Loading...
HomeMy WebLinkAboutContract 43797-FP1 Department of TPW Const. Services 0� �� iip � A DOE# � Date / Project Manager g ITWORTH, � � ' Risk Management S. Canady — S D.O.E. Brotherton CFA Westerman/Scanned o The Proceeding people have been Contacted concerning the request 'ATION AND PUBLIC WORKS for final payment&have released this project for such payment. )F PROJECT COMPLETION (f S Z4 3 I Clearance Conducted By Etta Bacy D.O.E. Ns: 5913 Regarding contract 43797 for 2007 CRITICAL CAPITAL PROJECT CD 2 GROUP 2D&2E as required by the WATER DEPARTMENT as approved by City Council on 10/02/2012 through lbI&C C-25902 the director of the WATER DEPARTMENT upon the recotntnendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: C, ' l $905,034.90 Amount of Approved Change Orde �-`a l'� 1�• ' o pp g JAN 2 6 2016 $207,911.00 1,2,3,4,5,6,9,10 1 Revised Contract Amount: $1,112,945.90 By Total Cost Work Completed: ~' "' =" " $1,088,401.60 Less Deductions: Liquidated Damages: Days @a $210.00/Day Pavement Deficiencies: Total Deduction Amount: $0,00 Total Cost Work Completed: $1,088,401.60 Less Previous Payments: $1,066,633.57 Final Payment Due $21,768.03 Reco mended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Director, WATER DE ,A TMENT Asst. City Manager Date Comments: FUND ACCT:WATER P253-6021700956/SEDER P258-7021700956 Z,EI.LAffl,.0" FEB 0 1 2016 OFFICIAL.RECORD P a5 3 — 6gs-6 Iai CITY SECRETARY FT,WVORTH9 flTX A QEC E2 VIE JAN 2 6 2016 5q (001 — C o0g5(o C S -4A 3.74_7 City Project Numbers 00956/00961 DOE Number 5913 Contract Name 2007 Critical Capital Project(Council Dist 2)Group 2D&2E Estimate Number 72 Contract Limits Refugio Ave,23rd St W,23rd St E,Lincoln Ave, &22nd St Payment Number 72 Project Type WATER&SEWER For Period Ending 12/31/2015 Project Funding Project Manager Pares City Secretary Contract Number 43797 Inspectors RODGERS / SALAZAR Contract Date 10/2/2012 Contractor STABILE&WINN,INC. Contract Time 935 CD P.O.BOX 79380 Days Charged to Date 891 CD SAGINAW, TX 76179-0380 Contract is .000000 Complete CITY OF FORT WORTH PO 7<J)+ SUMMARY OF CHARGES INVOICE Line Fund Account Center Amount Gross Retainage Net I&I lie i1 Total Cost of Work Completed $1,088,401.60 Less %Retained $0.00 Net Earned $1,088,401.60 EIM WEE R LS Earned This Period $21,768.03 .r Retainage This Period $0.00 Castaa l�n�� ib Less Liquidated Damages YES 0 Days @ $0.00 /Day $0.00 �pAR7�AfiNT CHECK PI LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $1,066,633.57 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $21,768.03 Wednesday,daruary 06,2016 Page 7 of 7 -7,53 .- (-)oq5-(D FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST I Contract Name 2007 Critical Capital Project(Council Dist 2)Group 2D&2E Contract Limits Refugio Ave,23rd St W,23rd St E,Lincoln Ave, &22nd St Project Type WATER&SEWER 1 City Project Numbers 00956/00961 DOE Number 5913 Estimate Number 72 Payment Number 72 For Period Ending 12/31/2015 CD City Secretary Contract Number 43797 Contract Time 93ED Contract Date 10/2/2012 Days Charged to Date 891 Project Manager Fares Contract is 98.000 Complete Contractor STABILE&WINN,INC. P.O.BOX 79380 SAGINAW, TX 76179-0380 Inspectors RODGERS / SALAZAR I i Wednesday,January 06,2016 Page I of 7 City Project Numbers 00956/00961 DOE Number 5913 Contract Name 2007 Critical Capital Project(Council Dist 2)Group 2D&2E Estimate Number 72 Contract Limits Refugio Ave,23rd St W,23rd St E,Lincoln