HomeMy WebLinkAboutContract 47632-FP2 F
e of TP&W Const.Services
Date
t Manager lti CtTYSECRETARYanagement CanadvCONTRACT Brotherton - _ IT NORTH®
CFA Westerman/Scanned
Esteban Perez/Scanned
The Proceeding people have been Contacted
concerning the request for final payment&have
released this project for such payment. 'ATIONAND PUBLIC WORKS
IF PROJECT COMPLETION
Clearance Conducted By Ptwia6nrA (r City Project NO: 02729
Regarding contract 02729 for OAK CREEK TRAILS PHASE 2 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: $1,472,885.70
Amount of Approved Change Orders: $123,804.90 No 2,3,4,5
Revised Contract Amount: $1,596,690.60
i
Total Cost Work Completed: $1,596,690.60
i;
Less Deductions:
p Liquidated Damages: Days®$210.00/Day
Pavement Deficiencies:
Total Deduction Amount: $0.00
Total Cost Work Completed: $1,596,690.60
�t
Less Previous Payments:
uFinal Payment Due $1,596,690.60
eco mend for cceptance Date.
As . frector,TP - Infrastructure Design and Construction
L) -/r 4 fl
Accu Date
Dir c r,TRANSPO TATI N & PUBLIC WORKS
A City Manager Date
Comments:
OFFICIAL RECORD
CITy EECIMURV
FT. W®mw, TX
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name OAK CREEK TRAILS PHASE 2
Contract Limits
Project Type STORM DRAIN&PAVING
City Project Numbers 02729
DOE Number 2729
Estimate Number 1 Payment Number 1 For Period Ending 3/1!2017
WD
City Secretary Contract Number Contract Time 13WD
Contract Date Days Charged to Date 240
Project Manager NA Contract is 100.00 Complete
Contractor GILCO CONTRACTING,INC.
6331 SOUTHWEST BLVD.
BENBROOK, TX 76132-1063
Inspectors LAYER/ COLLIER
Wednesday,March 1,2017 Page I of 5
City Project Numbers 02729 DOE Number 2729
Contract Name OAK CREEK TRAILS PHASE 2 Estimate Number 1
Contract Limits Payment Number I
Project Type STORM DRAIN&PAVING For Period Ending 3/1/2017
Project Funding
STORM DRAIN
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
------------- - ------------ ------------
1 60"RCP 427 LF $217.00 $92,659.00 427 $92,659.00
2 54"RCP 480 LF $194.00 $93,120.00 480 $93,120.00
3 48"RCP 265 LF $158.00 $41,870.00 265 $41,870.00
4 42"RCP 195 LF $125.00 $24,375.00 195 $24,375.00
5 36"RCP 334 LF $93.00 $31,062.00 334 $31,062.00
6 30"RCP 513 LF $67.00 $34,371.00 513 $34,371.00
7 27"RCP 529 LF $61.00 $32,269.00 529 $32,269.00
8 24"RCP 1164 LF $55.00 $64,020.00 1164 $64,020.00
9 21"RCP 482 LF $49.00 $23,618.00 482 $23,618.00
10 10'CURB INLET 25 EA $3,000.00 $75,000.00 25 $75,000.00 f
11 15'CURB INLET 1 EA $4,600.00 $4,600.00 1 $4,600.00
12 4'X 4'DROP INLET 2 EA $3,900.00 $7,800.00 2 $7,800.00
13 5 SIDED STORM MANHOLE 1 EA $6,200.00 $6,200.00 1 $6,200.00
14 41X 4'JUNCTION STRUCTURE 3 EA $3,800.00 $11,400.00 3 $11,400.00
15 5'X5'JUNCTION STRUCTURE 1 EA $3,900.00 $3,900.00 1 $3,900.00
16 6'X6'JUNCTION STRUCTURE 2 EA $4,750.00 $9,500.00 2 $9,500.00
17 36"TYPE B HEADWALL I EA $2,700.00 $2,700.00 1 $2,700.00
18 CONCRETE COLLAR 6 EA $300.00 $1,800.00 6 $1,800.00
19 CONCRETE RIP RAP 4 CY $420.00 $1,680.00 4 $1,680.00
