Loading...
HomeMy WebLinkAboutContract 45286-FP1 MYT Y, CMUCT W. I:�)7��" FIJI FORTWORTHo BuslnesscSu yGroup Brandy rane TRANSPORTATION AND PUBLIC WORKS FEB-13 2015 NOTICE OF PROJECT COMPLETION D.O.E.NQ: 7230 Regarding contract 45286"f"or BRIDGE REPAIR&REHAB AT SIX LOCATIONS 2012-23 as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $239,570.09 Amount of Approved Change Orders: $0.00 X21 Revised Contract Amount: $239,570.09✓ Total Cost Work Completed: $231,573.72 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $231,573.72 Less Previous Payments: $229,257.98 f f Final Payment Due $2,315.74 f 2 05'• Zoi 4f Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction — D" (,J. L) 2�§-///- . Accepted 0 Date AM Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Date Comments: FUND: GG01-539590-0202003 OFFICIAL REC"'D CITY SECRETARY FT,WORTH,TX I_ i TPW Construction Invoice Contract: CS45286 P.O # PO-15 86941,_116-1.1,J]8-2225 Payment Date: 1/15{2016 TO:Bone Construction Solutions LLC nw.# C 45286,��9A Estimate No. 23 DOE: 6907 5217 Davis BLVD Ste D ProjManager Tariqul Islam NRichlandHiIls TX 76248 FINALPAY FOR: Bridge Repair&Rehabilitation 2012-23 Bone Takeover for Vendigm M&C C-25625 ACH Contract Amount: $239,570.09 Completed Ret Ad_j Pay Total to Date: $231,573.72 $0.00 $0.00 $231,573.72 Previous Estimate: $231,573.72 $2,315.74 $0.00 $229,257.98 Earned to Date: SO 00 ($2,315.74) 50:00. 52,315.74'; Payments: 700-539590-2 00000 100315 $239,570.09 30100- -5430104-C100315-C10000- Total to Date: $231,573.72 $0.00 $0.00 $231,573.72 Previous Estimate: $231,573.72 $2,315.74 $0.00 $229,257.98 Earned to Date: $0.00 ($2,315.74) $0.00 $2,315.74 i Transportation&Public Works BUSMSS SUPPORT GROUP Contact Person-BRANDY CRANE:-Flit.2852 Dcpartme 4Appr al SibInatur ° KAREN STRIK _ DEPARTMENT CHECK PICK-UP YES ❑ Tuesday,March 01,2016 Page 1 of 1 City Project Numbers DOE Number 7230 Contract Name BRIDGE REPAIR&REHAB AT SIX LOCATIONS 2012-23 Estimate Number 23 Contract Limits VARIOUS LOCATIONS('TAKE OVER AGREEMENT) Payment Number 23 Project Type PAVING For Period Ending 1/15/2016 Project Funding Project Manager Islam City Secretary Contract Number 45286 Inspectors RODGERS / SALAZAR Contract Date 6/5/2014 Contractor BONE CONSTRUCTION SOLUTIONS,LLC Contract Time 185 CD P 0 BOX 823043 Days Charged to Date 185 CD NORTHRICHLAND , TX 76182 Contract is .000000 Complete HILLS CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded --------------------------------------- Total Cost of Work Completed p $231,573.72 Less %Retained $0.00 Net Earned $231,573.72 mgq All, SlliagCl<IIeA Cana, J Earned This Period $2,315.74 x" Brotherton . (Retainage This Period $0.00 �,A Veste1 an/Scanned d ! i Less Liquidated Damages TJW1js eding people'have been Contacted concerning the request, . j 0 Days @ $0.00 /Day $0.00 Af"ff.j iayment&have released this.project for such;payihent LessPavement Deficiency $0.00 _o CnndwpU Citi V.6 _ I Less Penalty $0.00 l Less Previous Payment $229,257.98 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $2,315.74 Wednesday,January 20,2016 Page 4 of 4 VORT ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BRIDGE REPAIR&REHAB AT SIX LOCATIONS 2012-23 Contract Limits . VARIOUS LOCATIONS(TAKE OVER AGREEMENT) Project Type PAVING City Project Numbers DOE Number 7230 Estimate Number 23 Payment Number 23 For Period Ending 1/15/2016 - CD City Secretary Contract Number 45286 Contract Time 18ED Contract Date 