Loading...
HomeMy WebLinkAboutContract 45131-FP1 Department of TP&W Const.Services DOE# ate r C rA Project M anager ?V I Risk Management J. Page"-- �' ;T Wo RT H. 2�� 6? ) 16 D.O.E. Brotherton CFA Westerman/Scanne 2 CATY SECRETAW� V� -51 The Proceeding people have been Contacted concerningthe oNTRACT NO. payment 8 have released this project for ouch payment. request for final ATION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION D.O.E.Ns: 7087 Regarding contract 117087 for BASSWOOD BLVD as required by the TRANSPORTATION AND PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $389,191.21 Amount of Approved Change Orders: $4,460.80 Ne I Revised Contract Amount: $393,652.01 Total Cost Work Completed: $393,652.01 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $393,652.01 Less Previous Payments: Final Payment Due $393,6652-.001 Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted~ ) Date Director, TRANSPORTATION AND BLIC WORKS City Manager Date Comments: FUND ACCT:C205-2027602142 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BASSWOOD BLVD Contract Limits Project Type STORM DRAIN,PAVING&STREET LIGHT City Project Numbers 02142 DOE Number 7087 Estimate Number 1 Payment Number I For Period Ending 12/31/2014 CD City Secretary Contract Number 117087 Contract Time 6CD Contract Date Days Charged to Date 335 Project Manager Buckley Contract is 100.00 %Complete Contractor GILCOCONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER / CORDOVA Thursday,December 18,2014 Pagel of 5 L City Project Numbers 02142 DOE Number 7087 Contract Name BASSWOOD BLVD Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&STREET LIGHT For Period Ending 12/3112014 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quauity Total Quanity Total - e ^u ^ 1 21"RCP - - -- t 89 LF $38.57 $3,432.73 V 89 $3,432.73 2 10'RECESSED CURB INLET 1 EA $3,144.96 $3,144.96 1 $3,144.96 3 20'RECESSED CURB INLET 1 FA $4,773.60 $4,773.60 1 $4,773.60 4 REMOVE 4'DROP INLET l EA $393.12 $393.12 1 $393.12 5 TRENCH SAFETY 89 LF $0.25 $22.25 89 $22.25 Sub-Total of Previous Unit $11,766.66 $11,766.66 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------- --------------------------- 1 UNCLASSIFIED STREET EXCAVATION 3000 CY $7.00 $21,000.00 3000 $21,000.00 2 10"REWF.CONC PVMT WIT'CURBS 5026 SY $43.40 6218,128.40 5026 $218,128.40 3 8"LIME STABILIZED SUBGRADE 5345 SY $1.95 $10,422.75 5345 $10,422.75 4 HYDRATED LIME(CO N 1) 113 TN $136.00 $15,368.00 113 $15,368.00 5 5'4"CONC SIDEWALK 6426 SF $3.85 $24,740.10 6426 $24,740.10 6 5'B/F RAMPS 2 EA $1,350.00 $2,700.00 2 $2,700.00 8 SAWCUT&REMOVE EX CONIC CURB& 331 LF $16.00 $5;296.00 331 $5,296.00 GUTTER 9 REMOVE EX CONIC PAVEMENT&DISPOSAL 577 SY $10.00 $5,770.00 577 $5,770.00 10 REMOVE EX CONC SIDEWALK&DISPOSAL .548 SF $1.50 $822.00 548 $822.00 11 REMOVE EX ASPHALT PAVEMENT& 423 SY $10.00 $4,230.00 423 $4,230.00 DISPOSAL 12 7"CONC CURB&GUTTER 213 LF $20.00 $4,260.00 213 $4,260.00 13 RAISED MARKER 755 EA $3.50 $2,642.50 755 $2,642.50 14 REFL RAISED MARKER 88 EA $4.80 $422.40 88 $422.40 15 REFL RAISED MARKER 101 EA $4.80 $484.80 101 $484.80 16 LANE LEGEND ARROW 6 EA $250.00 $1,500.00 6 $1,500,00 17 LANE LEGEND ONLY 3 EA $275.00 $825.00 3 $825.00 18 REMOVE 4"PVMT MARKING 5004 LF $0.35 $1,751.40 5004 $1,751.40 19 TOPSOIL 1315 CY $15.00 $19,725.00 1315 $19,725.00 20 SEEDING/HYDROMULCH FOR MEDIAN 11836 SY $1.50 $17,754.00 11836 $17,754.00 21 SWPPP> I ACRE I LS $2,050.00 $2,050.00 1 $2,050.00 Thursday,December 18,2014 Page 2 of 5 City Project Numbers 02142 DOE Number 7087 Contract Name BASSWOOD BLVD Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&STREET LIGHT For Period Ending 12/31/2014 Project Funding 22 REMOVE EX TRAFFIC SIGNAGE I EA $250.00 $250.00 1 $250.00 23 CONNECT TO EX PAVEMENT HEADER& 28 LF $15.00 $420.00 28 $420.00 REMOVE EX BARRICADE 24 CONSTRUCT PAVEMENT HEADER 28 LF $8.00 $224.00 28 $224.00 24 TYPE III STANDARD STREET BARRICADE 30 LF $50.00 $1,500.00 30 $1,500.00 25 TRAFFIC CONTROL PLAN I LS $1,500.00 $1,500.00 1 $1,500.00 26 6"CONC.PAV.