20 GROUTED ROCK RIP RAP 16 CY $240.00 $3,840.00 16 $3,840.00
21 TRENCH SAFETY 4389 LF $0.50 $2,194.50 4389 $2,194.50
--------------------- ----------------Sub-Total of Previous Unit $567,978.50 $567,978.50
PAVING
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
--------------------------- --------------
1 6"CONCRETE PAVING 22648 SY $31.80 $720,206.40 22648 $720,206.40
2 6"LIME TREATMENT 24089 SY $2.80 $67,449.20 24089 $67,449.20
3 HYDRATED LIME C083 386 TN $155.00 $59,830.00 386 $59,830.00
4 METAL BEAM GUARD FENCE 170 LF $50.00 $8,500.00 170 $8,500.00
5 REMOVE EXISTING GAUARD FENCE 244 LF $10.00 $2,440.00 244 $2,440.00
Wednesday,March 1,2017 Page 2 of 5
City Project Numbers 02729 DOE Number 2729
Contract Name OAK CREEK TRAILS PHASE 2 Estimate Number 1
Contract Limits Payment Number I
Project Type STORM DRAIN&PAVING For Period Ending 3/12017
Project Funding
Contract Information Summary
Original Contract Amount $1,472,885.70
Change Orders
Change Order Number 2 S124,518.00
Change Order Number 3 ($11,160.00)
Change Order Number 4 $5,946.90
Change Order Number 5 $4,500.00
Total Contract Price 51,596,690.60
Date Z� Total Cost of Work Completed $1,596,690.60
Contra Less %Retained $0.00
Date
Net Earned $1,596,690.60
-� 3 �
Inspcc' n Su or Earned This Period $1,596,690.60
Retainage This Period $0.00
ate Less Liquidated Damages
ro' ct Manager
j Days @ /Day $0.00
/ 11tc Date 10 LessPavement Deficiency $0.00
Asst. ire or/TPW-Infrastructure Design A Cobstruction Less Penalty $0.00
r
w. Date 3J1q41J Less Previous Payment $0.00
Directoo Contracting Departm Pius Material on Hand Less 15% $0.00
�• Balance Due This Payment $1,596,690.60
Wednesday,March 1,2017 Page 4 of 5
City Project Numbers 02729 DOE Number 2729
Contract Name OAK CREEK TRAILS PHASE 2 Estimate Number I
Contract Limits Payment Number 1
Project Type STORM DRAIN&PAVING For Period Ending 3/1/2017
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors LAYER / COLLIER Contract Date
Contractor GILCO CONTRACTING,INC. Contract Time 130 WD
6331 SOUTHWEST BLVD. Days Charged to Date 240 WD
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 $1,596,690.60
Less %Retained $0.00
Net Earned $1,596,690.60
Earned This Period $1,596,690.60
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 $1,596,690.60
i
i
Wednesday,March 1,2017 Page 5 of 5
�
§| ; ■ ■ .
| MAU �
| � `
| k ■ | |. . §
B
! � ■ ' ■ a||� | (
| ■ $ ■
` | ■ a a ■
■ - � |
! � 7
§ k ■ | ! ! |§,§k ® §
_ ` � | § ■
�k § | | §
� §§k� r!` a 2 ` ■
#.■ §� KE ; � | �B � �
!
�
%| ! ! [ \
§ ■ �® �
| ■ | | � | \ �
�
! ■ ' § |! |
|
$
° %k
. | ■
.. � ■ a � � � .
k � ¢� ■ ■ # » & $ §
� ' |
| | ■ | & |
' | 2
13
` d | ■ � ■ ■ § , || A 3 §
k ! ■ ® ■ ■ ; Via.; �
2 |
� B
_ ■
� m
/ §§
/\ � §� Jk § \ k / § }
! moo oa »
�
�
)§ ■ a 7|` \
# a
§ ■ ■ ■ �
. |
|
§
$ �� �§ ■ § § ■ | | � $ e|
� t
r 2! | | ® � §■ | � � ■
| | # | ! &
�° . ■ � . k: � §�
! ! ! a ■|
� 22 � ■, � �|
2 t � ■ , ■ ■ � � a§ � | �
� � ■ | ' ■ ■ j �§,,_
| a §
\� � � w
■ � � �, § ■ �
ac C.
!
