HomeMy WebLinkAboutContract 46521-FP1 (2)&W Const. Services
/cS
4'1
The Proceeding people have been Co d concerning the request for final
payment & have released this projec for such payment.
I Clearance Conducted By Shameka Kennedy
•
Depa 4 I ent o
DOE rrad i
Project Tr agar _
Risk Management J. Pa ` ► eeter
D.O.E. Brothert
,/
CFA Westerman/Scann
Original Contract Prices:
Amount of Approved Change Orders:
Revised Contract Amount:
Total Cost Work Completed:
Less Deductions:
Liquidated Damages:
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed:
Less Previous Payments:
Final Payment Due
s S .0 RE TA ref 1. le >3 I
CLVICRACT ILA.
&TION AND PUBLIC WORKS
F PROJECT COMPLETION
54l001 - coQ393
D.O.E. Ns: 7322
eesrpq60zi
Regarding contract 117322 for LAKE VISTA RANCH as required by the WATER DEPARTMENT as approved by
City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of
the Assistant Director of the Transpo . •ny& Public Works Department has accepted the project as complete.
It
1140V - _1
t
Recommended for Acceptance
Asst. Director, TPW - Infrastructure Design and Construction
•
Accepted
Asst. Director, WATER DEP
Asst. City Manager
TMENT 0/0/240C
$523,163.36
$523,163.36
$523,163.36
$0.00
$523,163.36
Date
Date
Ne
Days @ $210.00/ Day
firfi-/se
Comments: P265-541200-607150239383, P275-541200-707130239383
EMtAJLED
NOV 1 2 2015
Initial: L.-:.4'i
tfro
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
?R(DS oz3q3
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name LAKE VISTA RANCH
Contract Limits
Project Type WATER & SEWER
City Project Numbers 02393
DOE Number 7322
Estimate Number 1 Payment Number 1 For Period Ending 10/15/2015
CD
City Secretary Contract Number 117322 Contract Time 18CD
Contract Date Days Charged to Date 191
Contract is 100.00 Complete
Project Manager Long
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK , TX 76132-1063
Inspectors LAYER / TAEZAZ
Thursday, October 15, 2015 Page 1 of 4
City Project Numbers 02393
Contract Name LAKE VISTA RANCH
Contract Limits
Project Type WATER & SEWER
Project Funding
WATER
Item
No.
Description of Items
I 8" PVC WATER PIPE
2 8" GAI'h VALVE
3 6" GATE VALVE
4 FIRE HYDRANT
5 16"X8" TAPPING SLEEVE & VALVE
6 1" WATER SERVICE
7 TRENCH SAFETY
8 4' WIDE ASPHALT PVMT REPAIR
9 TRAFFIC CONTROL
10 DUCTILE IRON WATER FITTINGS
W/RESTRAINT
SEWER
Item
No.
1 8" SEWER PIPE
2 8" SEWER PIPE CSS BACKFILL
3 4" SEWER SERVICE
4 4' MANHOLE
5 TRAFFIC CONTROL
6 CONCRETE ENCASE SEWER PIPE
7 4' WIDE ASPHALT PVMT REPAIR
8 POST CCTV INSPECTION
9 TRENCH SEAFETY
10 MANHOLE VACUUM TESTING
11 4' EXTRA DEPTH MANHOT F
12 EPDXY MANHOI F LINER
13 CONNECT TO EX MANHOLE
Estimated Unit
Quanity
4712 LF
13 EA
8 EA
8 EA
1 EA
124 EA
4712 LF
24 LF
1 MO
1.4 TN
Sub -Total of Previous Unit
Description of Items
Thursday, October 15, 2015
Estimated Unit
Quanity
4217 LF
547 LF
124 EA
23 EA
1 MO
142 CY
24 LF
4764 LF
4764 LF
23 EA
53 VF
5 VF
1 EA
Sub -Total of Previous Unit
DOE Number 7322
Estimate Number
Payment Number
For Period Ending
Unit Cost Estimated
Total
$20.28
$1,230.00
$850.00
$2,740.00
$4,000.00
$720.00
$0.10
$83.00
$1,500.00
$3,650.00
Unit Cost
$25 86
$44.50
$520.00
$2,145.65
$1,500.00
$60.00
$86.00
$1.40
$1.00
$91.31
$100.00
$180.00
$1,500.00
$95,559.36
$15,990.00
$6,800.00
$21,920.00
$4,000.00
$89,280.00
$471.20
$1,992.00
$1,500.00
$5,110.00
$242,622.56
Estimated
Total
3109,051.62
