Loading...
HomeMy WebLinkAbout061623-FP2 - Construction-Related - Contract - Gilco Contracting, Inc.e�ya FORTWURTH� City Secretary Contract No. 61623 Date Received 2�26/2026 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Orchard Village Phase 1 B City Project No.: 102061 Improvement Type(s): � Paving ❑ Drainage ❑ Street Lights ❑ Turn Lane Original Contract Price: $1,613,358.75 Amount of Approved Change Order(s): $3,970.23 Revised Contract Amount: Total Cost of Work Complete: /� A/Y ���7- Ro.�ra�io-iFPn�n� oai5resn Contractor Accounts Receivable Title Gilco Contracting, INC. $1,617,328.98 $1,617,328.98 02/20/2026 Date Company Name ��'� I'?�tL�Ki � Project Inspector fClta,�.�a�a.�v P. �. Khal Jaafan F.C. i�ch 2b. L02616-32�.� / CST1 Project Manager a��� CFA Manager ���� Lauren Prieur (Mar 1, 2026 18�.3231 CST) TPW Director 02/20/2026 Date 02/26/2026 Date 02/26/2026 Date 03/01 /2026 Date flFFICIAL RECC)RD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Orchard Village Phase 1 B City Project No.: 102061 City's Attachments Final Pay Estimate x❑ Change Order(s): 0 Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid �� Consent of Surety � Statement of Contract Time Contract Time: 150 WD Days Charged: 141 WD Work Start Date: 3/17/2025 Work Complete Date: 2/16/2026 Completed number of Soil Lab Test: 683 Completed number of Water Test: 22 Page 2 of 2 F���r ���Tx CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ORCHARD VILLAGE PHASE 1B Contract Limits Project Type PAVING City Project Numbers 102061 DOE Number 2061 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 2/16/2026 WD Project Manager NA Contractor GILCO CONTRACTING, INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Inspectors M.GLOVER / E.CASTILLO Contract Time 158JD Days Charged to Date 141 Contract is 100.00 Complete Wednesday, February 18, 2026 Page 1 of 5 City Project Numbers 102061 Contract Name ORCHARD VILLAGE PHASE 1B Contract Limits Project Type PAVING Project Funding UNTI' IV: PAVING IMPROVEMENTS DOE Number 2061 Estimate Number 1 Payment Number 1 For Period Ending 2/16/2026 Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 6" CONCRETE PAVEMENT (RESIDENTIAL) 11349 SY $52.30 $593,552.70 11349 $593,552.70 2 6" LIME TREATED SUBGRADED 12132 SY $3.45 $41,855.40 12132 $41,855.40 (RESIDENTIAL) 3 HYDRATED LIME @ 32LBS./S.Y. 0 TN $305.00 $0.00 0 $0.00 (RESiDENTiAL)(CO#4) 4 8" CONCRETE PAVEMENT (COLLECTOR) 4613 SY $58.80 $271,244.40 4613 $271,244.40 5 8" LIME TREATED SUBGRADE (COLLECTOR) 4862 SY $3.45 $16,773.90 4862 $16,773.90 6 HYDRATED LIME @36LBS./S.Y. 0 TN $305.00 $0.00 0 $0.00 (COLLECTOR)(CO#4) 7 10" CONCRETE PAVEMENT (ARTERIAL) 3482 SY $79.15 $275,600.30 3482 $275,60030 8 8" LIME TREATED SUBGRADE (ARTERIAL) 3670 SY $3.45 $12,661.50 3670 $12,661.50 9 HYDRATED LIME @ 36LBS./S.Y. 0 TN $305.00 $0.00 0 $0.00 (ARTERIAL)(CO#4) 10 TEMPORARY ASPHALT PAVEMENT 220 SY $73.00 $16,060.00 220 $16,060.00 (ARTERIAL)(CO#6) ll P-1 RAMP 6 EA $2,355.00 $14,130.00 6 $14,130.00 12 R-1 RAMP 4 EA $2,910.00 $11,640.00 4 $11,640.00 13 5' CONCRETE SIDEWALK 462 LF $37.50 $17,325.00 462 $17,325.00 14 10' CONCRETE SIDEWALK 887 LF $71.20 $63,154.40 887 $63,154.40 15 REMOVE END OF ROAD BARRICADE 5 EA $500.00 $2,500.00 5 $2,500.00 l6 ST SIGN w/STOP SIGN 9 EA $460.00 $4,140.00 9 $4,140.00 17 STMARKERBLADE 36 EA $55.00 $1,980.00 