S
v
8
V G
r � -
a � � gg 99rr
-
r- O� as Fi� ° ° fou
O a
ac>uc�o3 ?a 0
FORTWORTH rev 03/05/07
TRANSPORTATION&PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Opc Creek.Trail Ph 2
PROJECT NO.: #02729 CONTRACTOR: Gilco
DOE NO.:
PERIOD FROM:03/21/16 TO: 02/17/17 FINAL INSPECTION DATE: 17-Feb-17
WORK ORDER EFFECTIVE: CONTRACT TIME: 240 w CD
DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS
MONTH CHARGED CREDITED MONTH CHARGED CREDITED
DURING DURING
1. 16. T 1
2. 17. F 1
3. 18.
4. 19.
5. 20.
6. 21.
7. 22.
8. 23.
9. 24.
10. 25.
11. 26.
12. 27.
13. 28.
14. 29.
15. 30.
31.
SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL
&HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS
THIS
240
PERIOD
PREVIOUS
0
PERIOD
TOTALS
TO DATE 240
*REMARKS:
j .j):�--- --
trrl i e 5 �"
CO RACTOR DATE �INSCTOR DATE
ENGINEERING DEPARTMENT
/ The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845 dF�l�►�Ar.RPCORp
CI'T'Y SECRETARY
MMORTM,TX
FORTWORTHRE02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I PROJECT INFORMATION Date: 2-Mar-17
Name of Contractor Project Name
Gilco Oak Creek Trails Ph II
DOE Inspector Project Manager
Micheal Collier/Martina Salinas Gopal Sahu
DOE Number Projecl Difficulty Tjpe of Contract
CPn#02729 0 Simple Q Routine 0 Complex ❑ Water[] Waste Water❑✓ Storm Drainage Pavement
Initial Contract Amaro/ Final Contract Amount
$1,472,885.70 $1,596,690.60
II)PERFORMANCE EVALUATION
0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION PLANS&SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions Y
2 Knowledge of Inspector If 2 Clarity&Sufficiency of Details
3 Accuracy of Measured Quantities 3 Applicability of Specifications
4 Dis la Of Professionalism `t 4 Accuracy of Plan Quantities
5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION
6 Performance-Setting up Valve Crews,Labs If 1 Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager
1 Chane Order Processing Time S 3 Communication
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 jA`Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth•1000 Throckamorton Street•Fort Worth,TX 76012-6311
0
(817)392-7941 •Fax:(817)392-7845
FORTWORTH RE02/20/
07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
1 CONTRACTOR&PROJECT DATA
Name of Contractor Project Narne
Gilco Oaks Creek Trail Ph2
DOE Inspector DOE Number
Micheal Collier/Martina Salinas CPN#02729
.DOEInspector Project Manager
❑ water EI Waste Water Storm Drainage0 Pavement Gopal Sahu
initial Contract Amount Project Difficulty
$1,472,885.70 O Simple Routine O Complex
Final Contract Amount Date
$1,596,690.60 2-Mar-17
In PERFORMANCE EVALUATION
0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent
ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE
1 Submission of Documents 2 Y 3 8 6
2 Public Notifications 5 Y 4 20 20
3 Plans on Site 5 Y 3 20 15
4 Field Supervision 15 Y 4 60 60
5 Work Performed 15 Y 3 60 45
6 Finished Product 15 Y 4 60 60
7 Job Site Safety 15 Y 4 60 60
8 Traffic Control Maintenance 15 Y 3 60 45
9 Daily Clean Up 5 Y 3 20 15
10 Citizen's Complaint Resolution 5 N
11 Property Restoration 5 Y 4 20 20
12 After Hours Response 5 N
13 Project Com letion 5 Y 4 20 20
TOTAL ELEMENT SCORE(A) 366
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 366
111)CONTRACTOR'S RATING
Maximum Score(MS)=4481Y sum of applicable element score maximums which= 408
Rating(ITS/MS]*100%) 366 / 408 — 90%
Performance Category Excellent
<20%—Inadequate 20%to<40%-A Def lcient 40%to<60%—Standard 60%to<80%=Good >_80%—Excellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspector Aignature Contractor
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
TRANSPORTATION AND PUBLIC WORKS
E The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 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;
Water, Sewer, Drainage,Paving, and Street Light Improvements to serve:
Oak Creek Trails, Ph. 2 /
7
BY Rob aylor
Subscribed and sworn before me on this 18th of January , 2017.