6/5/2014 Days Charged to Date 185 Project Manager Islam Contract is 97.000 Complete Contractor BONE CONSTRUCTION SOLUTIONS,LLC P O BOX 823043 NORTH RICHLAND , TX 76182 HILLS I Inspectors RODGERS / SALAZAR t Wednesday,January 20,2016 Page 1 of 4 City Project Numbers DOE Number 7230 Contract Name BRIDGE REPAIR&REHAB AT SIX LOCATIONS 2012-23 Estimate Number 23 Contract Limits VARIOUS LOCATIONS(TAKE OVER AGREEMENT) Payment Number 23 Project Type PAVING For Period Ending 1/15/2016 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------- 2 RAILROAD FLAGMAN 20 W $2,798.13 $55,962.60 3 PORTABLE MESSAGE SIGN 2 W $7,624.21 $15,248.42 2 $15,248.42 4 REMOV CONC(OTHER)TXDOT SPEC ITEM 104 1.9 CY $1,305.84 $2,481.10 0.985 $1,286.25 5 CL C CONC(ABUT)TXDOT SPEC ITEM 420 37.3 CY $700.28 $26,120.44 39.145 $27,412.46 6 CL C CONC(BENT)TXDOT SPEC ITEM 420 1.9 CU $1,814.12 $3,446.83 0.833 - $1,511.16 7 CNC SIR REP HORIZONTAL TXDOT SPEC 518.72 SF $45.84 $23,778.12 183.03 $8,390.10 ITEM 429 8 CNC SIR REP BRIDGE DECK FULL DEPTH 636 SF $23.30 $14,818.80 2892.32 $67,391.06 TOOT SPEC ITEM 429 9 CLEAN AND SEAL EXIST JOINTS TXDOT SPEC 1247 LF $7.10 $8,853.70 4640.33 $32,946.34 ITEM 438 10 SIR STL MISC TXDOT SPEC ITEM 442 474 LF $22.65 $10,736.10 11 ARMOR JOINT WITH SEAL TOOT SPEC ITEM 212 LF $14.55 $3,084.60 187.53 $2,728.56 454 12 JOINT SEALANT TXDOT SPEC ITEM 454 250 LF $5.42 $1,355.00 200 $1,084.00 13 RAISING EXISDT STRUCT TXDOT SPEC ITEM 1 LS $39,197.89 $39,197.89 1 $39,197.89 495 15 EPDXY INJECTION(TY 1X)TXDOT SPEC ITEM 565.58 LF $41.45 $23,443.29 562.95 $23,334.28 4195 16 REPLACE ELASTOMERIC BEARING PADS 32 EA $345.10 $11,043.20 32 $11,043.20 TXDOT SPEC ITEM 4195 -------------------------------------- Sub-Total of Previous Unit $239,570.09 $231,573.72 Wednesday,January 20,2016 Page 2 of 4 City Project Numbers DOE Number 7230 Contract Name BRIDGE REPAIR&REHAB AT SIX LOCATIONS 2012-23 Estimate Number 23 Contract Limits VARIOUS LOCATIONS(TAKE OVER AGREEMENT) Payment Number 23 Project Type PAVING For Period Ending 1/15/2016 Project Funding Contract Information Summary Original Contract Amount $239,570.09 Change Orders Change Order Number 1 $0.00 Total Contract Price $239,570.09 � Total Cost of Work Completed j Date / �� `Y P $231,573.72 � ntra Less %Retained $0.00 C �� Net Earned $231,573.72 Date _ Earned This Period $2,315.74 spection pe isor Retainage This Period $0.00 Date '2 y Less Liquidated Damages Project Manager Days @ /Day $0.00 - IDate 2'os'/(r LessPavement Deficiency $0.00 A s. irec orr�(1 t / PW--Infrastructure Design and Construction Less Penalty $0.00 t^�' `� Date Z�5- Less Previous Payment $229,257.98 Direct49/Contracting Departm&it Plus Material on Hand Less 15% $0.00 Balance Due This Payment $2,315.74 Wednesday,January 20,2016 Page 3 of 4 3/2J2016 BuySpeed Online Online Accounts Payable Basic Purchasing Department Access NrGP Code Browse I My Account I Customer Service I About Current Organization:CITY OF FORT WORTH March 2,2016 11:41,08 AM CST JD 0 40 3C Home Documents Brandy Crane Invoice C545286-FINAL Vendor#:0000035957 Vendor Group#:01 Status:41R-Ready for Approval General Items Credits Subcontractors Accounts Routing Attachments Notes Reminder Change Order Summary Back to PO General Validation Warnings You are going to final pay the following partially paid po items:[1]. Header Information Invoice Number: CS45286-FINAL invoice Status: 41R-Ready for Invoice Type: 3 way Approval matching Invoice