$24,341.50
$64,480.00
$49,349.95
$1,500.00
$8,520.00
$2,064.00
$6,669.60
$4,764.00
$2,100.13
$5,300.00
$900.00
$1,500.00
$280,540.80
1
1
10/15/2015
Completed Completed
Quanity Total
4712 $95,559.36
13 $15,990.00
8 $6,800.00
8 $21,920.00
1 $4,000.00
124 $89,280.00
4712 $471.20
24 $1,992.00
1 $1,500.00
1.4 $5,110.00
$242,622 56
Completed Completed
Quanity Total
4217 $109,051.62
547 $24,341.50
124 $64,480.00
23 $49,349.95
1 $1,500.00
142 $8,520.00
24 $2,064.00
4764 $6,669.60
4764 $4,764.00
23 $2,100.13
53 $5,300.00
5 $900.00
1 $1,500.00
$280,540.80
Page 2 of 4
City Project Numbers 02393 DOE Number 7322
Contract Name LAKE VISTA RANCH Estimate Number
Contract Limits Payment Number
Project Type WATER & SEWER For Period Ending
Project Funding
Inspection Su
L I of
Project Man
Contract Information Summary
Original Contract Amount
Change Orders
Date /((,) (()-/
Date /6 4) C-
$523,163.36
Total Contract Price $523,163.36
Date i%;`407 o %5
Date nede/S®
‘eAsst -Directo r re Design and ons ction
ate
pyDirector / Contracting Departrrlent
lad
2,� 15
Io/
1
1
10/15/2015
Total Cost of Work Completed $523,163.36
Less % Retained $0.00
Net Earned $523,163.36
Earned This Period $523,163.36
Retainage This Period $0.00
Less Liquidated Damages
Days @ / 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 $523,163.36
Thursday, October 15, 2015 Page 3 of 4
City Project Numbers 02393
Contract Name LAKE VISTA RANCH
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager Long
Inspectors
LAYER / TAEZAZ
-}EatirilYea
NOV 1 1 2015 �!
BY
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK , TX 76132-1063
Line Fund Account Center
5 gGol ---
DOE Number
Estimate Number
Payment Number
For Period Ending
1
1
C Q3'73
10/15/2015
City Secretary Contract Number 117322
Contract Date
Contract Time 180 CD
Days Charged to Date 191 CD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Amount
Funded
Gross
Retainage Net
Total Cost of Work Completed $523,163.36
Less % Retained $0.00
Net Earned $523,163.36
Earned This Period $523,163.36
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 / 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
$523,163.36
Thursday, October 15, 2015 Page 4 of 4
?2CS- 3qq3
FORT WORTH
TRANSPORTATION & PUBLIC WORKS
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO. 1
NAME OF PROJECT: Lake Vista Ranch Phase 1
PROJECT NO.: 2393
PERIOD FROM 03/31/15 TO: 10/715
WORK ORDER EFFECTIVE 3/31/2015
DAY OF
MONTH
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
THIS
PERIOD
PREVIOUS
PERIOD
TOTALS
TO DATE
DAYS
CHARGED
DURING
SAT, SUN,
& HOLIDAYS
rev 03/05/07
CONTRACTOR: Gilco Contracting, Inc.
DOE NO. 7322
FINAL INSPECTION DATE: 7-Oct-15
CONTRACT TIME 180 O WD O CD
REASON FOR DAYS
CREDITED
RAIN, TOO WET,
& TOO COLD
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
DAY OF
MONTH
UTILITIES
RELOCATIONS
DAYS
CHARGED
DURING
OTHERS *
REASON FOR DAYS
CREDITED
•
DAYS
CHARGED
TOTAL
DAYS
191
191
, _ _. / .- ///..seli.C-
DATE INSPECTOR A DA lE
ENGINEERING DEPARTMENT
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
OFFICIALdECORLs
CITY SECRETARY
FT. WORTH, TX
•
Inspector's Comments (INCLUDING EXPLANATION OF BONUS PUJJ TS AWARDED)
Signature DOE Tmspector
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
:7
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
Jl) CONTRACTOR & PROJECT DATA
Name of Contractor
Gilco Construction, Inc.
