Acceptance Date Asst. ' ector, TPW - Infrastructure Design and Construction LAW Al)'�4 77 Lo// Accepted J Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Date Comments: APR 2 7 2017 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE VILLAGES OF EAGLE MOUNTAIN Contract Limits PHASE II Project Type PAVING City Project Numbers 100059 DOE Number 0059 Estimate Number I Payment Number I For Period Ending 3/21/2017 CD City Secretary Contract Number Contract Time 15ED Contract Date Days Charged to Date 319 Project Manager NA Contract is 100.00 Complete Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors DICKINSON / WATSON I I I i i Pae 1 of 5 Friday,March 24,2017 g City Project Numbers 100059 DOE Number 0059 Contract Name THE VILLAGES OF EAGLE MOUNTAIN Estimate Number I Contract Limits PHASE It Payment Number I Project Type PAVING For Period Ending 3/21/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE 20'CURB INLET 1 EA $2,000.00 $2,000.00 1 $2,000.00 2 HYDRATED LIME 375 TN $155.00 $58,125.00 375 $58,125.00 3 6"LIME TREATMENT 24482 SY $2.65 $64,877.30 24482 $64,877.30 4 6"CONC PVMT 23042 SY $32.80 $755,777.60 23042 $755,777.60 5 8"CONC PVMT-RIGHT TURN LANE 477 SY $75.25 $35,894.25 477 $35,894.25 6 4"CONC SIDEWALK 6695 SF $4.35 $29,123.25 6695 $29,123.25 7 BARRIER FREE RAMP TYPE R-1 23 EA $1,900.00 $43,700.00 23 $43,700.00 8 BARRIER FREE RAMP TYPE M-2 7 EA $1,900.00 $13,300.00 7 $13,300.00 9 BARRIER FREE RAMP TYPE P-1 4 EA $1,600.00 $6,400.00 4 $6,400.00 10 REFL RAISED MARKER TY 1-C 21 EA $4.90 $102.90 21 $102.90 11 REFL RAISED MARKER TY II-A-A 12 EA $4.90 $58.80 12 $58.80 12 REMOVE 8"PVMT MARKING 1423 LF $1.25 $1,778.75 1423 $1,778.75 13 CHANNELIZED PVMT MARKING 1 LS $1,200.00 $1,200.00 1 $1,200.00 14 TYPE B HMAC 4"RIGHT TURN LANE 560 SY $26.30 $14,728.00 560 $14,728.00 15 TYPE B HMAC 5"RIGHT TURN LANE 560 SY $32.50 $18,200.00 560 $18,200.00 16 PAVEMENT HEADER 145 LF $10.00 $1,450.00 145 $1,450.00 17 INSTALL EOR BARRICADE 5 EA $1,500.00 $7,500.00 5 $7,500.00 18 HANDRAIL 55 LF $150.00 $8,250.00 55 $8,250.00 19 REEL MARKER TY 1 8"DOT 300 LF $2.55 $765.00 300 $765.00 20 REFL MARKER TY 1 8"SOLID 335 LF $2.55 $854.25 335 $854.25 21 REFL MARKER TY 14"SOLID 370 LF $1.30 $481.00 370 $481.00 22 REFL MARKER TY 1 ARROW 5 EA $250.00 $1,250.00 5 $1,250.00 23 REEL MARKER TY 1 WORD 3 EA $300.00 $900.00 3 $900.00 24 REFL MARKER TY 124"SOLID 28 LF $16.00 $448.00 28 $448.00 25 FURNISH/INSTALL ALUM SIGN GROUND 6 EA $500.00 $3,000.00 6 $3,000.00 MOUNT CITY STD STOP&BLADE PAIR 26 FURNISH/INSTALL ALUM SIGN GROUND 2 EA $500.00 $1,000.00 2 $1,000.00 MOUNT CITY STD NO OUTLET ONLY 27 FURNISH/INSTALL ALUM SIGN EX POLE 6 EA $250.00 $1,500.00 6 $1,500.00 MOUNT STOP&BLADE PAIR 28 RDWYSIGNWI-1L 3 EA $500.00 $1,500.00 3 $1,500.00 29 RDWY SIGN W1-1R 3 EA $500.00 $1,500.00 3 $1,500.00 Friday,March 24,2017 Page 2 of 5 City Project Numbers 100059 DOE Number 0059 Contract Name THE VILLAGES OF EAGLE MOUNTAIN Estimate Number i Contract Limits PHASE 11 Payment Number I Project Type PAVING For Period Ending 3/21/2017 Project Funding 30 RDWY SIGN W13-1P 6 EA $500.00 $3,000.00 6 $3,000.00 31 TXDOT SIGN R3-7R 1 EA $500.00 $500.00 1 $500.00 32 TXDOT SIGN RI-1 1 EA $500.00 $500.00 1 $500.00 33 SAWCUT&REMOVE EXISTING PAVEMENT 393 LF $16.00 $6,288.00 393 $6,288.00 34 TRAFFIC CONTROL 1 LS $4,500.00 $4,500.00 1 $4,500.00 Sub-Total of Previous Unit $1,090,452.10 $1,090,452.10 Friday,March 24,2017 Page 3 of 5 City Project Numbers 100059 DOE Number 0059 Contract Name THE VILLAGES OF EAGLE MOUNTAIN Estimate Number I Contract Limits PHASE 11 Payment Number I Project Type PAVING For Period Ending 3/21/2017 Project Funding Contract Information Summary Original Contract Amount $1,090,452.10 Chanile Orders Total Contract Price $1,090,452.10 { Date ✓ Total Cost of Work Completed $1,090,452.10 Contr cto Less %Retained $0.00 Net Earned $1,090,452.10 Earned This Period $1,090,452.10 nspection SqUelKisW /,� Retainage This Period $0.00 to!" Less Liquidated Damages Projct Mana / Days @ /Day $0.00 li)lZl Date / ° LessPavement Deficiency $0.00 Ass for /PA-Infrastruct a Design and Construction Less Penalty $0.00 Lv w Date �7/� Less Previous Payment $0.00 Director/ ontracting Departmed Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,090,452.10 Friday,March 24,2017 Page 4 of 5 City Project Numbers 100059 DOE Number 0059 Contract Name THE VILLAGES OF EAGLE MOUNTAIN Estimate Number 1 Contract Limits PHASE II Payment Number I Project Type PAVING For Period Ending 3/21/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / WATSON Contract Date Contractor G1LCO CONTRACTING,INC. Contract Time 150 CD 6331 SOUTHWEST BLVD. Days Charged to Date 319 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 $1,090,452.10 Less %Retained $0.00 Net Earned $1,090,452.10 Earned This Period $1,090,452.10 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 $1,090,452.10 Friday,March 24,2017 Page 5 of 5 FORT WORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: The Villages Of Eagle Mountain PROJECT NO.: 100059 CONTRACTOR: Gilco Contracting,Inc DOE NO.: 59 PERIOD FROM 05/09/16 TO: 03/16/17 FINAL INSPECTION DATE: 16-Mar-17 WORK ORDER EFFECTIVE:3/24/2017 CONTRACT TIME: 319 O WR* 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. 