Ave, &22nd St Payment Number 72 Project Type WATER&SEWER For Period Ending 12/31/2015 Project Funding Contract 2D-Water Improvements(00956) Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------------------ 17 Remove Water Valve 4 EA $100.00 $400.00 4 $400.00 I8 Connection to Existing 6"Water Main 5 EA $1,400.00 $7,000.00 5 $7,000.00 19 Connection to Existing 8"Water Main 3 EA $1,500.00 $4,500.00 2 $3,000.00 20 Connection to Existing 12"Water Mai 4 EA $1,600.00 $6,400.00 4 $6,400.00 21 1"Private Service 525 LF $11.00 $5,775.00 314 $3,454.00 22 1"Water Service(CO 91) 63 EA $1,000.00 $63,000.00 63 $63,000.00 23 2"Temporary Water Service I LS $18,000.00 $18,000.00 1 $18,000.00 1 Trench Safety 3674 LF $0.10 $367.40 2706 $270.60 2 Temporary Asphalt Paving Repair(2" 3674 LF $8.00 $29,392.00 3443 $27,544.00 3 4'Wide Asphalt Pvmt Repair,Residen(CO#5) 185 LF $45.00 $8,325.00 185 $8,325.00 4 Fire Hydrant 4 EA $2,600.00 $10,400.00 4 $10,400.00 5 Remove&Salvage Fire Hydrant 4 EA $160.00 $640.00 4 $640.00 6 V Water Service,Meter Relocation(CO#2) 63 EA $200.00 $12,600.00 63 $12,600.00 7 Ductile Iron Water Fittings 4 TN $4,500.00 $18,000.00 3.95 $17,775.00 8 12"PVC Water Pipe(CO#5) 193 LF $44.00 $8,492.00 162 $7,128.00 9 6"PVC Water Pipe 46 LF $27.00 $1,242.00 -42 $1,134.00 10 8"PVC Water Pipe 2353 LF $31.00 $72,943.00 2352 $72,912.00 11 8"DIP Water 133 LF $42.00 $5,586.00 133 $5,586.00 12 12"DIP Water 17 LF $56.00 $952.00 17 $952.00 13 12"Gate Valve 1 EA $1,700.00 $1,700.00 4 $6,800.00 14 12"Gate Valve"Cut-In" I EA $2,600.00 $2,600.00 15 6"Gate Valve 4 EA $750.00 $3,000.00 4 $3,000.00 16 8"Gate Valve 10 EA $950.00 $9,500.00 11 $10,450.00 24 1 1/2"Water Service(CO#4) 1 EA $1,950.00 $1,950.00 1 $1,950.00 25 1 1/2"Water SV Meter Reconnection(CO#4) 1 EA $500.00 $500.00 1 $500.00 Sub-Total of Previous Unit $293,264.40 $289,220.60 Contract 2D-Sanitary Sewer Improvements(00956) Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 Concrete Collar 5 EA $100.00 $500.00 2 $200.00 Wednesday,January 06,2016 Page 2 of 7 I i City Project Numbers 00956/00961 DOE Number 5913 Contract Name 2007 Critical Capital Project(Council Dist 2)Group 2D&2E Estimate Number 72 i Contract Limits Refugio Ave,23rd St W,23rd St E,Lincoln Ave, &22nd St Payment Number 72 Project Type WATER&SEWER For Period Ending 12/31/2015 Project Funding 2 Pre-CCTV Inspection 4I7 LF $2.00 $834.00 166 $332.00 3 Post-CCTV Inspection 417 LF $2.00 $834.00 406 $812.00 4 Remove 4'Sewer Manhole 4 EA $450.00 $1,800.00 4 $1,800.00 5 4'Drop Manhole 1 EA $4,200.00 $4,200.00 1 $4,200.00 6 4'Manhole 3 EA $2,700.00 $8,100.00 3 $8,100.00 7 4'Extra Depth Manhole 1 VF $100.00 $100.00 2 $200.00 8 Epoxy Manhole Liner 6 VF $160.00 $960.00 9 4'Shallow Manhole 1 EA $2,100.00 $2,100.00 10 Manhole Vacuum Testing 5 EA $100.00 $500.00 4 $400.00 f 11 8"Sewer Pipe 397 LF $42.00 $16,674.00 397 $16,674.00 12 8"DIP Sewer Pipe,CSS Backfill 20 LF $81.00 $1,620.00 20 $1,620.00 13 Gravel Driveway Repair 15 LF $12.00 $180.00 14 4"Sewer Service 1 EA $I,100.00 $1,100.00 1 $1,100.00 15 Trench Safety 457 LF $1.00 $457.00 442 $442.00 16 Temporary Asphalt Paving Repair(2" 457 LF $9.00 $4,113.00 432 $3,888.00 17 Remobilization utility crew(CO#9)(CO#1) 2 LS $2,500.00 $5,000.00 2 $5,000.00 18 Manhole Adjustment Major(CO 910) 3 EA $2,500.00 $7,500.00 3 $7,500.00 19 Lower Sewer Service(CO#I) 1 EA $875.00 $875.00 1 $875.00 Sub-Total of Previous Unit $57,447.00 $53,143.00 Contract 