Description: CS45286-FINAL Bridge Repair and Rehabilitation at 6 Locations 2012-23 Invoice Date: 01/15/2016 Effect Date: 0310212016 Payment Amount: $2,315.74 Handling Code: ACH(DIRECT Payment Date: 02109/2016 DEPOSIT) Payment Payment Terms: Payment Term Day: o Discount: 0.0% Paid-Bank/Check: Alternate Id: Entered By: Brandy Crane Entered Date: 03/0212016 Credit Amount: $0.00 Updated By: Brandy Crane Updated Date: 03/0212016 Received Date: 01/15/2016 11:38:00 AM Attachments Agency Files: Agency Forms: Vendor Files: Vendor Forms: Purchase Order Information Purchase order PO-15-00086941 PO Description CS45286 Number: PO Amount- $7,996.37 Remaining To $7,996.36 Buyer. Brandy Crane Invoice: PoVendor Information Vendor: 0000035957-BONE CONSTRUCTION SOLUTIONS LLC Address Grp: 01 Vendor Remit-to Tallssa Townsend Address. 5217 DAMS BLVD STE D N RICHLAND HILLS,TX 76248 USA Fed ID: 6057 Remit Text: E-mail:johnbonebcs@outlookoom Phone:(817)718-1095 q Id:119306 (EFT Enabled) Misc&Freight Invoice Account Event Type Fiscal Year Account Code Transaction Amount Misc 16 10100-0202003-5430104----- -$0.01 Misc 16 10100--2060000.---- $2,315.74 Total: $2,315.73 Item Information Invoice Item#1130 Item#-1 Three Party Tender Agreement and Mutual Final Release as to the Surety and Obliges Bond No:TXIFSU0597856 Bridge Repair and Rehabilitation at Locations 2012-23 C301-539590-200000100315 CS45286 M&C:C-25625 Date:060512 Original PO-14-82225 Po Permit Invoice Discount% Original Final Item Status To Pay Amount Pay Amount Pay 3PPR-Partial Receipt $0.00 $0.01 0.0% $0.00 Yes MAKE: ASSET MODEL: ASSET—MANUF: https*//bso.fortworthtexas.gov/bsQ(purchaseorderfinvdice/invoiceSummary.sdo.?vendorld=OG00035957&docld=PO-15-00086941&rdeaseNbr=O&dooType=i&m... 1/2 3/2/2016 BuySpeed Online ASSET SERIAL: ASSET VIN: ASSET TAG: Event Type Fiscal Year Account Code Transaction Amount Exp. 15 30100-020E410-5430104--C10203-CCAPEX-2015- $0.01 Enc. 15 30100-02OE410-5430104--C10203-CCAPEX 2015- -$0.01 i Approval Path: Delete Approver Order Approval Level Approver Date Date Approved/Dlsapproved/Canceled Comment Sequence Path Type Requested Approved/Olsapproved/Canceled by Vlaw ID Add V — — New __ Primary v Add/Deleie gpp�aver ;-'_! Copyright©2016 Periscope Holdings,Inc.-All Rights Reserved.default https://bso.fortworthtexas.gov/bso/purchaseorderfiinvoicerinvoiceSummary.sdo?vendorld=0000035957&docld=PO-15-00086941&releaseNbr=O&docType=1&m... 212 FUND ACCOUNTII CENTERID TRANSAMOU EFFECTIVEDATE DESC1 DESC2 DESC3 GG01 205000 0 $ (1,891.99) 3/27/2014 CS45286-1 BSAP 35957 400062 GG01 205000 0 $ (2,597.87) 4/11/2014 CS45286-3 BSAP 35957 403604 GG01 205000 0 $ (2,528.21) 4/28/2014 CS45286-4 BSAP 35957 403604 GG01 205000 0 $ (979.95) 6/11/2014 CS45286-7 BSAP 35957 403604 GG01 205000 0 $ (1,256.03) 7/14/2014 CS45286-9 BSAP 35957 403604 GG01 205000 0 $ (1,256.02) 7/14/2014 CS45286-8 BSAP 35957 403604 GG01 205000 0 $ (409.29) 8/13/2014 CS45286-11 BSAP 35957 403604 GG01 205000 0 $ (2,195.60) 9/12/2014 CS45286-13 BSAP 35957 9/12/2014 GG01 205000 0 $ (1,158.48) 9/29/2014 CS45286-14 BSAP 35957 9/29/2014 GG01 205000 0 $ (467.93) 9/29/2014 CS45286-15 BSAP 35957 10/8/2014 GG01 205000 0 $ (1,071.43) 10/28/2014 CS45286-16 BSAP 35957 10/15/2014 GG01 205000 0 $ (2,911.93) 11/12/2014 CS45286-17 BSAP 35957 10/31/2014 GG01 205000 0 $ (1,437.70) 11/25/2014 CS45286-18 BSAP 35957 11/15/2014 GG01 205000 0 $ (2,833.77) 12/26/2014 CS45286-19 BSAP 35957 12/15/2014 GG01 205000 0 $ 20,680.46 