(CO k2) 461 SY $35.00 $16,135.00 461 $16,135.00 Sub-Total of Previous Unit $379,921.35 $379,921.35 STREET LIGHT Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----- ----------------- I ,15OW MH PC LIGHTING FIXTURE 4 EA $491.00 $1,964.00 4 $1,964.00 - - - -------------- -------- - -- ------------ Sub-Total of Previous Unit $1,964.00 $1,964.00 --- - --------------------------------- I Thursday,December 18,2014 Page 3 of 5 City Project Numbers 02142 DOE Number 7087 Contract Name BASSWOOD BLVD Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&STREET LIGHT For Period Ending 12/31/2014 Project Funding Contract Information Summary Original Contract Amount $389,191.21 Change Orders Change Order Number 1 $4,460.80 Change Order Number 2 $0.00 Total Contract Price $393,652.01 Date i/Z' - Total Cost of Work Completed $393,652.01 tri r Less %Retained $0.00 / Net Earned $393,652.01 Date 12 12Y18 In ect" n pa Earned This Period $393,652.01 Retainage This Period $0.00 Date Less Liquidated Damages Project Ma Days @ /Day $0.00 Date LessPavement Deficiency $0.00 A Director/TPW-,intfrastructure Design and Construction Less Penalty $0.00 �^ .- o Date 7 ��� Less Previous Payment $0.00 Director ontracting Departm t7 Plus Material on Hand Less 115% $0.00 Balance Due This Payment $393,652.01 Thursday,December 18,2014 Page 4 of 5 City Project Numbers 02142 DOE Number 7087 Contract Name BASSWOOD BLVD Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN,PAVING&STREET LIGHT For Period Ending 12/31/2014 Project Funding Project Manager Buckley City Secretary Contract Number 117087 Inspectors LAYER / CORDOVA Contract Date Contractor GILCO CONTRACTING,INC. Contract Time 60 CD 6331 SOUTHWEST BLVD. Days Charged to Date 335 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 $393,652.01 Less %Retained $0.00 Net Earned $393,652.01 Earned This Period $393,652.01 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 $393,652.01 Thursday,December 18,2014 Page 5 of 5 GN �a o 0 zo O rn U m b a u FN- ��,5 �O`' 1 o'A W SSP O O O m O 0 uZM 0 LL § S S . o , m y0 a N N ;)•_ O CC �~'{ dv p"F✓ R' F_-LU rU SPS r $�z ELg t Q�% N rn z k y 5� [ .5� UJt p Nn Ovti4 4 � X35 war. ; c N N W a O O n h M U p p m M m O < Q O O�1 N U N'N p }a z z l� �� "'f�' Ig� o. 54 O O YS ' a,i Cq„ Q aci L � wo v w 0 N Q N O N N C 0 0 4 a E o N N r W a o J U J Z 'O fit W o in O Uff). () +F '• j (p o6 mCD 7 O a C a O O N N OD c0 0 o c b 2 N ^ 0 d O (A u l6 m O N O Q Q N v N m C N p h Z Z Y p p N w 0 U a w (w9 z O S z k �k W z OF w Q F ~ O z ¢ z z ti b o Q Q (~j -Wi Z ¢ w F ¢ a vow o rwn N Z F- w O U z ¢ d O � m 0. w a U � iZ O IL O o 0 0 a U wW Q U U v O CL U r f k W �JJ 4t Wa z uY t z W a cSi O t¢i O Q Lu co, 2 w z O m p 4 8 U U O cq ti a o u'S v 0U ¢ r cli ¥ � § f \� }\ L §_ � ) S (IL . k )R _ / { � k § G t \ k o * \ � a / Q — _ « k ( f 20 \ ) 4141 Z ( � \§ Fa 47. ) � ) 7 $ j § ( LU k §7/ ) a o E § § . ) ƒ � M J N T � a 1 d V �u O W O � a m Q — m CL m z J N d f.. D u m W E O = ui IL m E ai IL > > m — 4 a m z F- i a J J C W O w o � 0 Z c c dm CIL t5 O U o w 0 � C co a- m m j- z 0 N N 6 V W N .y d } U) to U3 0 ( cl / � 2 m @ ° k\ � 2 §\ k m k } 2 r� $ §7 i �� \ o ( K eg w / z �% ) § asIn z G ] ca 2 ) _ a_ 11u mu } ± < § \ \ 22 ° } { § riLa / aE lk \ wo C) cn } " $ ci / § \ \ kR ƒ LLJ \ \ �j § k \ ) f GCL § \ TCT \ > � ° - Sf2 � ± < \ k 2 J 8 G 7 z » x ! � � \ , 2 § ( § ) g # \ \ b w k / § \ / \ \ @ � \ \ »\ $ § k \ ) 2) ) e © / i E /e S m R 2 & G k ) (-) m e o § e ; \ \ # # / i # \ W / @ § D e # a J o < ( u \ f 2 % r ° 7 § # ƒ / § Q \ x m E 2 ƒ § \ S ! � SM 0\/ -\ q§§ m Er L } { § e « } / [ ) w / \ — } ( k m § w § � k� ) fCL § #o $k Bb kco } § ® : ) ( Z ( ` � � ) / \ / , ) E §2 §\ $ ( L \ / ) \ ) n �a a U arc o � m g � d dCa' uj Lil 5 W Z C a Qi 8 Z s N N d S m K FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Basswood Boulevard Horseman to Santa Fe Trail PROJECT NO.: 02142 CONTRACTOR: Gilco Contracting DOE NO.: 7087 PERIOD FROM:12101/14 TO: 12/31/14 FINAL INSPECTION DATE: 9-Dec-14 WORK ORDER EFFECTIVE:12/9/2014 CONTRACT TIME: 60 O IND OO CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 0 16. 0 2. 0 17. 0 3. 0 I8. 0 4. 0 19. 0 5. 0 20. 0 6. 0 21. 0 7. 0 22. 0 8. 0 23. 0 9. 0 24. 0 10. 