36 $1,980.00 18 LTNCLASSIFTED EXCAVATiON FOR RENDON 1933 CY $14.85 $28,705.05 1933 $28,705.05 ROAD 19 PAVEMENT MARKINGS 1 LS $5,760.00 $5,760.00 1 $5,760.00 20 TRAFFiC CONTROL,(CO#5) 0 LS $15,000.00 $0.00 0 $0.00 21 REMOVE EXISTING ASPHALT PER SHEET 33A 3344 SY $10.00 $33,440.00 3344 $33,440.00 22 REMOVE EXISTING ASPHALT PER SHEET 33A 0 SY $10.00 $0.00 0 $0.00 & PROPOSED TEMP ASPHALT ON S(CO#6) 23 TOPSOIL 134 CY $78.60 $10,532.40 134 $10,532.40 24 BL,OCK SODE PLACEMENT 1603 SY $8.90 $14,266.70 1603 $14,266.70 25 HYDRATED LIME @ 36LBS./SY. 219 TN $305.00 $66,795.00 219 $66,795.00 (RESIDENTIAL)(CO#4) 26 HYDRATED LIME @48LBS./S.Y. 117 TN $305.00 $35,685.00 ll7 $35,685.00 (COLLECTOR)(CO#4) Wednesday, February 18, 2026 Page 2 of 5 City Project Numbers 102061 Contract Name Contract Limits Project Type Project Funding ORCHARD VILLAGEPHASE 1B PAVING DOE Number 2061 Estimate Number 1 Payment Number 1 For Period Ending 2/16/2026 27 HYDRATED LIME @ 48LBS./S.Y. 89 TN $305.00 $27,145.00 89 $27,145.00 (ARTERIAL)(CO#4) 28 CONSTRUCTION JOINT(CO#5) 298 LF $1.50 $447.00 298 $447.00 29 EXPANSION JOINT(CO#5) 46 LF $14.95 $687.70 46 $687.70 30 RIBBON CURB(CO#5) 56 SY $79.15 $4,432.40 56 $4,432.40 31 6" RESIDENTIALDRIVEWAY(CO#5) 30 SY $69.40 $2,082.00 30 $2,082.00 32 CITY REQUIIZED STAMPED TRAFFIC 1 LS $5,800.00 $5,800.00 1 $5,800.00 CONTROL(CO#5) 33 TRAFFIC CONTROL LIGHTS & DRIVEWAY 2 MO $11,150.00 $22,300.00 2 $22,300.00 ASSiST DEV.(CO#5) 34 REMOVE & REPLACE GUARDRAIL(CO#6) 1 LS $16,633.13 $16,633.13 1 $16,633.13 Sub-Total of Previous Unit �1,617,328.98 �1,617,328.98 Wednesday, February 18, 2026 Page 3 of 5 City Project Numbers 102061 Contract Name ORCHARD VILLAGE PHASE 1B Contract Limits Project Type PAVING Project Funding Contract Information Summary Original Contract Amount Chan�e Orders Change Order Number 4 Change Order Number 5 Change Order Number 6 DOE Number 2061 Estimate Number 1 Payment Number 1 For Period Ending 2/16/2026 $1,613,358.75 $23,485.00 $20,749.10 ($40,263.87) Total Contract Price $1,617,328.98 Total Cost of Work Completed $1,617,328.98 Less % Retained $0.00 Net Earned $1,617,328.98 Earned This Period $1,617,328.98 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,617,328.98 Wednesday, February 18, 2026 Page 4 of 5 City Project Numbers 102061 Contract Name ORCHARD VILLAGE PHASE 1B Contract Limits Project Type PAVING DOE Number 2061 Estimate Number 1 Payment Number 1 For Period Ending 2/16/2026 Project Funding Project Manager NA Inspectors M.GLOVER / E.CASTILLO Contractor GILCO CONTRACTING, INC. 6331 SOUTHWEST BLVD. BENBROOK � TX 76132-1063 City Secretary Contract Number Contract Date Contract Time 150 WD Days Charged to Date 141 WD 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 Less % Retained Net Earned Earned This Period $1,617,328.98 Retainage This Period $0.00 Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $1,617,328.98 $0.00 $1,617,328.98 $0.00 $0.00 $0.00 $0.00 $0.00 $1,617,328.98 Wednesday, February 18, 2026 Page 5 of 5 . . RECEI VED By Khal Jaafari at 7:54 pm, Oct 02, 2025 DEVELOPER-AWARDED-PROJECT CHANGE ORDER � , PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # WATER PROJECT # SEWER PROJECT # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT IXiRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACTAMOUNT TOTAL RE1lISED CONTRACTAMOUNT