2E-Water Improvements(0096 1) Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------ ----------- 1 4"PVC Water Pipe 30 LF $25.00 $750.00 41 $1,025.00 2 6"PVC Water Pipe(CO#6) 40 LF $28.00 $1,120.00 50 $1,400.00 3 8"PVC Water Pipe 2813 LF $31.00 $87,203.00 2826 $87,606.00 4 8"DIP Water,CSS Backfill 239 LF $49.00 $11,711.00 280 $13,720.00 5 12"DIP Water 74 LF $57.00 $4,218.00 73 $4,161.00 6 12"PVC Water Pipe 947 LF $45.00 $42,615.00 913 $41,085.00 7 12"PVC Water Pipe,CSS Backfill 40 LF $53.00 $2,120.00 40 $2,120.00 8 24"Water Pipe-(Addendum#I) 20 LF $105.00 $2,100.00 9 12"Gate Valve 4 EA $1,700.00 $6,800.00 4 $6,800.00 10 6"Gate Valve(CO 46) 4 EA $750.00 $3,000.00 5 $3,750.00 11 8"Gate Valve 9 EA $950.00 $8,550.00 11 $10,450.00 Wednesday,January 06,2016 Page 3 of 7 I i City Project Numbers 00956/00961 DOE Number 5913 Contract Name 2007 Critical Capital Project(Council Dist 2)Group 2D&2E Estimate Number 72 Contract Limits Refugio Ave,23rd St W,23rd St E,Lincoln Ave, &22nd St Payment Number 72 Project Type WATER&SEWER For Period Ending 12/31/2015 Project Funding 12 4"Gate Valve 1 EA $650.00 $650.00 1 $650.00 13 Remove Water Valve 11 EA $100.00 $1,100.00 11 $1,100.00 14 Trench Safety 5185 LF $0.10 $518.50 4213 $421.30 15 Temporary Asphalt Paving Repair(2" 5185 LF $8.00 $41,480.00 4989 $39,912.00 16 4'Wide Asphalt Pvmt Repair,Residen(CO#5) 230 LF $45.00 $10,350.00 232 $10,440.00 17 6"Cone Pvmt Repair 70 SY $74.00 $5,180.00 18 Fire Hydrant(CO#6) 4 EA $2,600.00 $10,400.00 5 $13,000.00 19 Remove&Salvage Fire Hydrant(CO#6) 4 EA $150.00 $600.00 5 $750.00 20 Connection to Existing 4"Water Main 2 EA $1,400.00 $2,800.00 2 $2,800.00 21 Connection to Existing 6"Water Main 2 EA $1,400.00 $2,800.00 22 Connection to Existing 8"Water Main(CO#6)(CO 13 EA $1,500.00 $19,500.00 13 $19,500.00 23 Connection to Existing I2"Water Mai 4 EA $1,600.00 $6,400.00 5 $8,000.00 24 Connection to Existing 24"Water Mai 2 EA $4,900.00 $9,800.00 25 1"Water Service,Meter Relocation(CO#1)(CO#2) 68 EA $300.00 $20,400.00 71 $21,300.00 26 2"Water Service,Meter Relocation I EA $500.00 $500.00 1 $500.00 27 Ductile Iron Water Fittings(CO 46) 6.2 TN $4,500.00 $27,900.00 5.95 $26,775.00 28 1"Private Service 225 LF $11.00 $2,475.00 138 $1,518.00 29 1"Water Service(CO#1) 68 EA $1,000.00 $68,000.00 71 $71,000.00 30 2"Water Service 5 EA $2,200.00 $11,000.00 5 $11,000.00 31 2"Temporary Water Service 1 LS $23,000.00 $23,000.00 1 $23,000.00 32 Imported Select Backfill Material(CO#1)(CO#2) 300 CY $16.50 $4,950.00 250 $4,125.00 33 Extra Width 2"Temp HMAC Beyond Standard 650 SY $17.00 $11,050.00 598 $10,166.00 Width(CO#1)(CO#2) 34 Permanent Asphalt Repair beyond Trench Width 200 SY $49.50 $9,900.00 248.6 $12,305.70 (CO#3) i 35 Water Line Remobilization(CO#6) 1 LS $5,000.00 $5,000.00 1 $5,000.00 36 8"Water Line Lowering(CO#6) 1 EA $9,800.00 $9,800.00 1 $9,800.00 Sub-Total of Previous Unit $475,740.50 $465,180.00 Contract 2E-Sanitary Sewer Improvements(00961) Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------------------------------------- 1 Concrete Collar 10 EA $10.00 $I00.00 3 Post-CCTV Inspection 1708 LF $2.00 $3,416.00 1694 $3,388.00 4 Remove 4'Sewer Manhole 7 EA $400.00 $2,800.00 8 $3,200.00 i Wednesday,January 06,2016 Page 4 of 7 i i i City Project Numbers 00956/00961 DOE Number 5913 Contract Name 2007 Critical Capital Project(Council Dist 2)Group 2D&2E Estimate Number 72 Contract Limits Refugio Ave,23rd St W,23rd St E,Lincoln