0 25. 0 11. 0 26. 0 12. 0 27. 0 13. 0 28. 0 14. 0 29. 0 15. 0 30. 0 31. 0 SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS PERIOD 0 0 PREVIOUS P 335 335 PERIOD TOTALS 335 335 TO DATE *REMARKS; CONTRACTHR DATE I SPECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth•1000 Throckmorton Street•rort Worth,TY 76012-6311 (817)392-7941 9 Fax:(817)392-7845 FORTWORTHREV:02[20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Alain of Contractor Project Nante Gilco Contracting Basswood Blvd.Horseman to Santa Fe Trail DOE Inspector DOE Number Ron Cordova 7087 DOE Inspector Project Manager ❑Water ❑Waste Water El Storm Drainage Q Pavement Pat Buckle Initial Contract Amount Project Difficulty $389,191.21 O Simple Routine O Complex Final Contract Amount Date $393,652.01 112/19/2014 11)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 3 20 15 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 Y 3 20 15 TOTAL ELEMENT SCORE(A) 433 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 433 111)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(QTS/MS)* 100%) 433 / 448 = 97% Performance Category Excellent <20%=Inadequale 20%to<40%=Deficient 40%io<60%=Standard 60%to<80%=Goad >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector t Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,Tai 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION _ Date: l 12/19/2014_ IName of Contractor Project Name Gilco Contracting Basswood Blvd.Horseman to Santa Fe Trail DOE Inspector Project Manager Ron Cordova_ Pat Buckley DOE Number Project Dfficulty Type of Contract 7087 10 Simple 0 Routine 0 Complex ❑water ❑waste water 0 Storm Drainage Pavement Initial Contract Amount Final Contract Amount $389,191.21 1$393,652.01 11)PERFORMANCE EVALUATION 0-Inde nate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector q 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities N 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up ValveCrews,Labs 1 Knowledge And/Or Problem Resolution H ADMINISTRATION _ 2 Availabili of Project Manager — ( 1 Change Order Processing Time I q 3 Communication 2 Timliness of Contractor Payments 0 4 Resolution of Utili Conflicts L� 3 Bid Oppnin&to Pre-Con Mee ' Timeframe UI)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 -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 022046668 PROJECT; (name, address)Basswood Blvd. Fort Worth TX TO (Owner) PULTE HOMES OF TEXAS,L.P.AND CITY OF FORT? ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 4800 Regent Blvd, Suite 100 Basswood Blvd.(Horseman Road to Old Santa Fe Trail) Irving TX 75063 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 there insert name and address of Owner) PULTE HOMES OF TEXAS,L.P.AND CITY OF FORT WORTH 4800 Regent Blvd. Suite 100 Irving TX 75063 , OWNER, as set forth in the said Surety Company's bond. 1N WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 30th day of October,2014 LIBERTY MUTUAL INSURANCE COMPANY Sur ty C Iny Attest: j (Seal): L lUut 4[f< Signature of Autkorized Representative Lisa M.Bonnot 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.e66665e 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; Thai American Fire&Casualty-Company and The Ohio Casuahy Insurance Company are corporations duly organized under the laws of the Stale 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 oft 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:Lisa M.Bonnot:Ricardo J.Reyna•Soohinie Hunter V DeLene Marshall 611 of the city of Dallas stale of-TX each individually if there be more than one named,its true and.lawful attomey-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 duty 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 3isr day of July 2014 American Fire and Casualty Company a ,The Ohio Casualty Insurance Company y r liberty Mutual hsufance Company _ West merican Insurance Company STATE OF PENNSYLVANIA ss David M.Carey'Assistant Secretary cc �- .COUNTY OF MONTGOMERY C cc m t3l On this 31st day of July . 