DOE Inspector
Rudy Medellin
DOE Inspector
Water Waste Water Storm Drainage ✓ Pavement
Initial ContractAmo1lilt
$1,751,328.23
Final Contract Amount
$1,751,328.23
II) PERFORMANCE EVALUATION
10 - Inadequate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent
J
'ELEMENT
ti Submission of Documents
2 Public Notifications
3 Plans on Site
4 Field Supervision
5 Work Performed
6 Finished Product
7 Job Site Safety
8 Traffic Control Maintenance
9 Daily Clean Up
10 Citizen's Complaint Resolution
11 Property Restoration
12 After Hours Response
13 Project Completion
1
Project Name
Lake Vista Ranch Phase 1
DOE Number
7322
Project Manager
Aaron Long
Project Difficulty
0 Simple
Date
10/6/2015
WEIGHT ( x) APPLICABT F (Y / N)
2
5
5
15
15
15
15
15
5
5
5
5
5
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Routine
REV: 02/20/07
0 Complex
RATING (0 - 4) MAX SCORE SCORE
3 8
4
4
4
3
4
3
4
3
4
3
4
4
20
20
60
60
60
60
60
20
20
20
20
20
TOTAL ELEMENT SCORE (A)
BONUS POINTS (25 Maximum) (B)
TOTAL SCORE (TS) 406
Ill) CONTRACTOR'S RATING
Maximum Score (MS) = 448 or sum of applicable element score maximums which = 448
Rating ( [TS / MS] * 100%) 406 / 448 = 91%
Performance Category Excellent
<20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good/ 80% = Excellent
1
Signature Contractor
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fag: (817) 392 - 7845
6
20
20
60
45
60
45
60
15
20
15
20
20
406
BNM Lake Vista Development, L. P.
901 Airport Freeway, Suite 400
North Richland Hills, Texas 76180
(817) 849-5100 Fax (817)849-5101
October 2, 2015
Mr. Dale Gilreath
Gilco Contracting, Inc.
6331 Southwest Blvd.
Benbrook, Texas 76132
Re: Lake Vista Ranch, Ph 1
Water, Sewer, Paving, Drainage, and Street Light Improvements
CoFW Project No. 02393
CoFW File No W-2350
CoFW DOE No. 7322
Dear Mr. Gilreath,
This letter will document that BNM Lake Vista Development, 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 BNM
Lake Vista Development, L.P. in connection with the work.
Sincerely,
Bruce French
BNM: Lake Vista Development, L.P.
slebf
cc: File,. Lake Vista (Development)
H.:1LETTERHEAD BNh1 Lake .Vista Development LP.docx
October 2, 2015
City of Fort Worth
CFA Administration
1000 Throckmorton St.
Fort Worth, TX 76102
RR Final Waiver of Lien; Paving and Street Light Improvements to serve West Fork
Ranch Phase 8B: DOF, # 7322 City Project #02393
The purpose of this letter is to acknowledge that we have been paid in full by Jabez
Development, L P for the public improvements constructed to serve Lake Vista Ranch,
Ph. 1 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,
U
iLeia Hubbard
Operations Director
6331 Southwest Blvd.
Benbrook, Texas 76132
Office: 8174735.1600
Fax: 817.735.1613
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 Leia Hubbard,
Operations Director Of Gilco 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 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 and Street Light Improvements to serve. Lake Vista Ranch, Ph. 1
BY Leia Hubbard
Subscribed and sworn before me on this 2nd of October . 2015.
AY Po
oi
t�c It
,:1yiP AF C
MARY PANN€LL
Notary Public, State of TexdS
My Commission Expirdx
October 19, 201 f]
Notar
ublic
Tarrant County, TX
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
I
n
1
Bond No 022050638
PROJECT; Lake Vista Ranch - Water, Sewer, Paving, Drainage & Street Lights
(name, address)
TO (Owner)
BNM LAKE VISTA DEVELOPMENT, LP & CITY OF
FORT WORTH
9001 Airport Freeway, Suite 400
Fort Worth - TX 76180
CONTRACTOR: GILCO CONTRACTING, INC.