8. 23. 9. 24. 10. 25. IL 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 0 0 0 0 319 319 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 319 319 TO DATE *REMARKS: —5 CONTbkCTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT r The Citi-of Fort Worth• 1000 Throckmorton Street•Fort Worth,TL 76012-6311 (817)392-7941 •Fat: (817) 392-7845 ri t �ORT WORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 3/28/2017 Name of Contractor Project Name Gilco Contracting. Inc The Villages of Eagle Mountain _ DOE Inspector Project Manager Don Watson Sahu Gopal _ DOE Number ProjectD cub), Type of Contract 100059 O Simple QQ Routine Q Complex ❑ Water❑ Waste water❑ Storm Drainage0 Pavement Initial Contract 11mount Final Cowract Amount $1,090,452.10 $1,090,452.10 Ill)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIO_NS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity& Sufficiency of Details y 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 LJ 13 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe IIID 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,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845 r0 RT O T H REV:02/20/07 \J TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Gilco Contracting. Inc The Villages of Eagle Mountain DOE Inspector DOE Number Don Watson 100059 DOEInspector Project Manager ❑ Water❑ Waste Water❑ Storm Drainage❑✓ Pavement Sahu Gopal Initial Contract Amount ProjectDiffzculty $1,090,452.10 O simple Q Routine Q Complex Final Contract Amount Date $1,090,452.10 3/28/2017 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 4 8 8 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 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 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 N TOTAL ELEMENT SCORE(A) 418 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 418 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 428 Rating([TS/MS] * 100%) 418 / 428 = 98% Performance Category Excellent <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 `ci`G✓ G�-1 Signature Contractor - Signature DOE Inspector's Supervisor/440. AiLlz CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845 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 Improvements to serve: Villages of Eagle Mountain Phase Il BY Rob Taylor Subscribed and sworn before me on this 22nd of February , 2017. Notar �ubfic MARY PANNELL Tarrant County, TX 01 . e� ?: �=Notary Public,State of Texas +re Expires Comm. Ex -- s 10-19-2018 "� Notary ID 5144239 r6isL February 22, 2017 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Paving Improvements to serve Villages of Eagle Mountain, Phase II City Project#100059 File No. X-23438 & W-2378 The purpose of this letter is to acknowledge that we have been paid in full by D.R. Horton for the public improvements constructed to serve Villages of Eagle Mountain, Phase II 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 6-3-31 Soulhwesi Olvd. Benbrook, Texas 76132 Office- 817.735.1600 Fax 817.73S.1613 a NYSE f � a February 22, 2017 Mr. Dale Gilreath Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Paving Contract for Villages of Eagle Mountain, Phase II City Project No. 100059 File No. X-23438&W-2378 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. DR Horton-Texas LTD t"F Cc: Patrick Buckley,City of Fort Worth 6751 North Freeway • Fort\north,TX 76131 (811) 230-0800 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 022054637 PROJECT: (name, address)The Villages of Eagle Mountain Phase II- Paving Improvements Fort Worth TX TO (Owner) FR. HORTON-TEXAS, LTD AND CITY OF FORT � ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 6751 North Freeway The Villages of Eagle Mountain Phase II-Paving 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 (here insert name and address of Contractor) GILCO CONTRACTING, INC. 6331 Southwest Boulevard Benbrook TX 76132 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) D.R. HORTON -TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 22nd day of