Loading...
HomeMy WebLinkAboutContract 47914-FP2 Department of TP&W Const. Services CPN# Project anager — T Risk Management Canal �T Wo 1 i l u D.O.E. Brotherton �,-2'?- '"l CITY SECRE7'AR�9 Gutzler/Scanned CFA Morales/Scanned � �- - ' CONj'RgCTNO (,. �llil��� ;L —Z X1'1 The Proceeding people have been Contacted concerning the request for final payment& have NTION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION eveloper Projects) Clearance Conducted By PA'wnofZ_�i ern City Project Ns: 100123 Regarding contract 100123 for WILLOW RIDGE ESTATES PHASE 3A as required by the 79/ 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 project as complete. Original Contract Price: $2,570,113.40 Amount of Approved Change Orders: Ne 1 Revised Contract Amount: $2,570,113.40 Total Cost Work Completed: $2,570,113.40 7 j Cpcd-cy. Recom ended for Acceptance D e Asst. Director, TPW - Infrastructure Design and Construction aL 0. t j 3/3///7 Accepted 0 6 Date ® Director, / TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 31z � 3 7 Asst. City Manager Date f Comments: ZMAIM.En OFFICOAL�''i2co I CITY pllpf_�M TA PV MAR 0 5 2017 ianttiai• � a Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WILLOW RIDGE ESTATES PHASE 3A Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 100123 DOE Number 0123 Estimate Number I Payment Number I For Period Ending 3/20/2017 CD City Secretary Contract Nurnber Contract Time 24ED Contract Date Days Charged to Date 268 Contract is 100.00 Complete Project Manager NA Contractor GILCO CONTRACTING,INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors LAYER / SLATEN I I I I Thursday,March 23,2017 Page I of 5 I City Project Numbers 100123 DOE Number 0123 Contract Name WILLOW RIDGE ESTATES PHASE 3A Estimate Number 1 Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 3/20/2017 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE RIPRAP 1072 SF $1.00 $1,072.00 1072 $1,072.00 2 REMOVE FW-O HEADWALL 1 EA $750.00 $750.00 1 $750.00 3 MEDIUM STONE RIPRAP 1271 SY $50.00 $63,550.00 1271 $63,550.00 4 CONCRETE COLLAR 3 EA $500.00 $1,500.00 3 $1,500.00 5 21"RCP 180 LF $45.00 $8,100.00 180 $8,100.00 6 24"RCP 1238 LF $52.00 $64,376.00 1238 $64,376.00 7 30"RCP 71 LF $68.00 $4,828.00 71 $4,828.00 8 33"RCP 30 LF $81.00 $2,430.00 30 $2,430.00 9 36"RCP 385 LF $86.00 $33,110.00 385 $33,110.00 10 48"RCP 140 LF $172.00 $24,080.00 140 $24,080.00 11 4X4 BOX CULVERT 60 LF $242.00 $14,520.00 60 $14,520.00 12 5X5 BOX CULVERT 220 LF $282.00 $62,040.00 220 $62,040.00 13 6X4 BOX CULVERT 30 LF $346.00 $10,380.00 30 $10,380.00 14 7X4 BOX CULVERT 821 LF $354.00 $290,634.00 821 $290,634.00 15 7X5 BOX CULVERT 693 LF $360.00 $249,480.00 693 $249,480.00 16 8X5 BOX CULVERT 394 LF $382.00 $150,508.00 394 $150,508.00 17 9X7 BOX CULVERT 479 LF $610.00 $292,190.00 479 $292,190.00 18 4'STORM JUNCTION BOX 1 EA $4,000.00 $4,000.00 1 $4,000.00 19 4'MANHOLE RISER 5 EA $2,800.00 $14,000.00 5 $14,000.00 20 10'CURB INLET 11 EA $3,400.00 $37,400.00 11 $37,400.00 21 10'RECESSED INLET 3 EA $3,500.00 $10,500.00 3 $10,500.00 22 4'X4'DROP INLET I EA $4,000.00 $4,000.00 1 $4,000.00 23 5'X5'DROP INLET I EA $4,500.00 $4,500.00 1 $4,500.00 24 PW-1 HEADWALL AT 9X7 RCB 1 EA $99,000.00 $99,000.00 1 $99,000.00 25 PW-1 30 SKEWED HEADWALL AT 7X4 RCB 1 EA $50,000.00 $50,000.00 1 $50,000.00 26 FW-0 HEADWALL,AT 5X5 RCB 1 EA $20,000.00 $20,000.00 1 $20,000.00 27 FW-0 HEADWALL,AT 7X5 RCB 2 EA $19,000.00 $38,000.00 2 $38,000.00 28 SETP-CD HEADWALL,AT 24"RCP 1 EA $2,100.00 $2,100.00 1 $2,100.00 29 SETP-CD HEADWALL,AT 4X4 BOX CULVERT 2 EA $7,400.00 $14,800.00 2 $14,800.00 30 CONCRETE PILOT CHANNEL 1086 LF $51.00 $55,386.00 1086 $55,386.00 31 TRENCH SAFETY 4741 LF $0.50 $2,370.50 4741 $2,370.50 Thursday,March 23,2017 Page 2 of 5 City Project Numbers 100123 DOE Number 0123 Contract Name WILLOW RIDGE ESTATES PHASE 3A Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 3/20/2017 Project Funding Sub-Total of Previous Unit $1,629,604.50 $1,629,604.50 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 MEDIUM STONE RIPRAP 270 SY $50.00 $13,500.00 270 $13,500.00 2 HYDRATED LIME 131.56 TN $150.00 $19,734.00 131.56 $19,734.00 3 HYDRATED LIME 197.15 TN $150.00 $29,572.50 197.15 $29,572.50 4 6"LIME TREATMENT 8771 SY $2.60 $22,804.60 8771 $22,804.60 5 8"LIME TREATMENT 13144 SY $2.70 $35,488.80 13144 $35,488.80 6 6"CONC PVMT 8121 SY $32.20 $261,496.20 8121 $261,496.20 7 7.5"CONC PVMT 8202 SY $36.45 $298,962.90 8202 $298,962.90 8 10"CONC PVMT 3968 SY $45.50 $180,544.00 3968 $180,544.00 9 4"CONC SIDEWALK 5434 SF $4.35 $23,637.90 5434 $23,637.90 10 5"CONCRETE DRIVEWAY 345 SF $5.00 $1,725.00 345 $1,725.00 