Fort Worth TX
ARCHITECT'S PROJECT NO:
CONTRACT FOR
Lake Vista Ranch - Water, Sewer, Paving, Drainage & Street Lights
_J CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(hare insert name and address of Surety Company)
LIBERTY MUTUAL INSURANCE COMPANY
175 Berkeley Street
Boston MA 02116
on bond of (here Insert name and address of Contractor)
GILCO CONTRACTING, INC.
6331 Southwest Boulevard
Benbrook
TX 76132
, SURETY COMPANY
, 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 Owns( )
BNM LAKE VISTA DEVELOPMENT, LP & CITY OF FORT WORTH
9001 Airport Freeway, Suite 400
Fort Worth TX 76180
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest
(Seal):
A. Westbrook
NOTE: This form is to be used as a companion
Current Edition
2nd day of October, 2015
LIBERTY MUTUAL INSURANCE COMPANY
Surety Company
,;9 ZU27
Signa re of Authorized Representative
Soohinie Hunter
Title
, OWNER,
Attorney -in -Fact
document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS,
ONE PAGE
O
0
• 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. 7111256
to
m
.a;
C
'O 7
d 0
U
4..
• co
a1 >
4-0 'MIMI
0
• N
0
rv8
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations 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; KeIIV A. Westbrook; Ricardo J. Revna; Rabbi Morales; Sophinie Hunter-; V-.DeLene Marshall
all of the city of Dallas , state of :TX - each_indiytdually if there be more thari one named, its true and.lawful attorney-in-fact.to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety acid as:its act.anddeed, aoyand all undertakings, bonds, recognizanees and othersurety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have beeri:dufy signedby the president and attestedby the secretary of the Companies in their owb:pfoper persons.
IN WITNESS WHEREOF, this Power ofAttomeyfias been subscribed_by an authorized officero -official of the.Companies and the corporate -seals of the Companies have been affixed
thereto this 11 th day of September 201 S =
- - Amer"can Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West American Insurance Company
By: totnilite
David M. Care{Assistant Secretary
SS
STATE OF PENNSYLVANIA
COUNTY OF MONTGOMERY
On this l ith day of September • . 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
COMMONWEALTH OF PENNSYLVANIA
Notarial Seal
Teresa Pastella, Notary Public
Plymouth Twp., Montgomery County
My Commission Expires March 28, 2017
Member, Pennsylvania Association of Notaries
yP
By: 2N -' 410
Teresa Pastella, Notary Public
C trs This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance
1 4., Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
• i 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
vrE}? to such limitation as the Chairman or fhe President may prescribe, shall appoint such attomeys-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
E aset powers 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
as executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power-orauthodty granted to any representative or attorney -in -fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
a ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. My officer of the Company authonzed for that purpose in writing by the chairman or the president,
2, 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 fhe Company to make, execute,
= seal, acknowledge and deliver as surety any and ail undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their
0 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
executed such instruments shall be as�binding as if signed bythe_presidentand attested:bythasecretary. :; -•: - -
Certificate of Designation- The Presldent=of the Company, acting pursuatifte the Bylaws ofthe-Company authorizes David M: Carey; As$istant_Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf Of:the Compariy td.m.:ake, =execute, seal, acknowledge�and deliver-as.surety any:and all undertaking"s; bonds, recognizances and other surety
-obligations. • - ' _ - -• -
Authorization - By unanimous consent ofttfe.Company's:Board of.Difectors, the Company corisents that facsirsite or mechanically reproducedsignalure of any assistant secretary of the
Company, wherever appearing upon a certified=copy of any -power of:atterney issued by the Corn-141in connection wittisurety bonds, shall be valid and binding upon the Companywith -
the same force and effect as though manuallyaffixed.;... - _ -
I, Gregory W. Davenport, the undersigned, Assista"ntsecretary, of American Fife and Casualty company, The Ohio Castieltylnsurance,Eorrripany; itberty Mutual Insurance Company, and
West American Insurance Company do hereby cet#dythat the original power_of atterneyofwhtchthe foregoingls a fult„ true and_correctcppy of the Power of Attorney executed by said
Companies, is in full force•and effect and has not been revoked: - . n
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ( day of � �r'- ' - 20 l" 5 -
1NSW?