PER UNff REVISED C05T SHARE TOTAL REVISE� CONTRACT Orchard Village Ph.1B (A) WaterlSewedStarm Drain, (B) Paving, (C) SVeet Lights '19-Q149 I CITY PARTICIPATION:I 10206'I 61623 560Q&Ofi00430-102061-001580 56008-0700430-102061-001380 X-26285 w-2s�a CHANGE ORDER No: NO 4 Estevan Castillo Phone No: 682-263-4793 Khal Jaafari, PE Phone No: 817-392-7872 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREEf I�GHTS Developer Developer Cost City Cost Devalopar Cost City Cost Developer Cost City Cost Devaloper Cost Clty Cost Cost Clty Cost $443,822.95 50.00 $514,245.3'I 50.00 5649.448.93 50.00 5�.6'13,358.75 50.00 5198,334.22 5�.00 S'18,010.76 50.00 535,900,00 5a.00 58,740.00 50.00 SO.UO 50.00 50.00 50.00 50.0o So.Oo SO.00 SD.oO 50.0o 50.00 So.00 So.60 So.00 So.00 $4S1,B33.]1 50.00 5550.145.3'I SD.00 5658,188.93 50.00 §1,613,356.75 50.00 5198,334.22 50.00 50.00 50.00 50.00 $0.00 50.00 50.00 523,485.00 50.00 50.00 SO.OQ 5461.833.11 50.00 5550,145.3] 50.00 5658,188.93 50.00 S'1,636,543.75 50.00 5'198,334.22 50.00 5461,833.7'I 5550,145.35 5658,188.93 S'1.636,843.75 5198,334.22 �ev. Cost: 53,505,345.32 City Cost 50.00 53,505,345.32 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # � OUANTITY 3 3211.0400 ('194) 6 32'11.0400 (88) 9 3211.0400 (6S) 25` 32'11.0400 2'19 26' 3211.0400 '117 27' 3211.04D0 89 U� IT IY: PAVING IMPROVEMENTS UNIT ITEM DESCRIPTION CFVJ Unit Price IINIT PRICE IDeveloper Costl Ciry Cost Ton Hydrated Lime @ 321bs/SY (Residential) � 5305.00 �559,170.00) $0.00 Ton Hydrated lime @ 36 Ibs1SY (Coilector) $305.00 $26,840.0�j $0.00 Ton Hydrated Lime @ 36 IbsISY (Arterial) 5305.601 (g20,130.00} $O.OD Ton Hydrated Lime @ 36 Ibs/SY (Residential) 5305.00 $66,795.00 $0.00 Ton Hydrated �ime @ 481bs/SY (Collector) $305.ODI 535,685.00 $0.00 Ton Hydrated Lime @ 48 IbslSY (Arterial) $305.00 527,145.00 $0.00 UNIT IV: PAVING IMPROVEME_NTS Asterlsk (') indicates New Pay Item REASONS FOR CHANGE ORDER 1. Incraased the lime application rate per the lime senes. TOTAL CHANGE ORDER CONTRACT DAYS 'I50 150 0 150 TOTAL (S59,170.00) (526,840.OD) (820,13�.Q0) $66,795.00 $35,685.0� 527,145.00 �23,485.00 523,485.00 Revised: '12-17-2018 Page 1 RECOMMENDED: GMcivil �-'� gy_ � '�"�'✓...�— Name: Matt Baacke Title: Project Engineer By: Name: Title: APPROVAL RECOMMENDED: CFW - Water Department N/A RECOMMENDED: CFW - 'Contract Comp�iance Manager By: rvame: N / A TiUe: N/A M&C Number: M&C Date Approved: _� APPROVED: �� /- Orchard Famrs V"entures, LLC By. I�/� �-_, Name: ' ` / �..�'�.": h L \ ,l : G_ .; � TiUe: ` � _ ,_-,. .-.. ,__:, �� � < < :-�.: APPROVED: CFW - Assistant City Manager By: Name: N / A TiUe: RECEI VED By Khal Jaafari at 7:54 pm, Oct 02, 2025 . � APPROVED: Gilco Contracting, lnc. BY. �ob Ta yGoY Name: ROb Taylo� r,tie: Accounts Receivable APPROVED AS TO FORM AND LEGALITY: CFW - Assisfant City Attomey By: Name: N / A Title: ATTEST ' Contrect Complianee Manager (Project Manager): By signing I acknowledge that I am the person responsible N/ A for the monitoring and administration of this contract, include ensuring all performance and reportng requirements. Jannette S. Goodall City Secretary (]There are NO Ciry Funds associated with this Contract _ ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 2 Docusign Envelope ID: 3ADBE215-A9D1-4CAB-AEFF-847F9D765A08 