Loading...
HomeMy WebLinkAboutContract 46382-FP2 n CITYSECREfARY CMUCT to. „-' L, ; " /i% � i *��ilftl0J " OA »4. Sm. 7"09 O /rri „ r" "M PA V T A , '-CI WORM 'by City tl ate., /A daough M&C ✓ # l7N&I' l ;I WOW upon ecgw a�e�t&doti of die,�assis'tant r of pmetat has ac c„ peed the-p i t a$cobAp ke, �, ?�„ $7^532.23 rr r siqg ill or, ,,,, ,seatiitannt ' ri , x"163*X6473 t � r � m,,, 763, 64.73 r, %j/rte, , � ' ' ot, dl . $709,764j3 (, ,"0" p�iLp6 $769,,76013 t , no., Date Asst. llas&ueture D�O ign and Construction 1 t Date rr r TA � A C� pUtl U C��tK r rr /asst, er Date _f 47708 � � X CITY SE . I rrr , f FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRESHNO WEST PHASE V Contract i Project a PAVING,DRAINAGE&ST LIGHT City Project Numbers 02369 DOE Number 7299 Estimate Number I Payment Number I For Period Ending I OAV2015 CD City Secretary Contract Number 117249 Contract Time 17CD Contract Date Days Charged to Date 235 Project Manager Shia Contract is 100.00 Complete Contractor Lull.CO C'0Kr ( (!,INC. 6331 SO .S3"BLVD. BFXB YGJOK w TX 76132-1063 Inspectors LAYER g TAEZAZ i Thursday,October 09,2015 Page I of 5 City Project Numbers 02368 DOE Number 7299 Contract Name PRESIDIO WEST PHASE V Estimate Number 1 Contract Limits Payment Number 1 Project Type PAVING,DRAINAGE&ST LIGHT For Period Ending 10/8/2015 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFETY CO#1 970 LF $0.50 $485.00 970 $485.00 2 REMOVE EXISTING DROP INLET 2 EA $900.00 $1,800.00 2 $1,800.00 3 6"DRY ROCK RIPRAP 265 SY $50.00 $13,250.00 265 $13,250.00 4 21"RCP CLASS III CO#1 115 LF $40.00 $4,600.00 115 $4,600.00 5 24"RCP CLASS III CO#1 258 LF $44.00 $11,352.00 258 $11,352.00 6 27"RCP CLASS III CO#1 126 LF $51.00 $6,426.00 126 $6,426.00 7 30"RCP CLASS M CO#1 388 LF $56.00 $21,728.00 388 $21,728.00 8 3-9'X4'BOX CULVERT 83 LF $1,100.00 $91,300.00 83 $91,300.00 9 10'CURB INLET 3 EA $3,200.00 $9,600.00 3 $9,600.00 10 15'CURB INLET 4 EA $3,950.00 $15,800.00 4 $15,800.00 11 10'CURB INLET-WLET TOP ONLY 1 EA $2,400.00 $2,400.00 1 $2,400.00 12 TEMPORARY SWALE GRADING 1 EA $3,900.00 $3,900.00 1 $3,900.00 13 3-9'X4'TXDOT PW HEADWALL 2 EA $26,000.00 $52,000.00 2 $52,000.00 14 CONNECT TO EXISTING STORM SEWER 4 EA $250.00 $1,000.00 4 $1,000.00 16 ]0'CURB INLET CO#1 2 EA $1,600.00 $3,200.00 2 $3,200.00 Sub-Total of Previous Unit $238,841.00 $238,841.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONCRETE CURB&GUTTER 146 LF $10.00 $1,460.00 146 $1,460.00 2 6"DRY ROCK RIPRAP 62 SY $100.00 $6,200.00 62 $6,200.00 3 HYDRATED LIME @ 32LBS/SY 137 TN $148.50 $20,344.50 137 $20,344.50 4 HYDRATED LIME @ 42LBS/SY 85 TN $148.50 $12,62150 85 $12,622.50 5 6"LIME TREATMENT 8524 SY $2.50 $21,310.00 8524 $21,310.00 6 8"LIME TREATMENT 4040 SY $2.60 $10,504.00 4040 $10,504.00 7 6"CONC PVMT 3600 PSI @ 28 DAYS 7974 LF $31.30 X249,586.20 7974 $249,586.20 8 7"CONC PVMT 3600 PSI @ 28 DAYS 3832 SY $32.65 $125,114.80 3832 $125,114.80 9 4"CONC SIDEWALK 1840 SF $3.90 $7,176.00 1840 $7,176.00 10 BARRIER FREE RAMP 8 EA $1,750.00 $14,000.00 8 $14,000.00 11 TRAFFIC CONTROL 1 MO $1,500.00 $1,500-00 1 $1,500.00 Thursday,October 08,2015 Page 2 of 5 City Project Numbers 02368 DOE Number 7299 Contract Name PRESIDIO EST'PHASE V Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&ST LIGHT For Period Ending 10/8/2015 Project Funding 12 REMOVE FOR BARRICADE 3 