3. /c}tP0.R9
1991
a
\1 \:•uanF.Y
By: `"
Gregory W. Davenport, Assistant Secretary
LMS 12873 122013
28 of 500
Lib en
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.tdistate.tx.us
E-mail: ConsumerProtection cni,tdi.state.tx.us
Premium or Claim Disputes
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
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Lake Vista Ranch Phase 1
PROJECT NUMBER: 2393
DOE NUMBER: 7322
WATER
PIPE LAID STZF, TYPE OF PIPE
Water 8" PVC
LF
FIRE HYDRANTS: 8 VALVES (16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENS1'1'1E;S: Yes
NEW SERVICES: 1" Copper
SEWER
PIPE LAID SIZE TYPE OF PIPE/
Sewer 8" PVC
LF
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES:
NEW SERVICES: 4"
Yes
PVC
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
4712
2480
4217
2480
•
I�
\YMoRTH
;1
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
I) PROJECT INFORl rIATION
`Name of Contractor
Gilco Contracting, Inc.
;DOE Inspector
Rudy_ Medellin
DOE Miinber
7322
Initial Contract Amount
$1,751,328.23
II) PERFORMANCE EVALUATION
0 - Inadequate 1 - Deficient 2 - Standard
ELEMENT
1INSPECTION EVALUATION
11 Availability of Tnspector
12 Knowledge of Inspector
13 Accuracy of Measured Quantities
14 Display Of Professionalism
5 Citizen Complaint Resolution
6 Performance - Setting up Valve Crews, Labs
ADMINISTRATION
1 Change Order Processing Time _ _
2 Tiinliness of Contractor Payments
13 Bid Opening to Pre -Con Meeting Tir_neframe i / j
111) COMMENTS & SIGNATURES
Project Difficulty
0 Simple
COUNTS
Signature Contractor
Signature DOE Tnspector
Signature DOE Tnspector's Supervisor
INSPECTOR'S CONIlVIENTS
rffl -
r r�
k.
Routine 0 Complex
Project Name
Lake Vista Ranch Phase 1
Project Manager
Aaron Long
Type of Contract
✓
Date:
10/6/2015
Water Waste Water ✓ Storm Drainage
Final Contract AmO net
$1,751,328.23
3 - Good 4 - Excellent
RATING ELEMENT
(0 -4)
PLANS & SPECIFICATIONS
Li ;1 Accuracy of Plans to Existing Conditions
i 2 Clarity & Sufficiency of Details
_ 13 Applicability of Specifications
-/ 14 Accuracy of Plan Quantities
Li !PROJECT MANAGER EVALUATION
Knowledge And/Or Problem Resolution
Availability of Proj ect Manager
Communication
Resolution of Utility Conflicts
TRANSPORTATION -AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7 845
✓
REV: 02/22/07
Pavement
RATING
(0 - 4)
cf
v
4
C/
Developer and Project Information Cover Sheet:
Developer Company Name: BNM Lake Vista Development LP
Address, State, Zip Code: 9001 Airport Freeway, North Richland Hills, Texas 76180
Phone, E-Mail: 817-849-5220; terry.tice@historymaker.com
Authorized Signatory/Title: Bruce French, Vice President; bruce.french@historymaker.com
Project Name and Brief Description: Lake Vista Ranch Phase 1 (water/sewer, paving, storm drain,
street lights and street signs)
Project Location: Boaz Road between Boat Club Road and Bowman Roberts Road
•
Plat Case No.: FP-14-044 Plat Name: Lake Vista Ranch
Mapsco: 32Q Council District: 7
CFA: 2015-004 / DOE: 7322
To be comp
Received by:
Coss LIA
/414 \ Hid
City Project No: 02393
I G' C: I t !11 II III ■
OFFICIAL RECORD
CPI/ SECRETARY
WORTK irx
1