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # WATER PROJECT# SEWER PROJECT# Xn � FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNTOF PROP. CHANGE �RDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT Orchard Ullage Ph.1 B (A) Water/SewedStorm Drain, (B) Paving, (C) Street Lights 19-0149 I CITY PARTICIPATION 102D61 61623 56008-0600430-102061-001580 56008-0700430-102061-001380 X-26285 W-2674 NO , . RECEI VED By Khal Jaafari at 6;15 pm, Oct 03, 2025 CHANGE ORDER No: � Estevan Castillo Phone No: 682-263-4793 Khal Jaafari, PE Phone No: 817-392-7872 CONTRACT UNIT WATER SEWER DRAINAGE PAVING I STREET LIGHTS Developer Developer Cost Ciry Cost Developer Cost Ciry Cost �eveloper Cost City Cost Devetoper Cost City Cost Cost Ciry Cost 8443,822.95 $0.00 $514,245.31 50.00 5649,448.93 50.00 51,6�3,358.75 50.00 5'I98,334.22 50.00 $78,010.16 $0.00 $35,900.00 S0.00 $8,740.00 SO.DO 523,485.00 50.00 I 50.00 S0.a0 yo.0o $o.oa SO.00 So.Oo $o.o0 50.00 50.06 50.0o I 30.0o S0.o0 $461,833.11 $0.00 $550,145.31 $0.00 $658,188.93 50.00 51,636,843.75 50.00 I�198,334.22 50.00 $a.00 so.00 so.00 so.00 ao.00 so.00 $2o.�as.,o so.00 � $o.00 so.00 $46'1,833.1'I 50.00 $550,145.31 $0.00 $658,188.93 50.00 51,657,592.85 SD,00 I$'198,334.22 50.00 $467,833.'11 5550,'145.31 5658,188.93 51,657,592.65 I 5198,334.22 Dev. Cost: $3,526,094.42 City Cost: 50.00 $3,526,094.42 You are directed to make the Pollowing changes in the contrect documents: CITY BID ITEM PAY ITEM # # QUANTITY 20 9999.0011 ;1) 28' New 298 2g' New 46 30' New 56 31' New 30 32' New 1 33' New 2 Asterisk (') indicates New Pay Item REASONS FOR CHANGE ORDER Revised: 12-17-2018 UNIT IV: PAVING IMPROVEMENTS UNIT ITEM D€StiCR�T�ON CFW Unit Price UNIT PRICE Deveioper Costl Ciry Cost LS TraffcCon o sis,000.00 (sis.000.00�i $o.00 LF Construction Joint 31.50 $447.00 50.�0 lF Expansion Joint 314.95 5687.70 $0.00 SY Ribbon Curb $79.15 $4.432.40 $0.00 SY 6" Residentiai Driveway $69.40 52,082.0 50.00 LS City Required Stamped Traffic Control $5,800.00 $5,800.00 50.00 MO � Traffic Convol Ligh4s 8 Driveway Assist Dev. $11,150.0 � 522,300.00 50.00 UNIT IV: PAVING IMPROVEMENTS 1. Add driveways on east side of Rendon Road and enhanced traffic control TOTAL CHANGE ORDER CONTRACT DAYS 150 'I50 0 'I50 TOTAL (515.000.00? S447.00 8667.70 $4,432.40 $2,082.00 $5,800.00 522,300.00 520,749.10 $20.749.10 Page 1 Docusign Envelope ID: 3ADBE215-A9� �-4CA8-AEFF-847F9D765A08 RECOMMENDED: GMcivil ,�,,, n-� �� By. . . � � Name: Matt Baacke TiUe: Projed Engineer APPROVAL RECOMMENDED: CFW - Water Deparfinent By: Name: N/A Title: RECOMMENDED: CFU/- 'Contract Compliance Manager BY: Name: N�A TiUe: M8C Number M&C Date Approved: Revised:l2-17-2018 APPROVED: Or o�f�8 !3�'Ventures. LLC By�� Name: AB'��1�������CB Title: AUthOfIZ2d SlQnatON APPROVED: CFW - Assistant Ciry Manager By: Name: N/A Title: . , RECEI VED By Khal Jaafari at 6:15 pm, Oct 03, 2025 APPROVED: / % Gilco Contractin . � � / � // ey: �G�-,� ��'=—'. � i ,�..� � �/ Name: � }=�E� i?