I 1 BARRIER FREE RAMP 13 EA $1,975.00 $25,675.00 13 $25,675.00 12 BARRIER FREE RAMP 2 EA $1,900.00 $3,800.00 2 $3,800.00 13 BARRIER FREE RAMP 4 EA $1,700.00 $6,800.00 4 $6,800.00 14 4"SLD PVMT MARKING HAS 171 LF $4.00 $684.00 171 $684.00 15 8"SLD PVMT MARKING HAS 35 LF $8.00 $280.00 35 $280.00 16 TRAFFIC CONTROL I LS $1,500.00 $1,500.00 1 $1,500.00 17 CONNECT TO EXISTING PAVEMENT 128 LF $8.00 $1,024.00 128 $1,024.00 18 TYPE III BARRICADES 227 LF $50.00 $11,350.00 227 $11,350.00 19 CONCRETE HEADER 193 LF $10.00 $1,930.00 193 $1,930.00 Sub-Total of Previous Unit $940,508.90 $940,508.90 Thursday,March 23,2017 Page 3 of 5 City Project Numbers 100123 DOE Number 0123 Contract Name WILLOW RIDGE ESTATES PHASE 3A Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 3/20/2017 Project Funding Contract Information Summary Original Contract Amount $2,570,113.40 Chante Orders Total Contract Price $2,570,113.40 2 1 — Total Cost of Work Com leted Date p $2,570,113.40 o tra Less %Retained $0.00 1� Net Earned $2,570,113.40 Date A- t Earned This Period $2,570,113.40 Inspection Sue r / Retainage This Period $0.00 / (�C Date Less Liquidated Damages rankr Days @ /Day $0.00 Date 0 1 LessPavement Deficiency $0.00 A . irector/TPW-Infrastructure Design and Construction Less Penalty $0.00 0.0'.' Date 7 Less Previous Payment $0.00 Directo /Contracting Depart nt Plus Material on Hand Less 15% $0.00 Balance Due This Payment $2,570,113.40 I IIS Thursday,March 23,2017 Page 4 of 5 City Project Numbers 100123 DOE Number 0123 Contract Name WILLOW RIDGE ESTATES PHASE 3A Estimate Number I Contract Limits Payment Number i Project Type STORM DRAIN&PAVING For Period Ending 3/20/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / SLATEN Conti-act Date Contractor GILCO CONTRACTING,INC. Contract Time 240 CD 6331 SOUTHWEST BLVD. Days Charged to Date 268 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 $2,570,113.40 Less %Retained $0.00 Net Earned $2,570,113.40 Earned This Period $2,570,113.40 Retainage This Period $0.00 Less Liquidated Damages 0 Days n $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 $2,570,113.40 Thursday,March 23,2017 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: Willow Ridge Estates PH 3A PROJECT NO.: 100123 CONTRACTOR: Gilco Contracting,Inc. DOE NO.: N/A PERIOD FROM,06/27/17 TO: 03/21/17 FINAL INSPECTION DATE: 21-Mar-17 WORK ORDER EFFECTIVE:6/27/2016 CONTRACT TIME: 240 0 WB* 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. 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 268 PERIOD PREVIOUS 0 PERIOD TOTALS 268 TO DATE *REMARKS: CO RACTOR' DATE PECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 d (817)392-7941 •Fax: (817)392-7845 FoRTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Gilco Contracting,Inc. Willow Ridge Estates PH 3A DOE Inspector DOENumber Connor Slaten 100123 DOE Inspector Project Manager ❑Water ❑Waste Water 0 Storm Drainage R] Pavement Fred Ehia Initial Contract Amount Project Difficulty $2,570,113.40 O Simple OO Routine O Complex Final Contract Amount Date $2,570,113.40 3/21/2017 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 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 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 443 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 443 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS1* 100%) 443 / 448 = 99% 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 i ture Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS i' The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FoRT WORT H REV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 8/8/2016 _ Name of Contractor Project Name Gilco Contracting,Inc. Willow Ridge Estates PH 3A DOEInspector Project Manager Connor Slaten Fred Ehia DOENumber Project Difficulty I T}Te of Contract 100123 O Simple Routine O Complex ❑Water ❑Waste Water Q Storm Drainage 1] Pavement Initial Contract Amount Final Contract Amount $2,570,113.40 1$2,570,113.40 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING _ (0-4) (0-4) INSPECTION EVALUATION I PLANS&SPECIFICATIONS 1 Availability of Inspector T 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 13 Applicability of Specifications 4 Display Of Professionalism 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs j 1 Knowledge And/Or Problem Resolution ADMINISTRATION 12 Availability of Project Manager 1 Change Order Processing Time 13 Communication 2 Tinniness of Contactor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contactor 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 022054658 PROJECT: (name, addreSS)Willow Ridge Estates Phase 3A Fort Worth Texas TO (Owner) PULTE HOMES OF TEXAS,L.P.AND CITY OF FORT? ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 4800 Regent Blvd.,Suite 100 Willow Ridge Estates Phase 3A,City Project No. 100123 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 (here 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. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 9th day of March,2017 LIBERTY MUTUAL INSURANCE COMPANY Sur6y Company Attes"Kell Westbrook ' (Seal): Signature of Authorized Representative Sophinie Hunter Attorney-in-Fact Title NOTE; This form i:, 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.7555760 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 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 Z If INS tNSU NINSUq JP�ovs°�yli'Qq R� � T z�F The Ohio Casualty Insurance Company Liberty Mutual Insurance Company d O 1919 n > 1912 3 1991 e O y West merican Insurance Company t t * By. = STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary COUNTY OF MONTGOMERY _ C L a1 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 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 0.2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L N > 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. O 0 r P PAST COMMONWEALTH OF PENNSYLVANIA Qty�onwp� Notarial Seal ���' "�"� �'�'��/ �' 4-4 C t,�� 4�2 y Teresa Pastella,Notary Public By; O.a M of upper Marion Twp.,Montgomery County Teresa Pastella,Notary Public 4) O i q, ,Q My Commission Expires March 28,2017 3 tb r0 'yp)gR PFJ Member,Pennsylvania Association of Notaries a M r- d MThis 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 6�, Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: W . 01 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 Ir r 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, O c 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 =p rpowers 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 df 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 > ,a 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. � M 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 oQ > 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 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 v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. p 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. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of / u 20 M -�Y INSU \,A SU N%Nsu _ - SJP�e�°�riRg2 .SJP 0 1919 0 1912 a 1991 By: yo J ab y = Renee C.LlewNyff5ssistant secretary �y�YY-AMPSt�F�-aD �i)'SgACNUS��\= �NDtAi:P 243 of 300 LMS 12873 082016 Liberty Mutual 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 hamar 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: 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-IA) 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. Web: hLtp://www.tdi.texas.g E-mail: ConsumerProtection(a tdi.texas.gov E-mail: ConsumerProtection@a 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 01 LMS-15292 10/15 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: Willow Ridge Estates Phase 3A BY Rob Taylor Subscribed and sworn before me on this 10th of March_, 2017. MARY PANNELL 'Notary Public,state of Texas 'N••• f"eComm. Expires 10-19-2018 Notary P blic �t9fe OP ? Notary ID 5144234 Tarrant County, TX • March 10, 2017 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Water, Sanitary Sewer, Storm, Paving & Street Lights Improvements to serve Willow Ridge Estates,Phase 3A City Project#100123 File No. W-2382 CoFW Water Project No. 59601-5310350-0600430-100123-001580 CoFW Sanitary Sewer Project No. 59607-5310350-0700430-100123-001380 CoFW"X"No. 23500 The purpose of this letter is to acknowledge that we have been paid in full by Pulte Group for the public improvements constructed to serve Willow Ridge Estates, Phase 3A 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 6331 Southwest Blvd. Denbrook, Texas 76132 Office: 817.735.1600 Fax: 817.735.1613 Pulte March 3, 2017 Mr. Dale Gilreath Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Contract for Willow Ridge Phase 3A—Water, Sanitary Sewer,Storm, Paving &Street Lighting Improvements CoFW Project No. 100123 CoFW File No.W-2382 CoFW Water Project No.59601-5310350-0600430-100123-001580 CoFW Sanitary Sewer Project No. 59607-5310350-0700430-100123-001380 CoFW"X" No. 23500 Dear Dale Gilreath: This letter will document that Pulte Homes of Texas, 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 Pulte Homes in connection with the Work. Pulte Homes of TX, L.P. By: Curt M. Millward Land Development Project Manager Cc: City of Fort Worth