1/28/2015 CS45286-21 BSAP 35957 1/15/2015 $ (2,315.74) 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 John Bone,Vice President Of Bone Construction Solutions,LLC.,known to me to be a credible person,who being by me duly sworn,upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations fixrnishing 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; Bridge Repairs&Rehab at Six Locations,2012-23,DOE#7230 BY Bone Vice President Subscribed and sworn before me on this date 21 of January,2016. AJIV TQ rra. ./ �Ct yi ,, QS L¢ KAREN L DUNG¢N W� % My ComnHslfon;ExpkM `- Joy $t 2017' ' CONSENT OF SURETY OWNER 0 TO FINAL PAYMENT A1ZMTECT D AM Dt1CL699 ent G707 CONTRACTOR l ] SURETY �1 Bond No. 712363P OTHER >7 TO OWN FR: ARCHITECTS PROJRCT -NO.:N/A (Narnneurdadrfm.M) City of Fort Worth Brloge Repair and Rehabilitation at Six 1000 Throckmorton CONT iCT FOR;Locat(ons(2012-25),GG01-5395900202003 Fort Worth TX 76102 I'220JECT CONI ACTDATBD:June 5, 2012 (Nctmc and addrvx�7 Bridge Repair and Rehabilitation at Six Locations(2012-23), GG01-539590-0202003 Fort Worth, Texas In accordance with The provisions ofthe Contract between the Owner and the Contractor as indicatett above,the flium naniq and oddity of Su>") Developers Surety and Indemnity Company R O. Box 19725 Irvine CA 92623 SDRPTY, on bend of {lnserr rpanta and addrC.*s q/Contrad�r) Bone Construction Solutions, LLC P.O. Box 823043 North Richland Hills TX 76182 CONTRACTOR, hereby approves ofthe flnal payment to the Contimctor,and agrees that$nal payment to the Contractor shall not relieve the Surety of any of its obligations to (Jrt.�tttnaruaaacladdrecc ofQrerre+) City of Fort Worth 1000 Throckmorton Fort Worth TX 76102 OWNER, as set forth in said Surety's bond, W WiTNF-$S WHCRRO?,the Surety has bereun€o set its hand on this date: October 27, 2015 (hxwtXfitt:t911r�thctuorrtbjolkuca(ht+tfx txurre:icdsreaxrliwarl Developers Surety eind Indemnity C pany { s7 By: /� fSY,gnatnrr tNLotlzxQ J»rarrr to Attest-, Brady'K. Cox LAttq2�ney7-in-Fact (Seal. , Marissa Allen ' (Pi91t7vtl rtau+e and tltla} Surety Phone No. 949-263-3300 0707---1994 f , , POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby make,constitute and appoint: 'Brent Baldwin,Brock Baldwin,William D.Baldwin,Michael B.Hill,Brady K.Cox,Blaine Allen,Monica Campos, Russ Frenzel, jointly or severally*** as its true and lawful Adomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporation,as surety,bonds,undertakings and contracts of suretyship giving and granting unto said Afforney(s)•in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporation could do,but reserving to each of said corporation full power of substitution and revocation,and all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power ofAttomey is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,any Executive Vice-President,Senior Vice-President or Vice-President of the corporation be,and that each of them hereby is,authorized to execute this Power ofAftomey,qualifying the allofney(s)named in the Power of Atfomey to execute,on behalf of the corporation,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of the corporation be,and each of them hereby is,authorized to attest the execution of any such PowerofAttomey; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Aftomay or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents 10 be signed by its officers and attested by its Secretary or Assistant Secretary this