� /s �.r1t� a�: '; � � r � Title: ��y `�,, APPROVED AS TO FORM AND LEGALITY: CFW -Assistant City Atiorney By: Name N�A Title: ATTEST " Contract Compiiance Manager (Project Manager): By signing I acknowletlge that 1 am the person responsible N/A for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary QThere are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Page 2 RECEI VED DEVELOPER-AWARDED-PROJECT CHANGE ORDER By Khal Jaafari at 12:48 pm, Jan 13, 2�26 . PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTR,4CT # WATER PROJECT # SEWER PROJECT# X# FILE # INSPECTOR: PROJECT MANAGER: ORI6INAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTR.4CT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT Orchard Village Ph.1B (A) Water/Sewer/Storm Drain, (B) Paving, {C) Street lights 19-0149 � CITY PARTICIPATION: 102061 61623 56008-0600430-102061-001580 56008-0700430-102061-001380 X-26285 W-2674 CHANGE ORDER No: NO 6 Estevan Castillo Phone No: 682-263-4793 Khai Jaafari, PE Phone No: 817-392-7872 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS Developer Deve�oper Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost Ciry Cost Cost Ciry Cost $443,822.95 $0.00 $514,245.3'I $O.DD $649,448.93 $D.00 $1,6'13,358.75 $0.00 $198,334.22 SD.00 $18,010.16 $0.00 $35,900.00 $O.DD $8,740.D0 $0.00 $44,234.10 $0.00 $0.00 $D.DD $0.00 $0.00 $0.00 $O.DO $D.DO $0.00 $0.00 $0.00 $0.00 $0.00 $461,833.'11 $0.00 $550,145.31 $O.OD $658,'188.93 $0.00 $1,657,592.85 $0.00 $'198,334.22 $0.00 $0.00 $0.00 $0.00 $O.DD $D.00 $0.00 (340,263.87) $0.00 $0.00 $0.00 $461,833.11 $0.00 $550,145.31 $O.OD $658,188.93 $0.00 $1,617,326.96 $0.00 $198,334.22 $0.00 $461,833.11 $550,145.31 $658,188.93 $1,617,328.96 $198,334.22 Dev. Cost: $3,485,830.55 City Cost: $0.00 $3,485,830.55 CONTRACT DAYS 150 �50 0 150 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY UNIT 10 9999.0004 (659) SY 22 9999.0013 (879) SY 34' New 1 LS Asterisk (`) indicates New Pay Item REASONS FOR CHANGE ORDER UNIT IV: PAVING IMPROVEMENTS ITEM DE$CRIPTION CFW Unit Price UNIT PRICE Developer Cost Ciry Cost TOTAL Temporary Aspha(t pavement (Arterial) $73.00 (548.107.00) SO.OD ($48,107.00) Remove Temporary Asphalt (Arterial) $10.OD (58,790.00) $0.00 ($8,790.00) Remove & Replace Guardrail $16,633.13 $16,633.13 $0.00 $16,633.13 UNIT IV: PAVING IMPROVEMENTS ($40,263.87) TOTAL CHANGE ORDER � ($40,263.87)� 1. Temporary aspha/f not needed due to traffic contro/ sequencing. 2. Guardrail installed by others after p/ans were designed needs to be removed and �ep/aced for new roadway alignmenf north of bridge on Rendon Road Revised: 12-17-2018 Page 1 (.LC — ,,__, BY�..� �,p�civil f,� �,;.���..� ,...'" Name: BY� -- TiUe: Name; �att Baa�ke �itle.. Psole�En9�neer ..,� � S �p�Ce na�or _-�_ e A r'°�lyed Sy cFW tant City Mana9er �iico Contracting, Inc. a JQ� Ro� T v av�� Rob Taylor N�me: Accoun.�s Rece ivable 'Citte'. �r-- �FW _ pssistant G��l ArtOrney ev�. —� N � A Assis n,e'. =`-- aRment Water DeP �Y� -- c�W- NaR'e�. sv� N � A Titie: Natt1e� �— Na — ,� �' RE�E�VED m, �an 12:49 P ha� �aafari at Title'. ,�` R�C�MMEN�Ep� p'fTEST �omPiian�e Manager N � A �FW _ •��ntract ,anne�e S Goodall ��� gecretatY �v�� N I A Nan'e. '(ide: M&� Number. M&� pate APP�oved. BY K et �projettMane9ponsible t ComP�iance Man�9am tne person tra�t, indude , �ontrac � acknowled9e tha tn�s C0n en�, d admi��straf�on pf uirem BY Si9nin9 , e and reP�rtin9 fea for the m°�dorin9 �anc �pntra�t ensurin9 aii p��O �iated witn tnis ., Trie{e are N� ��� FU�ds asso ds associated wRh th�s Contrac[ OThere ase CitY Fun ZQ26 Page 2 Revised. 