EA S750.00 $2,250.00 3 $2,250,00 13 INSTALL STANDARD FOR BARRICADE I EA $1,500,00 $1:,500.00 1 $1,500,00 14 PAVE MENT HEADER 112 LF $8,00 $896.00 112 $896.00 15 RELOCATE EYJSTING BARRICADE 3 SY $1,500.00 $4,500.00 3 S4,500.00 Sub-Total of Previous Unit $478,964.00 $478,964.00 .................. ......... STREET LIGHT Item Description of Items Estimated Unit Unit cost Estimated Completed Completed No, Quanity Total Quanity Total 1 1 1/4"CONDT OVC SCUT 80 1375 LF $7.07 $9,721.25 1375 $9,721.25 2 GROUND BOX TYPE B VT/APRON 2 EA $648.00 $1,296.00 2 $1,296.00 3 RDWY ILL LW FOUNDATION TY4 14 EA $1,042.00 $14,588,00 14 $14,588,00 4 2...#6,#I OCU ALUMINUM WIRE GAGE 1375 LF $2,02 $2,777.50 1375 $2,777,50 5 ATB-90W-T`M-NW IED WMINAIRE 14 EA $496,64 $6,952.96 14 S6,952.96 6 STRLETLIGHT POLE TYPE D25-6 14 EA $1,187.43 $16,624.02 14 $16,624.02 Sub-Total of Previous Unit $5.1,95933 $51,959,73 Thuirsday,October 08,2015 Page 3 of 5 City Project Numbers 02369 DOE Number 7299 Contract Name PRESID10 W"ST PHASE V Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&STUGHT For Period Ending lawols Project Funding Contract Information Sum maEX Original Contract Amount $759,53213 Chan ye-Orders Change Order Number 1 $10„232,50 Total Contract Price $769,764,73 Date Total Cost of or Completed $769,764,73 Contr Less %Retained $0.00 Net Earned $769,764.73 Date Inspections PC,77 i Earned This Period $769,764.7'3 , �' Retainage This Period $0.00 Project Man Date Less Liquidated Damages Pro Days Q4 Day $0.00 Dat Lesspavement Deficiency $0.00 'St Direct ­TPIAP Infin"m--ture Design and ConsUuction Less Penalty $0.00 Date Less Previous Payment S0.00 J Di or I Umtracting Depa#ent 11 Plus Material on and Less 15% $0.00 Balance Due This Payment $769,76433 Ii Thursclay,October 08,2015 Pap 4 of 5 City Project Numbers 02368 DOE Number 7299 Contract Name PRESIDIO WEST PHASE V Estimate Number I Contract Limits Payment Number I Project Type PAVING,DRAINAGE&ST LTUHT For Period Ending 10/892015 Project Funding Project Manager Ehia City Secretary Contract Number 117299 Inspectors LAYER. I 'rAE7AZ Contract Date Contractor GU,(.,O CONTRACTINU,I.NC, Contract Time 170 CD 6331 SOUTHWEST BLVD. Days Charged to Date 235 CD BENBROOK, I-X.'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 or Completed $769,764.73 Less %Retained $0.00 Net Earned $769,764.73 Earned This Period $769,764.73 Retainage This Period $0,00 Less Liquidated Damages 0 Days @ $0.00 1 Day $0.00 Less Pavement Deficiency $0.00 Less Penalty MOO Less Previous Payment $0.00 Plus Material on and Less 15% WOO Balance Due This Payment $769,764.73 'niursday,October 08,2015 Page 5 of 5 v � a CU o 0 v u ®t Lu r. Q) W va w N O us 1z d O N m D +� w ^ w C7 cv OD O a a L) LU sr v > v CL o- Q � y g d r J > in nr w °o > m w � q Lij m ca � v t LL S p n n o ® w co CL CL P- x v z W 0 u a z rLLJ a ° u r = az Z W ° g E w w z U ° V LO) u Q a a ° N rt a a U U m ° U a ° ® ® u a d v U —w-7 F ° tSA ..wy z cn 4 0 0 lu . U U U ® S 'n lL a. O U V Q CN 04 F,P- CIA M 40 ClJ r w Q C! 0 C, fi cil I t4 44 w rl- z 0 z CD D 0 I.