February,2017 LIBERTY MUTUAL INSURANCE COMPANY Surety Company s {rl Attest:V. DeLene Marshal (Seal): Signatu e 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 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.7555727 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation 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'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;Tina McEwan;V.DeLene Marshall all of the city of Dallas state 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 surety and as its act and deed;any and all undertakings,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 been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November 2016 to \TY INS V �1NSUq N�NSup. JP oPpca„r'�q ,�JPoRroa.-0,q'bc, �GPoaeaa„��'n The Ohio Casualty Insurance Company N Liberty Mutual Insurance Company m N 0 .oy�YNn;1n�9s��aaan 1 Ssn9cH1u2�? 1991 p WestAmerican Insurance Company W G1 1 * * * By: David M.Care ,Assistant Secretary C STATE OF PENNSYLVANIA ss to M COUNTY OF MONTGOMERY _ C da1 On this 30th day of November 2016 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v f- v d Company,The Ohio Casualty Company, and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes >,W p 2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d ` t0 L E d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 C @ SN PASS COMMONWEALTH OF PENNSYLVANIA ����� ////� �J Q M ����oNw�7F�� Notarial Seal ���' y'�'��;/J4 r.d O•3 ��o° i y Teresa Pastella,Notary Public By: /h �{t yLJ C O L OF Upper Marion Twp.,Montgomery County Teresa Pastella,Notary Public y O _ \P My Commission Expires March 28,2017 M L. P O y� p�V�G Member,Pennsylvania Association of Notaries ♦0 E 02 C os This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual v_!p NInsurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: : to 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 e 4; 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, �+d O,E acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E r 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 0 O 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 > 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 N c ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bands and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E o0 > L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, L. M O O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their C 00 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 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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 attorneys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. 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 surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, 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 correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. It�/ IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this Cy — day of � 2012. �yJ��o�fGg2m ���onvoea eo`y�� 1919 0 1912 3 1997 c By: i a ab a Renee C.Llew , ssistant Secretary dyhYknnvs�`�-a 9�j°sr�c.nis�'p�' � Nrna;ir Y 210 of 300 LMS 12873 082016 Liberty Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information 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 information o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 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 (111-1A) de Texas Consumer Protection (111-1A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX# (512) 490-1007 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtectiongtdi.texas.gov E-mail: ConsumerProtection@.tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O 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 reclamo, 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 departamento (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 convierte en parte o condition del document. documento adjunto. NP 70 68 09 Ol LMS-15292 10/15 GILCO CONTRACTING, INC. TRANSMITTAL LETTER PROJECT: The Villages of Eagle Mountain,Phase II PROJECT NO.: 1129 DATE: March 1,2017 TO: City of Fort Worth 8851 Camp Bowie W.Blvd. Fort Worth,Texas 76116 We transmit: (X)Herewith ( )Under Separate cover via For Your: ( )Approval ( )Distribution to parties ( )Review&Comment ( )Record (X)Use O Execution The following: (X)Other ( )Shop Drawing Prints ( )Specifications ( )Shop Drawing Reproducible ( )Bonds ( )Contract Documents Copies Date Rev.No. Description 1 Final Paperwork&Consent of Surety REMARKS: COPIES TO: (with enclosures) ( ) BY: Rob Taylor 6331 Southwest Blvd. /Benbrook,Texas 76132 817/735-1600 ext. 316 Fax 817/735-1613 rob@gilcocontracting.com