12_17-2��8 �4RT��RTH�� TRANSPORTATION AND PUBLIC WORKS February 17, 2026 Gilco Contracting, INC 6331 Southwest Boulevard Benbrook, Texas 76132 RE: Acceptance Letter Project Name: Orchard Village Phase 1B Project 7ype: Developer City Project No.: 102061 To Whom It May Concern: On February 4, 2026 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on February 16, 2026. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on February 16, 2026, which is the date of the punch list completion and wilf extend of two (2) years in accordance with the Contract Documents. If you have any quesCions concerning this letter of acceptance, please feel free to contact me at 682- 263-4793. Sincerely, lCGu�\��'� P. �. K�alJaafariPE.( eb26.2U26'632t�G5T) Khal Jafaari, Project Manager Cc: Estevan Castillo, Inspector Mike Glover, Inspection Supervisor Cristobal Fuentes, Senior Inspector Andrew Good , Program Manager GM Civil, Consultant Independent Utility Construction, Inc , Contractor Orchard Farms Ventures, LLC , Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STAT� OF TEXAS COUN7'Y OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Rob Taylor, Accounts Receivable 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, Texas has been paid in full; That there are no claiins pending for personal injury and/or property damages; On Contract described as Paving Improvements to serve: Orchard Village Phase 1B ,, �' ,� '� �, �.� � .�- � 1 BY: Rob Taylor Subscribed and sworn before me on this 4th of February , 2026. �'""''' KASSANDRA CANALE- � ;,��'Rv "�e'. _°, ' ��Notary Public, State of Texas � ;`"� _���z= Comm. Expires 01-23-2027 � qT •....� +: ''�.� °;,���� Notary ID 13415Pf.i73 ' .,....�. � , ,,,. .,, .�..�,�.:,� � _�:' -�%" %-`'�. �" "--__� �" /'� Notary Public Tarrant County, TX CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 PROJECT: (n8me, 8ddfesS�Orchard Village Phase 1 B- Paving Improvements TO (Owner) ORCHARD FARMS VENTURES, LLC AND CITY OF FORT WORTH 406 Golfway W Drive St. Augustine FL 32095 CONTRACTOR: GILCO CONTRACTING, INC. OWNER ❑ ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER TX Bond No 022238753 � ARCHITECT'S PROJECT NO: CONTRACT FOR: Orchard Village Phase 1 B- Paving Improvements � CONTRAC7 DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert nama end address of Surety Companyl LIBERTY MUTUAL FIRE INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (hare insart narne 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) ORCHARD FARMS VENTURES, LLC AND CITY OF FORT WORTH 406 Golfway W Drive St. Augustine FL 32095 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this Attest: - (Sea��: );,�v:�. �'i'i�iY.;t�t—.- 6th day of February, 2026 LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety Company �1D�'l,c�t,�ti �"�(�t�r� :E;� Signatufe of Authorized Representative Soohinie Hunter Title Attorney-in-Fact NOTE: 7his 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 � r� ������ i � r► � � POWER OF ATTORNEY Certifcate No: 8213588-022020 Liberty Mutual Fire Insurance Company Wausau, Wisconsin KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal o�ce in the City of Wausau, State of Wisconsin does hereby make, constitute and appoint Don E. Cornell; Sophinie I lunter, Tina McEwan; Robbi Morales; Mikaela Peppers; Tonie Petranek; Ricardo .I. Reyna; Joshua Saunders; Kelly A. Westbrook all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in theirfits name, place