- 1 -a C'� z (D 0 c: w 0 0 .q�r-, ui O w CL 'C' F 0 m 9-eases 8 El w M Uj rEl z V) a: 04 C-4 A (D z ui U)p E 0(L ® CL 0 LU > ui IX x — Z w > J w x w M CL u U) IL z 0 u U. iv Z w 0 uj a Qs P C',07 0 �2 C,l 0>z C14 0 ol w uj N IZ uj z C: L G2 5? U) us 6. q,8 Z: "" R N O:a C3 0 mmmmcn mm Ow w C, C, z LY cc L) W 13 Zo lz as 0 w 0 L) IN 0- z 0 m FORTWORTH Key 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: ftesidio West Pase V PROJECT NO.: 2368 CONTRA("rO.R: Gilco Conlral� DOE NO.: 7299 PERIOD FROM:02109115 TO: 10102115 FINAL INSPECTION DATE:i!:S 15 WORK ORDER EFFECTIVE.11912015 CONTRACT TIME: 170 ��OWD 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 OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 0 0 235 235 PERIOD PR'EVIOUS 0 0 0 0 0 0 PERIOD TOTALS TO DATE fi 0 0 0 0 235 235 *REMARKS: CONTRACTOR DATE INSPECTOR -"DATE-, ENGINEERING D13PAR"I'MENT 0L, R E C 0 D Tlx City of Fort Wortb-1000 Throckmorton Street-Fort WorthjX 76012-6.311 CITY SECR 17) ETAlty (8 392.,'7941 -Fm(&11'7 392-7fW5 F ll� I"H w Tx CONSENT OF OWNER SURETY COMPANY ARCHITECT El CONTRACTOR EJ- TO FINAL PAYMENT SURETY Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022050628 PROJECT: (name, address)PresidIo west Phase V-Water&Sanitary Sewer Improvements Fort Worth TX TO (Owner) S NO: FFIRST TEXAS HOMES,INC,AND CITY OF FORT ARCHITECT° PROJECT WORTH CONTRACT FOR: 500 Crescent Court Suite 350 Presidia,West(Phase V-Water&Sartitary Sewer Improvernerth; Lallas TX 75201 —J CONTRACT DATE: CONTRACTOR:GILCO CONTRACTING,INC. In accordance wilth the provisions of the Contract between the Owner and the Contractor as indicated above,the (here Insert name and eddroa2 of Surety company) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 SURETY COMPANY on bond of (here Insert name and addren 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 (hem Insert name and address of Ownafl FIRST TEXAS HOMES,INC.AND CITY OF FORT WORTH 500 Crescent Court Sufte 350 Dallas TX 75201 OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 21 at day of September,2015 LIBERTY MUTUAL INSURANCE COMPANY Sure ompany Attest:Robb!Morales (Seat)- Signa- re of Authorized Representative Title NOTE:-TWa form Is to he utied as a companion document to AtA DOCUMENT 07UG, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Ca~FAften ........ ......... ONE PAGE INIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Aftorney II the acti;ofthoss named heril and they have no authodlyto blvd the Cornpany except In the manner and to the extent I stated. Certificate No.11 I'm American Fire and Casualty any Liberty Mutual Insurance Company The Ohio Casualty Insurance Company, West Amer ka Insurance Company POWER OF ATTORNEY KNOWN ALL PER BY THESE PRESENTS:That Ammican Fine&Casuafty Company and The Ohio Casualty Insurance Company are corporabons duly arglaislasid under the bw of to Slide of Now ftnpoMm,that Liberty Mutual kmmm Company is a corporaflon duty aganized unclew the taws of the SWW of Massachuseflis,and War Amedcan hmnm Company N a corporation dully organked uinder the Islas of the State of indmins(bourn oollimikely called the'Compasteery"pursusin to and by authorky hereen ad forth,does hereby a",constill andl DeLene Marshall Matter a 4yo1_ ilea ,saft of-LX swi Individually ItItme be mum than(me namill b twie and lawful aftney4fi-W to woke,ancu*,sea sclimbafedgm, arid dolvel for and on Its behaff as sandy and as its act aid dead,my and air undertakings,bonds,recogi4isinces and other small in pursuance of am prownu and be as binding upon Uwe Compardes as It they hoe been duty sood by ft prosel and aftesled