MARY PANNELL Notary blic
Notary Public,state of Texas Tarrant County, TX
-'-- PT comm.Expires 10-19-2018
Notary ID 5144239
Liberty Interchange Corporate Center
Mutual. 450 Plymouth Road,Suite 400
Plymouth Meeting,PA 19462-1644
SURETY Ph.(610)832-8240
CONSENT OF SURETY TO FINAL PAYMENT
To: Oak Creek Trails,LP
4029 Veneto Drive,Frisco,TX 75033
City of Fort Worth
200 Texas Street,Fort Worth,TX 76102
RE: Bond Number 022053052
Principal: Gnco contracting,Inc.
Obligee: Oak Creek Trolls,LP and the City of Fort Worth
Contract Number: CFA Number 2015-121 Contract Date: January 15,2016
Contract/Project Description:
Oak Creek Trails Phase 2-Water,Sanitary Sewer,Draining and Paving Improvements
Water Project#P285-607150272983,Sanitary Sewer Project#P275-707130272983,City Project#02729, He#'s X-23363 and W-2367
In accordance with the provisions of the contract between the Obligee and the Principal described above,
LIBERTY MUTUAL INSURANCE COMPANY, a Massachusetts stock insurance company, as Surety(the"Surety"),
on the Principal's bond number 022053052 (the"Bond") hereby consents to the final payment to
the Principal by the Obligee and agrees that final payment to the Principal shall not relieve the Surety of any of its
obligations to Obligee as set forth in the Bond.
IN WITNESS WHEREOF,the Surety has hereunto set its hand and seal this 19th day of January
2017
LIBERTY TUAL INSURANCE COMPA Y
(Sure
V.Det ane Marshall,Attorney-in-Fact
LMIC-3100 Rev.03/04
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.'
Certlnca_te-No.7555576
1 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 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 of the Slate of-Indiana(herein collectively called the'Companies'),pursuant to apd by authority,herein set forth,does hereby name,constitute and:_appoinl,
Don E.Cornell;Kelly A.W6,9 -r 6kt:Ricardo J.Reif a,Ro6brMPrates Bot}hinie Hunter,'Fln Mcif c-V7*.'.�9iL8ne:KAarshalI .
all of the city of Dallas state of TX - eactt601dually if there.be moil=fiiia 064:4 ki,47,its tFS"Iij3 lawful attorney-114i-616 make,execute,seal,acknowledge
and delver,for and-on its behalf as surety at61f_as its acx'aii jiieed an 1(id all undertakings,bonus reoognitaltGes andoth-r surety obiigatrorrs tt%j trrsuance of these presents and shall
be as binding upon the Companies as if they kiave-bei ri dufy signetl;b tEie president end atfes6j-b fhe seor'etary of I ']&vipanies in their own:pigper persons.
IN WITNESS WHEREOF this Power of Attoi n s:tfeen subscribed byarfauthorized;oc�J`or-6fficial:offkie'CompanlEsge:tlie co�oFBfeea�s of the Companies have b8en affixed
-. _ _
thereto this 30th day of November
{YtNS&. .. �INSUq a-%NSUkq
The Ohio Casualty Insurance Company -
0 19f9 o . E Liberty Mutual Insurance Company m
_ 1912 a 1991 ; West American Insurance Company -. Z
By
S a * t * * ;
STATE OF PENNSYLVANIA ss David M.Care. Assistant Secretary
r COUNTY OF:MONTGOMERY C
A
d O On thls 30th da of November 2016 before me personally appeared David M,Carey,who acknowledged himself to be the Assistant Secreta of. Mutual Insurance O.