and steatl, to sign, execute, acknowledge and deliver in their/its behalf, and as their/its act and deed, without power of redelegation, as follows: Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorizetl officers of the Company(ies), and all the acts of saitl attorney(s), pursuant to the authority herein given, are hereby ratifietl and confirmetl. AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS-IN•FACT — Appointment of Attorneys-in-Fact by Liberty Mutual Fire Insurance Company are matle pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By-Laws, as amended antl by Unanimous Consent of the Board of Directors datetl May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint attorneys-in-fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make N� � execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. °� � � �� m � IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixetl, s� •-% � this 2nd tlay of April , 2025 . �� E � � o �, �� Liberty Mutual Fire Insurance Company �� � � yF�PE INSGR � � O ; ~Q.2,40µPORqT�y� e///�� /�{� /' / ..._. j V �� � � m L� �l/ I / @ � 1908 „ 2-r�� A� . _ °� � Y �, ,� � BY� p cn �� d�,�' °*"5��d° Nathan J. Zangerle, Assistant Secretary � O N O L � � � 0 � � � Attest: `�a��`1�A•'�"�'".,�"_ Q `o �� Heather B. Magee o o� � a� State of PENNSYLVANIA o N o,� County of MONTGOMERY ss n. � o@ The foregoing instrument was acknowledged before me this 2nd day of April , 2025 by Nathan J. Zangerle, an authorized representative of Liberty Mutual Fire Insurance � o '� � Insurance Company. c � -o >. ca — — U � U (6 C ..n � S � , C �� '' � ��; "� Commonwealih of Pennsylvania - Nolary Seal O N p� r.- ,r� Teresa Pastella, Notary Public i1--� � �� Z U '���' MontgomeryCaunty U /[' p�} � t t'" My commission expires M14arch 28, 2029 By: ..�� � �(.(�t,yt� � Q '� � � Commission number 1126044 �'t„ Member, Pennsylvania Association of Notaries eresa Pastella, Notary Public � 3. �:'t � � CERTIFICATE I, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the tlate of this certifcate; and I do further certify that the officer or official who executed the said power of attorney was one of the offcers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certifcate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certifir,ate ;elsting thereto by facsimile, and any such power of aflomey or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Cor�ipany when so affu;ed and in the future with respect to any surety undertakings, bontls, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 6ui day o? Febn:ary , 2026 . F�RE �NSG ~JP=4opPOR�icPqn //���' � lsos° � By: .� ., o Renee C. Lleweliyn, Assistant Secretary rd' ��ScoNs�a L3 �a�� * F�d LMS-22023 02/24 � ��>��/ . ✓ �R 1 TEXAS IMP.ORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Depart►nent of Insurance Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.�ov E-tnail: ConsumerProtectionntdi.texas.�ov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. Ifthe dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para infocmacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Conswner Protection (1 1 l-lA) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: htta://www.tdi.texas.�ov E-mail: ConswnerProtection(�tdi.texas.�ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP 70 68 09 Ol LMS-15292 10/15