by the seciefory of The Conxial in thok own propor persoll W WITNESS WHEREOF,ft POW of At has bow sultox3ibed by an authorized offlow or officlat of The Companies and Me corporate seals of the Coniparlies have been affixed overall fti day of_§_eRL8_Mbar _30_15 . a 0 CAs '-'l Ill ­­­ 0 Annefican Fire and Casualty Company `10 1-1�Nsuz� The Cil Casualty Insfurance Company 0 1906 1912 99f Libeirly Mutual Insurance Company West &an Inwrance Company Ar U By: 6:avld 4M. ��'=_Istant S_9a*sry STATE OF PENNSYLVANIA 35 COUNTY OF MONTGOMERY 0 On 11thil day of _M'�5 befee me parmorfaillify appeasid David M.Cal%ft aclinowledged himsell to be be Assfistlent Secretary W American File and aF- 0 ® Casualty Compmq,LA"Mutual Insummus Camp",The Ohio Casualty lasurance Company,and Weat merican Insurance Company,and Mg he,as such,bi authorized so to do. (4 10-2 "WA the kragaing insinimant for ft purpeal therel conlained by soft an bell of The corporations by himseff as a duty authorized officer. 0>10 11- C LZ IN WITNESS WHEREOF,I have hereunto wbscribed in name and affind nily notartal seal at Plymouth lifeelling,Penneylvall an the day and year rest above wrillan, CL 'i Sill, PAall� COMMONWEALTH OF PENNSYLVANI > .......... Nobill Seni Fill 122SWITs,Nalwif Public 0 C fal ­ OF momii i Temsel Pasleft,Nol Pubfic fill"Comnifulon Expires Mal X 2017' Ni PennoyWania Azzodalion of WAtaries E io*6 IL This PwwolAttwgey is made and executed puni to m by au"of the f6lifnill By­11avis and Authorkt.9ons c(ArnericanI Fee mind Casualty Company,The Ohio Casualty insimance at q Company,Lbeity Miguel Insurance Company,and West American Insurance Cormany which resolutions are now in fill home and e Mel as""a, me (D ARMLE Pi-OFFICERS-Section IZ frowero(Aftinmy,any officar or other di of the Corporation sullholol for that purpose In writing by the Chairman ca'the Presidaii and subod 0 c LP� t,such lankidial as on Chairman or the President may pre ft shop appotnt such attomays4n•W,as may be necomiary to ad in behalf of the Commiftion In mesa,execute,ad. 2:.0 ii aomwWp and de&w as surety any and al liefdortakiii blonds,recognstances and other suisty obligations, Such aftrisys4ft-lack,"ad to the Imitators ad forth in h*respective E paws of at",shd haw full power to bkd the Corporation by their signature and execution or any such k*mffwb and 0 attach thereto the wal of the Coctioradon. Will so au executed.such Instruments shall be as 1xvift as it signed by The President and aftested to by doe Secreflary.Any power or oulhodly granted to,any repoementalive or alitiormay-in­11al under the provisions of ft adide my be revolivid at my 1kne by the Bored,the Quilmnal the Primmident of by The o or officers granfil such peal or suftity, eo C ARTICLE XM-Execulturf of Contracts-SEC71ON 5.Surety Bonds and Undartalangs.Any oll of the Conitimy authorized for that ptirpose In wi by The difermian or ft preswe"i E e? and subject to such flimiations as"Chinfroan or the pre may prescribe,shag appolint such allorneys-in-fack as may be necessary to act in b"r of the Company Ill Tali execute, 0 a",acknowlel and daitill as surely any and ali undertakings,bonds,recogntrances and other surely obigaidomi Such aftneys4-Il sul 10 The firrillatens ad bm in theer respective powers of aloff"l shag have 6A power to hind the Company by lWk signature and execution