` rn Y P Y PP9 Secretary - Y (j-H
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
Q therein contained by signing on behalf of the corporations by himself as a duly authorized officer. N
E
N > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seat at King of Prussia;Pennsylvania,on the day and year'first above written. O O
jp SP pgSr COMMONWEALTH OF PENNSYLVANIA Q.M
—� Q41NW F! Notarial Seal,
�•y ti � s v Teresa Pastella,Notary Public gy. �
O ` '- of Upper Merlon TWp:,.MontgomeryCounty. Teresa Pastella,Notary Public .. :
a My Commission Expires 141en h 28,2017
_ GvPe�
41 C Off, Member,Pennsylvania AssoGa8an of Notaries - - - - - O-.5
o y ARy
e+tg
C.lrp This Power.of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Inaurence'Cornpany,.Liberty Mutual. :ut-p
tli r Insurance'Company and West American Insurance Company which resolutions are now in full force and effect reading as follows:: r
d :ARTICLEIV-OFFICERS.=Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing bythe Chairman or the President and subject 0::"r--
(1)
<_c
1) to-such limitation as the Chairman or the President may prescribe,shall appoint'such attomeys-in-fact,as may be necessary to act in-behatf of the Corporacion to make,execute,seal; ,Z±a0i
O C acknowledge end 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 p
E y powers of attorney,shell 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
p executed,such instruments shall be at,binding as if signed by the President and attested to by the Secretary.-Any power or authority granted to any representative or attomey m•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-o�authoti y. d
4a 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 6r4he president; O0
and subject to such limitations as the chairman or the president may prescribe,shall appoint such aftomeye-In-fact;as may be necessary to act in.behalf of the Company to make execute,, h M
O 7 seal,acknowledge and deliver as surety any and all undertakings,bonds;recognizances and other suretyobligations Such attorneys-in-fact subject to the limitations set forth in their O O
Z O 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 t�
executed such instruments shall be asbind ng as if signed bgaffe"presidept aridatloled_b.j4hesccretary..?_=;_-;.` " - ;;- p
Certificate of Designation-The Pres iji� _At'the Company are4ng K'r:$*ani to the Bytaw;of:Ette Company authorize paVid tut.Garey,:$ssi tfittt Secretary to appoint such attomeys-m
fact as may be necessary to act an behalt f the Compaitli_toanake;exesnte,seal,acknow Wge:and deliverassurety`ggand all underfakiogs fionds,recognlzances and other surety
obligations. = -
Authorization-By unanimous consent of Jh6 ompasy's Bgard of0iors,the Company cof opts that.facJOIle or riigctiaoically reproduced3lgriSilure of any assistant secretary of-the
Company,wherever appearing upon a ce44c6py 04 Bower Qtatfofiey issued by the Com)3ariy in donite kion withsfuety bonds,shall tiavalieand binding upon the Corn pany with
the same force and effect as though manualiy`$i6i(ett=jz: ` c
I Renee C. Llewellyn, the undersigned,Assis6i:Stmilia , The Ofi1a:Cesual Insurance bom_piny, Life,iy-:lvtutual_'Iosurance..Company:abd':'iZYest American.Insurance Company do.,=
_.. ry ., :�Y_ .
hereby certify that the original power of attorney-
has
ttorney pt ialiicft'tha foregoing is a fullr:Gite:and>orrecE copy of itia_�wer of, omey_-dwufed by:ssH &mpanles,is in full 3grce_and effect:and .
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this-4s- —day of
INS(� �•tNSUgq `PN%NSU/�hC '
� �•`� .yam
tR.5"C.
t9t9 0 1912 3 1991 3 By'a klint.Secretary.
,9y�lYH:wes°��•dD �g�j''•r's�tx�'�'�? �i ;u t
59 of 300
LMS 12873 082016
January 18,2017
City of Fort Worth
CFA Administration
1000 Throckmorton St.
Fort Worth,TX 76102
RE: Final Waiver of Lien; Water, Sewer,Drainage,Paving and Street Light
Improvements to serve Oak Creek Trails,Ph.2:,City Project#02729,
File#X-23363 and W-2393
The purpose of this letter is to acknowledge that we have been paid in full by Oak Creek
Trails,L.P. for the public improvements constructed to serve Oak Creek Trails,Ph.2 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,
61
Rob Taylor
Project Coordinator
6331 Southwest Blvd.
Benbrook,Texas 76132
Office: 817.735.1600
Fax: 817.735.1613
f
Oak C
January 18, 2017
Mr. Dale Gilreath
Gilco Contracting, Inc.
6331 Southwest Blvd.
Benbrook,Texas 76132
Re: Oak Creek Trails, Phase 2
Water,Sewer, Drainage, Paving,and Street Light Improvements
CoFW Project No. 02729
CoFW File No, X-23363 and W-2367
Dear Mr.Gilreath:
This letter will document that Oak Creek Trails L.P.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 Oak Creek Trails, L.P. in connection with the Work.
Oak Creel<Trails,L.P.
Cc: Patrick Buckley,City of Fort Worth
4500 Sterling Lane• Plano,TX 75093 • mcgimusdeve]opmentC�yahoo.coin
Office: (972) 596-9207 • Cell: (214)232-6180 ^Fax: (972)692-8580