Ave, &22nd St Payment Number 72 Project Type WATER&SEWER For Period Ending 12/31/2015 Project Funding 5 4'Drop Manhole(CO#5) 5 EA $4,200.00 $21,000.00 5 $21,000.00 6 Epoxy Manhole Liner 43 VF $160.00 $6,880.00 8 4'Extra Depth Manhole 25 VF $100.00 $2,500.00 33 $3,300.00 9 4'Manhole(CO 45) 6 EA $2,700.00 $16,200.00 6 $16,200.00 10 Manhole Vacuum Testing 10 EA $100.00 $1,000.00 11 $1,100.00 11 8"Sewer Pipe 921 LF $44.00 $40,524.00 920 $40,480.00 12 8"Sewer Pipe,CSS Backfill 10 LF $50.00 $500.00 10 $500.00 13 8"DIP Sewer Pipe,CSS Backfill 120 LF $82.00 $9,840.00 118 $9,676.00 14 10"Sewer Pipe 637 LF $46.00 $29,302.00 637 $29,302.00 15 10"DIP Sewer,CSS Backfill 20 LF $98.00 $1,960.00 20 $1,960.00 16 12"DIP Sewer,CSS Backfill 20 LF $106.00 $2,120.00 17 4"Sewer Service(CO 45) 30 EA $1,900.00 $57,000.00 30 $57,000.00 18 Trench Safety(CO#9) 2455 LF $1.00 $2,455.00 2455 $2,455.00 19 Temporary Asphalt Paving Repair(2"(CO#9) 2708 LF $9.00 $24,372.00 2708 $24,372.00 20 TWideAsphalt PvmtRepair,Residen(CO#5) 235 LF $45.00 $10,575.00 292 $13,140.00 21 Extra Width 2"Temp HMAC Repair Beyond 500 SY $17.00 $8,500.00 500 $8,500.00 Standard Width(CO#1)(CO 42) 22 Imported Select Backfill Material(CO#1)(CO#2) 2500 CY $16.50 $41,250.00 2490 $41,085.00 23 6"Sewer Service(CO 93) 2 EA $2,100.00 $4,200.00 2 $4,200.00 Sub-Total of Previous Unit $286,494.00 $280,858.00 i Wednesday,January 06,2016 Page 5 of 7 i City Project Numbers 00956/00961 DOE Number 5913 Contract Name 2007 Critical Capital Project(Council Dist 2)Group 2D&2E Estimate Number 72 Contract Limits Refugio Ave,23rd St W,23rd St E,Lincoln Ave, &22nd St Payment Number 72 Project Type WATER&SEWER For Period Ending 17/31/2015 Project Funding Contract Information Summary Original Contract Amount $905,034.90 Change Orders Change Order Number 1 $70,450.00 Change Order Number 2 $52,400.00 Change Order Number 3 $14,100.00 Change Order Number 4 $2,450.00 Change Order Number 5 $31,475.00 Change Order Number Change Order Number 6 $22,480.00 Change Order Number 9 $8,681,00 Change Order Number 10 $5,875.00 Total Contract Price $1,112,945.90V/V'- Date D to - - OJ 6 Total Cost of Work Completed $1,088.401,60' r Less %Retained $0.00 t �l� Net Earned $1,088,401,60 lns / tion$ ervis Earned This Period $21,768.03 / Retainage This Period $0.00 r% ? Date —2!" Less Liquidated Damages Prof r Days @ /Day $0.00 Date j ?.S!jp LessPavement Deficiency $0.00 =...4 ifrastn�c1ure Design and Construction Less Penalty $0,00 7 Date j �* Less Previous Payment $1,066,633.57 Director/Contracting DepartmPer Plus Material on Hand Less 15% $0.00 1. Balance Due This Payment $21,768.03 Wednesday,January 06,2016 Page 6 of 7 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #P 09102258 Project: 2007 Critical Capital Project, Group 2D and Group 2E—Pavement Reconstruction,Water and Sanitary Sewer Main'Replacement in Five Streets—City Project Number 00956 & 00961 E To (Owner): City of Fort Worth,Texas j 1000 Throckmorton St. Contract For: See above Ft Worth,TX 76102 Contract Date: October 2,2012 I i Contractor: Stabile&Winn,Inc. P O Box 79380 I Saginaw, TX 76179-0380 k In accordance with the provision of the Contract between the Owner and the Contractor as 1 defined above,the Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland 1400 American Lane,Tower I, 19`x'Floor Schaumburg,IL 60196-1056 ,Surety Company, on bond of Stabile&Winn,Inc. P O Box 79380 Saginaw,TX 76179-0380 ,Contractor 1 hereby approves of the final payment to the contractor and agrees that final payment to the contractor shall not relieve the Surety Companies of any of their obligations to the City of Fort Worth,Texas 1000 Throckmorton St. Ft Worth,TX 76102 ,Owner as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Companies have hereunto set their hand this 5th day of January,2016. Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland Witness: Surety Compan Tracy Tucker,�ttorney-in-Fact i i i I I j ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY � KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Tracy TUCKER,W.Lawrence BROWN,Kevin J.DUNN,Steven TUCKER and Bennett BROWN, all of Ft. Worth,Texas, EACH its true and lawful agent and Attomey-in-Fact,to make, execute, seal and deliver,for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force- - i IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 19th day of October,A.D.2015. ATTEST: I. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY j FIDELITY AND DEPOSIT COMPANY OF MARYLAND •( t��0E?pfr aeriy 9 it �4 0 .t4Q\240Rg�R!fl'•.Cm SEAL �a j Ir 111 BY Secretary Vice President Michael McKibben David McVicker State of Maryland County of Baltimore On this 19th day of October,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,DAVID MCVICKER,Vice President, and MICHAEL MCIOBBEN,Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same, and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year fust above written. - i+yttnl�rgrri rr�I111iPt Maria D.Adamski,Notary Public My Commission Expires:July 8,2019 i POA-F 168-28298 i "i { i j AFFIDAVIT I STATE OF TEXAS I COUNTY OF TARRANT Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Jerry Henderson, Vice President Of Stabile&Winn,Inc.,known to me to be a credible person,who being by me duly sworn,upon his oath deposed and said; i 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; 2007 CCP District 2 Groups 2D &2E-DOE#5913 -�Jerry Henderson,Vice President i Subscribed and sworn before me on this date 4 of January., 2016 Notary Public �— Tarrant,Texas �*(tY P�@ 1QNN W STABILE T Notary Public *�* STA fi,OF TEXAS ly CoffiM EXP JUIy 01 2019 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: 2007 Critical Capital Project(council District 2)Group 2D&Group 2E PROJECT NUMBER: 00956/00961 i DOE NUMBER: 5913/5914 i WATER PIPE LAID SIZE TYPE OF PIPE LF 12" PVC 1,075 1 12" DIP 90 8" PVC 5,178 8" DIP 413 6" PVC 92 4" PVC 41 FIRE HYDRANTS: 8 VALVES(16"OR LARGER) None PIPE ABANDONED SIZE TYPE OF PIPE LF i i DENSITIES: Yes NEW SERVICES: 136 Water SEWER PIPE LAID SIZE TYPE OF PIPE LF 12" DIP 20 i 10" DIP 20 8" PVC 3,734 8" DIP 140 10" PVC 637 10" DIP 20 4" PVC 31 EA PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: TR NSPORTAnON A-ND PUBLIC WORDS The City of Fort[North•1000 Throdunorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FoRTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I PROJECT INFORMATION Date: 1/7/2016 Name of Contractor Project Name Stabile&Winn Inc. 2007 Critical Capital Project District 2 Groups 2D&2E M DOE Inspector Project Manager Richard Salazar Najib Fares DOE Number JProjeciDWIculq, T)peofContract 5913/5914 10 Simple OO Routine O Complex 21 Water Izl Waste Water❑ Storm Drainagec] Pavement Initial Contract Amount Final Contract Amount $905,034.90 It)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good_ 4-Excellent ELEMENT -m RATING ELEMENT INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availabili of Ins ector --� 1 Accurac of Plans to Existin Conditions Z. 2 Knowledge of Ins ecp totLJ 2 Clarity&Sufficiencx of Details 7- 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Dis la Of Professionalism 4 Accuracy of Plan quantities 2 5 Citizen Complaint Resolution _ PROJECT MANAGER EVALUATION 6 Performance-Settingu Valve Crews Labs 1 Knowled a And/Or Problem Resolution Z ADMINISTRATION 2 Availabili ofPro'ectManager Z M 1 Change Order Processing Time 3 3 Communication 2 _Timlmess of Contractor Payments T 4 Resolution of Utili Conflicts - _ .._. 3� Bid Open!M Open! to Pre-Con Meeting Timeframe -- Ill)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TI NSPORTATION AND PUBLIC WORKS 10 The City of Fort Worth•1000 Thmckmorton Street•Fort Word,TX 76012-6311 (817)392-7941•Fam(817)392-7845 FORTWORTH REV.02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I CONTRACTOR&PROJECT DATA Name of Contractor Project Name Stabile&Winn,Inc. 2007 Critical Capital Project District 2 Groups 2D&2E DOE Inspector DOE Number Richard Salazar 5913/5914 DOE Inspector Project Manager El Water[21 Waste Water❑ Storm Dralnage❑ Pavement Na'ib Fares Initial Contract Amount Project DWIculty $905,034.90 O Simple OO Routine O Complex Final Contract Amount Date —F6 1 II)PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE Y/N RA'Z'ING 0-4 MAX SCORE SCORE I Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 1 5 Y 3 20 15 12 After flours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 1 20 20 TOTAL ELEMENT SCORE(A) 436 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 436 111)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which j 448 Rating(ITS/MS]*100%) 436 1 448 = 97% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good ?M%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINT'S AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TR.NNSPORT ATION AND PUBLIC)XtORKS 0 The City of Fort Worth•1000 Throckmorton Street•Fort Words,TX 76012-6311 (817)392-7941 •Fay:(817)392-7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 72 1 DOE 15913&5914 NAME OF PROJECT: 2007 Critical Capital Project(council District 2)refugio Ave,East NW Contractor I Stabile&Winn YEAR:1 2015 23rd St.,West NW 23rd St.Group 2:Lincoln Av.and NW 22nd St. //WCD PROJECT NO.: FINAL INSPECTION DATE 00956&00961 WD CONTRACT TIME 935 1 X PERIOD FROM: 12/16/2015 TO: 12/31/2015 BEG - 11lonth F JDEVELOPMEN (Y/N) N WORK ORDER EFFECTIVE: 11/26/2012 BEG(y I n) y MID(y I n) n 95.3°/a DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Wed 0 Stop Time 16 0 Stop Time 2 Thu 0 Stop Time 17 0 Stop Time 3 Fri 0 Stop Time 18 0 Stop Time 4 Sat 0 Stop Time 19 0 Stop Time 5 Sun 0 Stop Time 20 0 Stop Time 6 Mon 0 Stop Time 21 0 Stop Time 7 Tue 0 Stop Time 22 _ _ _ 0 Stop Time _ 8 Wed 0 StoTime 23 0 Stop Time 9 Thu 0 Stop Time 24 0 Sw Time 10 Fri 0 Stop Time 25 0 Stop Time 11 Sat 0 Stop Time 26 0 Stop Time 12 Sun 0 Stop Time 27 0 Stop Time 13 Mon 0 Stop Time 28 0 Stop Time 14 Tue 0 Stop Time 29 Tue 1 0 Stop Time 15 Wed 0 1 Stop Time 30 Wed 0 1 Stop Time 31 NIA 0 Stop Time NA Wkn&Hol Wea utl Oth Not Applicable SAT.SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 0 891 891 TOTAL.TO DATE 1 0 1 0 0 1 0 891 891 REVLARICS: Stop Time 5105/2015.Finaled 11!0'3/2015 Signa Signature: (P ame) Y 1�EtJU£RS (PrintName) Richard Salazar- NTRACrOR S• DOTE - -zaf R's-mit - - - _. - HATH 12/2312015 J 1