of any such instruments ead to atiach thereto the seal olthe Conipai"Athen so 00 0 T­ executed such inalmments sholl be as binding as 0 allined by the preefdant and adested by the socridell to Certificate of Designation-The President of The Company,acting pursuard to the Billon of the Company,audioll David M.Cam,Assistant SWAfty to asTil such aftr*YS-kl- W as may be necessary to ad an behelf of the Company to make,exal a*o0nowledge aid dellifer as wely,any and aN undeflefil bonds, ear and odw=*Y obligations. A4Mwkatlon-By unanimous consent or Inc COMPInYs Board of Direclool Ow Company conwits that 1"Inde or MeCtwili 116PRIduceld stn8tum Of any assistant 50crrAmY of The Cornparil whooliver Wasift upon a coMed copy of any power of afforney issued by lhe Company In connecton with sonsty bonds,shall be valid and binding upon Ow Ccmpwq wlh the same rorce and effect as though annually affixed, 1,Grsgory W,Devenpol the undersigned,Assistant Secretary,of American Fire aid Casualty Company,The Ohio Casual Insurance Company,Ubody Mutual Iniaxanos Comilual 8W weal Amwkan Insurance Ceiripany do hei codify that the oriti power of Nomey of Which Ohs lior"olng is a full,true and correct copy of No POW OfAtormy OXWAed by UM Companies,Is in M force and efii and has W been r IN TESTIMONY WHEREOF,I have hereunto gal my hand and ofted the seals of said Companies this 2E" day of ig60 CA INS By: 1 0 1912 199T 906 1701500 Lldlk_112873_122013 Liberty Mutual-, SURETY Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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 Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(a)-tdi.state.tx.us Premium or Claim Disputes i Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the 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. LMIC-3500 i Ilia, September 17,2015 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth,TX 76102 RE:Final Waiver of Lien; Paving and Street Light finproverrients,to serve Presidio West Phase 5: DOE#7299 City Project#02368 The purpose of this letter is to acknowledge that we have been paid in fiill by First Texas Homes for the public improvements constructed to serve Presidio West Phase 5,in Fort Worth,Texas. As a result,we hereby waive,release and rethiquish all rights t®assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. S' cerely, IN ............. Leia Hubba Operations Director 6331 Southwest Blvd. Benbrook Texas 76132 Office: 817.735.1600 Fax 8 17.735.1 613 AFFIDAVIT STATE OFTEXAS COUNTY OF TA Before me,the widersigned authority,a not public in the state and county aforesaid,on this day personally appeared Leia Hubbard, Operations Director Of Gil co Contracting,Inc.,known to me to be a credible person,who being by me duly sworn,upon her 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 ® the City of Fort Worth has been paid in fall; That there are no claims pending for personal,injury and/or property damages; On Contract described as; Paving and Street Light Improvements to serve:Presidia West Phase 5 BY is Hubbard Subscribed and sworn before me on this_LL_of September ,2015. uuwn� ........... �q 14 RY WNW., FF IFY Pukw%stiate of Texas Notary blic Comn�ilssion EX008 Tarrant County,TX octobel 'i9 11 FIRST HOMES September 17,2015 Mr.Dale Gilreath Gilco Contracting,Inc. 6331 Southwest Blvd. Benbrook,Texas 76132 