HomeMy WebLinkAboutContract 45131-FP3 (2)1
Departure
DOE#
Project Manage
Risk Management J. Page
D.O.E. Brotherton
CPA Westerman/ScannedY)
The Proceeding people have been C tabled oncemi g the request for final
payment & have released this prof t for such payment.
Clearance Conducted By Shameka Kennedy
4.1 WORTH
r
C:i aECRETit
CONTRACT NO.
/j/5j-Fp3
(e/D.O.E. Ns: 7178
/3 e 613t
Regarding contract 217178 for BASSWOOD F L VI) -PAVING, ST LIGHT & ALT BID as required by the
TRANSPORTATION & PUBLIC WORKS as approved by City Council on N/A through 1Vt&C N/A the director
of the TRANSPORTATION & PUBLIC WORKS upon the recommendation of the Assistant Director of the
Transportation & Public Works Department has accepted the project as complete.
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
'ATION AND PUBLIC WORKS
)F PROJECT COMPLETION
(1., SCIOViltd
Recommended for Acceptance
Asst. Director, TPW - Infrastructure Design and Construction
(t2'
Accepted
in Director, TRANSPORTATION &
Asst. Clty Manager
Comments: C205-541200-202760221983, C205-541200-202320221983
EMA ILED
NOV 062015
tiaL
BLIC WORKS
$872,943.00
Ne
$872,943.00
Days @ $210.00/ Day
$872,943.00
$0.00
$872,943.00
//ege/
Date
4/31/4)
Date
I I- 'HY
•
Date
e
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name BASSWOOD BLVD
Contract Limits
Project Type PAVING, ST LIGHT, ALT BID
City Project Numbers 02219
DOE Number 7178
Estimate Number 1 Payment Number 1 For Period Ending 7/28/2015
CD
City Secretary Contract Number 217178 Contract Time 4(ED
Contract Date Days Charged to Date 449
Contract is 100.00 Complete
Project Manager Buckley
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK , TX 76132-1063
Inspectors LAYER / ODEN
Tuesday, July 28, 2015
Page 1 of 5
City Project Numbers 02219
Contract Name
Contract Limits
Project Type
Project Funding
PAVING
Item
No.
BASSWOOD BLVD
PAVING, ST LIGHT, ALT BID
Description of Items
1 10" CONC PVMT
2 6" CONC PVMT
3 8" LIME TREATMENT
4 6" LIME TREATMENT
5 HYDRATED LIME
6 4' WIDE, 4" CONC SIDEWALK
7 5' WIDE, 4" CONC SIDEWALK
8 BARRIER FREE RAMP
9 STREET HEADER
10 S FREE 1 BARRICADE
1 I REMOVE STREET BARRICADE
12 REMOVE RIPRAP
13 4" SLD PVMT MARKING PAINT
14 4" SLD PVMT MARKING PAINT
15 8" SLD PVMT MARKING PAINT
16 24" SLD PVMT MARKING PAINT
17 REFL RAISED MARKER
18 REFL RAISED MARKER
19 VERTICAL PANELS
20 LANE LEGEND ARROW
21 LANE LEGEND ONLY
22 LANE LEGEND BIKE
23 TOPSOIL
24 SEEDING, HYDROMULCH
25 4" PVC WATER PIPE
26 TRAFFIC SIGNS
27 PAYMENT PERFORMANCE & MAINTENANCE
Tuesday, July 28, 2015
Estimated
Quanity
10731 SY
263 SY
11472 SY
279 SY
234 TN
293 SF
11688 SF
2 EA