2014.before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and. � 0 w Casualty Company,Liberty Mutual Insurance Company;The Insurance Ohio Casualty InsurCompany,and West American Insurance Company,and that he,as such,being authorized so to do, �,,� 0 execute the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. O CU OJ ? IN WITNESS WHEREOF,I have hereunto subsc:oommy name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O CL E L'OidIACJT#�JEALTWDEPE;l�i:_:'ILVf-^JiP. C'y �1r. �C� l Ictsa i1c4ielln P of�.Vw,,,ie, JJ By: O O ` F.yrna rr:: ..r;;m + r:a..niy 1 Teresa Pastella,Notary Public C - _ {)F - Fr:Crm iasw n Ex;,7dz;i­,,cit 2°.20!. 60 .�� \y - !.icon„z'cn�ss+vmiicAr:;•cuwncti:c..nrs_ _ - O 1116 c cc This Power ofAttomey is made and executput udrff .�r}d fiY.' ty of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance Lo p Company,Liberty Mutual Insurance Com pany,�andWWe§I Rine can Insurance Company which resolutans are now in full force and eflecl reading as follows: O> m0) ARTICLE 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 •�a; to such llmttation as the Chairman or the President may prescribe,shall appoint.such anomeysan-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal," O E acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surely obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective_ E ai 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= at p executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authoritygranted to any representative or attorney-in-fact under > -� the provisions of this article maybe revoked at any lime,by the Board,the Chairman,the President or by the officer or officers granting such power or authority.. ,,..,N 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, .E 9 and subject to such limitations as the chairman orihe president may prescribe,shall appoint such attomeys4n-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 =a? Z 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 shalt be as binding as if signed by the president and attested by the secretary. O�Q 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 attomeys-in- ~ fad 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 L.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 aftomey-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,Gregory.W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty 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,true and correct copy of the Power of Attorney executed by said Companies,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�D. day of ©tZ�-b 13 jlAL �gra—�•.� scgt �-�. •��.." _ - ' 1v1: �; '_ 1 :�' '}' By: 1 `r�•y_' t� t\ - ? Gregory W.Davenport,Assistant Secretary , b\'�t��,•a`!1`: "��=�'_.'1^� '.�.,�_tn �1} 1, �`�,,r•�f .. _ - :LMS 12673 122013. 105 of 500 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 Leia Hubbard, Operations Director 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 Storm Drain Improvements to serve Basswood Blvd. r BY Leia Hubbard Subscribed and sworn before me on this 30'h of October, 2014. .' MARY PANNELL P�' y Notary Public,state of Texosc •F .'a MY Commission Enves Notary O.ublic 001obef 19, 2018 Tarrant County,TX October 30, 2014 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Paving and Storm Drain Improvements Basswood Blvd.; DOE # 7087 City Project#02142 The purpose of this letter is to acknowledge that we have been paid in full by Pulte Homes of Texas, L.P. for the public improvements constructed to serve Basswood Blvd., 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, Leia Hubbard Operations Director 6331 Southwest Blvd. Benbrook, Texas 76132 Office: 817.735.1600 Fax: 817.735.1613 IkPulteGroup October 30,2014 Mr.Dale Gilreath Gilco Contracting,Inc. 6331 Southwest Blvd, Benbrook,Texas 76132 Re: Basswood Blvd. Paving and Storm Drain Improvements CoFW Project No. 02142 CoFW File No. K-2278 CoFW DOE No.7087 Dear Mr.Gilreath: This letter will document that Pulte Homes confirms that Gllco 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 Pulte Homes In connection with the Work. i Pulte Homes Cc: Patrick Buckley,City of Fort Worth 4800 Regent Blvd.,Suite 100 Irving,Texas 75063 972.304.2800 pultegroupinc.com