Re: Paving and Street Lights Contract for Presidlo West Phase 5 City Project No.02368 Water Project No. P265-6071502368-83 Sewer Project No. P275-7071302368-83 D.O.E.No.7299 "X"No.X-22792 Dear Dale: This letter will document that First Texas Homes 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 First Texas Homes in connection with the Work. First Texas Homes i I A'4z / Cc: Patrick ckley,City of Fort Worth 500 Crescent Court, Suite 350 Dallas, Texas, 75201 (214) 613-3400 Fax (214) 432-0350 FORTO H REV:021'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 10/7/2017 Name of Contractor Project Nome Burnsco Construction Inc. Presidio West Phase V DOEhalmclor Project Manager 7299 Fred DOE Number Project Difficulo, Type of Contract 2368 Simple 0 Routine 0 Complex 0 Water I[] Waste Water (0 Storm Drainage 2 Pavement THillal Cantract,41nount Final Contract Amount $759,53123 $769,764.73 11)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RRATING . ( T' (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS I Availability of Inspector T Accuracy of Plans to Existing Conditions 44 2 Knowledge of Inspector 4 2 Clarity&Sufficiency of Details T Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism &1 4 Accuracy of Plan Quantities Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I Knowledge And/Or Problem Resolution 4 ADMINISTRATION 2 Availability of Project Manager I Change Order Processing,rime 14 3 Communication T Timliness of Contractor Payments 4 Resolution of Utility Conflicts L 3 Bid Opening to Pre-Con Meeting Timeframe Up COMMENTS&SIGNATURES COMMENTS A Signature Contractor Signature DOE Inspector ........................ Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS '11Uk1° SP0RT.VfI0N AND PUBLIC WO.RY-S A m e City of Fort Worth•1000 71rockinorton Street•Fort Worth,TX 76012-6311 (81"7)• 92 -7941 •Fax:(817)392- 7845 FoRTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Afwne arC orrrracrar Project Name Gilco Contracting Inc. Presidio West Phase V DO Inspector DOEMunber Flaote Tae zaz 7299 DOF Inspector Project Manager 0 Water 0 Waste Water 0 Storm Drainage 2 Pavement Fred Ehia initial Conrract,4mount Project Difflcu4 $759,532.23 0 Simple 8 Routine 0 Complex Final Contrart.4mount Date 1$769,764.73 10n12015 II)i PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT( c) APPLIC ABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 Y 3 8 6 T Public Notifications 5 N 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 Finished Product 15 Y 3 60 45 7 Job Site Safety 1-5 Y 4 60 60 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Cl p 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 4 20 20 11- Pro !IZ Restoration 5 Y 3 20 15 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE CM)— 341 Ilb CONTRACTOR'S RATING Maximurn Score(MS)=448 pr sum of applicable element score maximurns which= 408 Rating(ITS I NISI* 100%) 349 f 408 - 84% Performance Category Excellent <20%-Inadequale 20%to<40%–Deficient 40%to<60%=Sfandard 60%to<$0%--Good :?80% acellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDEB) Signature DOE Inspector "ILL Signature Contractor 7 Signature DOE Inspectoes Supervisor CONTRA(701;VS COMMENTS TRANSPORTA'110N AND PUBLIC WORKS 'M o Tine Oty ref -ort Worth 1000 Tinockmorton Street•Fort Worth, TX,'76012-6311 (a (8 17)392..7941 •Pa(817)392-71145