97 LF
29 LF
5 EA
280 SF
3584 LF
2284 LF
186 LF
60 LF
27 EA
91 EA
22 EA
7 EA
I EA
6 EA
300 CY
2700 SY
240 LF
16EA
I LS
Unit
Sub -Total of Previous Unit
DOE Number 7178
Estimate Number
Payment Number
For Period Ending
Unit Cost Estimated
Total
$39.70
$26.85
$2.25
$2.00
$135.00
$3.85
$3.80
$1,250.00
$8.00
$50.00
$250.00
$2.00
$1.30
$1.30
$3.00
$20.00
$5.00
$5.00
$201.25
$350.00
$350.00
$350.00
$25.00
$1.75
$15.00
$500.00
$I0,800.00
3426,020.70
$7,061.55
$25,812.00
$558.00
$31,590.00
$1,128.05
$44,414.40
$2,500.00
$776.00
$1,450.00
$1,250.00
$560.00
$4,659.20
$2,969.20
$558.00
$1,200.00
$135.00
$455.00
$4,427.50
$2,450.00
$350.00
$2,100.00
$7,500.00
$4,725.00
$3,600.00
$8,000.00
$10,800.00
$597,049.60
1
1
7/28/2015
Completed Completed
Quanity Total
10731 $426,020.70
263 $7,061.55
11472 $25,812.00
279 $558.00
234 $31,590.00
293 $1,128.05
11688 $44,414.40
2 $2,500.00
97 $776.00
29 $1,450.00
5 $1,250.00
280 $560.00
3584 $4,659.20
2284 $2,969.20
186 $558.00
60 $1,200.00
27 $135.00
91 $455.00
22 $4,427.50
7 $2,450.00
1 $350 00
6 $2,100.00
300 $7,500.00
2700 $4,725.00
240 $3,600.00
16 $8,000.00
1 $10,800.00
$597,049.60
Page 2 of 5
City Project Numbers 02219
Contract Name BASSWOOD BLVD
Contract Limits
Project Type PAVING, ST LIGHT, ALT BID
Project Funding
STREET LIGHTING
Item
No.
Description of Items
1 RDWY ILLUM ASSMBLY
2 RDWY ILLUM FOUNDATION
3 2" SCH 80 PVC
4 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR
5 GROUND BOX LARGE W/LID APRON
ALT BID
Item
No.
Estimated
Quanity
Unit Unit Cost
12 EA
12EA
2535 LF
2440 LF
6 EA
Sub -Total of Previous Unit
Description of Items
1 10" CONC PVMT
2 4.5" ASPHALT TYPE D
3 7" ASPHALT BASE TYPE B
4 6" CONC CURB & GUTTER
Tuesday, July 28, 2015
Estimated
Quanity
$2,241.00
$938.00
$4.28
$2.28
$800.00
DOE Number 7178
Estimate Number 1
Payment Number 1
For Period Ending 7/28/2015
Estimated Completed Completed
Total Quanity Total
$26,892.00
$11,256.00
$10,849.80
$5,563.20
$4,800.00
$59,361.00
12 $26,892.00
12 $11,256.00
2535 $10,849.80
2440 $5,563.20
6 $4,800.00
$59,361.00
Unit Unit Cost
1892 SY
1892 SY
1892 SY
1116 LF
Sub -Total of Previous Unit
$39.70
$25.00
$35.00
$25.00
Estimated
Total
$75,112 40
$47,300.00
$66,220.00
$27,900.00
$216,532.40
Completed Completed
Quanity Total
1892 $75,112.40
1892 $47,300.00
1892 $66,220.00
1116 $27,900.00
$216,532.40
Page 3 of 5
City Project Numbers 02219
Contract Name
Contract Limits
Project Type
Project Funding
kontr
Ij t Date /a 27 %
Ins
BASSWOOD RLVD
PAVING, ST LIGHT, ALT BID
Contract Information Summary
Original Contract Amount
Change Orders
Project Mana
Ass73h
ctor/TPW - Infrastructure
LLJ.
