Loading...
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