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