Director J ontracting Departm
Date /0" ?0
DOE Number 7178
Estimate Number
Payment Number
For Period Ending
$872,943.00
Total Contract Price $872,943.00
Date 1O/30k�
Date .%/ sir/ I
Design and Construction
Date ///3/7<,
(. 4
f c"
Total Cost of Work Completed
Less % Retained
Net Earned
Earned This Period
Retainage This Period
$872,943.00
$0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
1
1
7/28/2015
$ 872,943.00
$0.00
$872,943.00
$0.00
$0.00
$0.00
$0.00
$0.00
$872,943.00
Tuesday, July 28, 2015 Page 4 of 5
City Project Numbers 02219
Contract Name
Contract Limits
Project Type
Project Funding
BASSWOOD BLVD
PAVING, ST LIGHT, ALT BID
Project Manager Buckley
Inspectors LAYER / ODEN
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK, TX 76132-1063
Line Fund Account Center
Tuesday, July 28, 2015
DOE Number
Estimate Number
Payment Number
For Period Ending
7178
1
1
7/28/2015
City Secretary Contract Number 217178
Contract Date
Contract Time 40 CD
Days Charged to Date 449 CD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Amount
Funded
Gross Retainage
Total Cost of Work Completed
Net
$872,943.00
Less % Retained $0.00
Net Earned $872,943.00
Earned This Period $872,943.00
Retamage 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
$872,943.00
Page 5 of 5
DAYS
CHARGED
DURING
REASON FOR DAYS
CREDITED
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
DAY OF
MONTH
SAT, SUN, RAIN, TOO WET, UTILITIES
& HOLIDAYS & TOO COLD RELOCATIONS
0 0 0
0
0
FORT WORTH
DEPARTMENT OF ENGINEERING
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Paving And Street Lights To Serve Basswood Boulevard
PROJECT NO.: 02219 CONTRACTOR: Gilco Contractors
DOE NO.: 7178
PERIOD FROM:04/14/14 TO: 07/06/15 FINAL INSPECTION DATE: 6-Jul
WORK ORDER EFFECTIVE:4/14/2014 CONTRACT TIME: 40 0
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
MARKS:
0 0
0
DAYS
CHARGED
DURING
OTHERS *
0
0
0 0
/ /0 4710 Inv
DATE 1NSPECTOR
ENGINEERING DEPARTMENT
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311(817) 392 - 7941 • Fax: (817) 392 - 7845 OFFICIAL RECORD
CITY SECRETARY
Ft WORTH. TX
rev 03/05/07
W
REASON FOR DAYS
CREDITED
DAYS
CHARGED
449
0
449
TOTAL
DAYS
449
0
449
CD
•
i 14
DATE
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I) CONTRACTOR & PROJECT DATA
Name of Contract or
Gilco Contracting
DOE Inspector
Weyman Oden
DOE Inspector
❑ Water ❑ Waste Water ❑ Storm Drainag
Initial Contract Amount
$720,469.60
Final Contract Amount
$720,469.60
II) PERFORMANCE EVALUATION
0 - Inadequate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent
ELEMENT
1 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
WEIGHT ( x )
2
5
5
15
15
15
15
15
5
5
5
5
5
1
APPLICABLE (Y / N)
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Project Name
Water and Drainage To Serve Baswood Blvd
DOE Number
7178
Project Manager
Pavement Pat Buckley
Project Difficulty
0 Simple O Routine
Dale
7/21/2015
RATING (0 - 4)
4
4
4
3
3
4
4
4
3
4
3
2
3
REV: 02/20/07
0 Complex
MAX SCORE
8
20
20
60
60
60
60
60
20
20
20
20
20
1
1
SCORE
8
20
20
45
45
60
60
60
15
20
15
10
15
TOTAL ELEMENT SCORE (A) 393
BONUS POINTS (25 Maximum) (B)
TOTAL SCORE (TS) 393
III) CONTRACTOR'S RATING
Maximum Score (MS) = 448 or sum of applicable element score maximums which = 448
Rating ( [TS / MS] * 100%) 393 / 448 = 88%
Performance Category Excellent
<20% = Inadequate 20% to <40% = Deficient 40% to <60% = Standard 60% to <80% = Good >_80% — Excellent
Inspector's Comments (INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspector
Signature DOE Inspector's Supervisor
CONTRACTOR'S COMMENTS
0 g Signature Contractor
, A1A0
v�-
•
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AMA Document G707
OWNER n
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No 022046703
PROJECT:
(name, address} Basswood Blvd (Cloudcroft Lane to Sierra Pelada Drive) - Paving and Street Lighting Improvements
Fort Worth, TX
TO (Owner)
D.R HORTON -TEXAS, LTD AND CITY OF FORT
WORTH
6751 North Freeway
Fort Worth
TX 76131
CONTRACTOR: GILCO CONTRACTING, INC.
7 ARCHITECT'S PROJECT NO:
CONTRACT FOR:
Basswood Blvd (Cloudcroft Lane to Sierra Pelada Drive) - Paving and
Street Lighting Improvements
J CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(here Insert name and address of Surety Company)
LIBERTY MUTUAL INSURANCE COMPANY
175 Berkeley Street
Boston MA 02116
on bond of (hero 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 Owner)
D.R. HORTON - TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort Worth TX 76131
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
fr
Att'es . . eLene Marsha
(Seal):
9th
day of July, 2015
LIBERTY MUTUAL INSURANCE COMPANY
Surety Company
2 M./in
Signature of Authorized Representative
Soohinie Hunter
Title
, OWNER,
Attorney -in -Fact
NOTE: This 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
aa)
a)
c
vimin
L
o
1 >
(13
i C!
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. 6901047
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West Amencan 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; Kelly A. Westbrook; Lisa M. Bonnot; Ricardo J. Revna; Robbi Morales; Sophinie Hunter; V. DeLene Marshall
all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
iN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 1Oth day of March 2015
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West4merican Insurance Company
.Q
STATE OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY C
On this lath day of March 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v H
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, W
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, 42)
By ,fidY4
David M. Carey Assistant Secretary
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 2812017
O ? rSYt.� �G Member, Pennsylvania Association of Notaries
c cu This Power ofAttorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance
i is Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
m ` 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
to such limitation as the Chairman or the President mayprescribe, shall appoint such attome s in -fact, as maybe necessaryto act in behalf of the Corporation to make, execute, seal,
��P PP Y P
,E 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
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
`p L executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under
'a 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.
na c ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
> L 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 the Company to make execute,
Z vseal, 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 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 by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said
Companies, is in full force and effect and has not been revoked.
By:
Teresa Pastella, Notary Public
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ,"
day of : ) l i it
By.
j ,20 i.
Gregory W. Davenport, Assistant Secretary
� Q
M
4-os ..
L. iso
cu c
o
CL E
o
O�•ZI a))
LMS_12873_122013
194 of 500
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: Bassyvood Blvd
\.-
ick\
BY Leia Hubbard
Subscribed and sworn before me on this 10 of July , 2015.
•
mMP 10
MARY PANNELL
Notary Public, State of Texas
My Commission Expires
October 19, 2018
•
LJ
1 \
Notar Public
Tarrant County, TX
•
i
0•11.-HOITION lq 1_)1 if
NYSE
July 7, 2015
City of Fort Worth
Weyman Oden
CFW Inspector
8851 Camp Bowie West
Fort Worth, TX 76116
RE: Basswood Boulevard (Cloudcroft Lane to Sierra Pelada Drive), DOE 7178
Mr. Oden:
This letter is to serve notice that D.R. Horton, Inc. will not charge any liquidated damages to Gilco
Contracting, Inc. or RKM Utility Services, Inc. on the above referenced project.
Mark P. Allen, P.E.
Land Development Manager
D.R. Horton, Inc. — DFW West Division
6751 North Freeway • Fort Worth, IX 16131
(817) 230-080(1
FORT WORTH
I) PROJECT INFORMATION
Name of Contractor
Gilco Contracting
DOE Inspector
Weyman Oden
DOE Number
7178
Initial Contract amount
$720,469.60
II) PERFORMANCE EVALUATION
0 - Inadequate 1 - Deficient 2 - Standard
ELEMENT
INSPECTION EVALUATION
1 Availability of Inspector
12 Knowledge of Inspector
3 Accuracy of Measured Quantities
4 Display Of Professionalism
5 Citizen Complaint Resolution
6 Performance - Setting up Valve Crews, Labs
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
Date: 17/21/2015
Project Difficully
Q Simple C
Routine
'ADMINISTRATION
1 Change Order Processing Time
2 Timliness of Contractor Payments
3 Bid Opening to Pre -Con Meeting Timeframe
III) COMMENTS & SIGNATURES
COMMENTS
Signature Contractor
Signature DOE Inspector
Signature DOE Inspector's Supervisor
INSPECTOR'S COMMENTS
Project Name
Water And Drainage To Serve Basswood Blvd
Project Manager
Pat Buckley
Type of Contract
0 Complex I0 Water ❑ Waste Water ❑ Storm Drainag= Pavement
Final Contract Amount
$720,469.60
REV: 02/22/07
3 - Good 4 - Excellent
RATING ELEMENT
(0 - 4)
PLANS & SPECIFICATIONS
1 Accuracy of Plans to Existing Conditions
2 Clarity & Sufficiency of Details
3 Applicability of Specifications
4 Accuracy of Plan Quantities
PROJECT MANAGER EVALUATION
1 I{nowledge And/Or Problem Resolution
2 Availability of Project Manager
3 Communication
4 Resolution of Utility Conflicts
LEI
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
RATING
(0 - 4)