November 21,2011 V��By: AND/Np . Daniel Young,Senior Vice-President ,�o,GoP 0R4r� e" OCT. sit' =wi 10 By. :0d Mark J.Lansdon,Vice-President y 1 9 3 6 ;b� State of California County of Orange On November 21,2013 before me, Antonio Alvarado Notary Public Date Here Insert Name and Tige of the Officer personally appeared Daniel Young and Mark J.Lansdon Name(s)of Signer(s) . who proved tome on the basis of satisfactory evidence lobe the person(s)whose name(s)Ware subscribed to the within instrument and acknowledged tome that helshellhey executed the same in hismerliheir authorized capacily(ies),and that by hislheritheirsignature(s)on the instrument the person(s),or the entity upon behalf of ANTONIO ALVARADO which the person(s)acted,executed the instrument, COMM,#2033556 NOTARYPt19LlI certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is yy ORANGE COUNTY true and correct My mmm.expires Aug.9.201Iexpires Aug.9.2017 WITNESS my hand and official seal. Place Notary Seal Above Signature *� - Antonio Alvarado,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certify that the foregoing Power of Aftorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Attomey are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,this 27th day of October 2015 By: Cassie J.Berdsfor , ssistant Secretary ID-1438(Rev.11113) FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Bone Construction Solutions,LLC Bridge Repair and Rehabilitation at Six Locations(2012-23) DOE Inspector DOE Number Richard Salazar 7230 DOEInspector Project Manager ❑ Water❑ Waste Water❑ Storm DrainageRl Pavement Tari ul Islam Initial ContractAmount ProjectDculty $239,570.09 O Simple O Routine O Complex Final ContractAmount Date $23 573.,3� .23 5 n 0� 21-Jan-16 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT X APPLICABLE Y/N RATING 0-4 MAX SCORE SCORE 1 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 4 20 20 10 Citizen's Complaint Resolution 5 Y 3 20 1 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Completion 1 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 436 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 436 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]*100%) 436 / 448 = 97% 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 Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 k FORTWORTHREV:02'2210' TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 21-Jan-16 Name of Contractor Project Name Bone Construction Solutions,LLC Bridge Repair&Rehabilitation At Six Locations 2012-23) DOE Inspector Project Manager Richard Salazar DOE Number ProjectDiffliculi), T}pe of Contract 7230 10 Simple OO Routine O Complex ❑ Water❑ Waste Water❑ Storm Drainages Pavement Initial Contract Amount Final Contract Amount $239,570.09 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING 0-4 0-4 INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 ApplicabilLty Applicabilityof Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities L1- 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Chane Order Processing Time 3 Communication 2 Timliness of Contractor Payinents 3 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor o Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ie' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT WORTH " TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 23 1 DOE` 7230 NAME OF PROJECT: Bridge Repair and Rehabilitation at Six Locations(2012-23) Contractor Bone construction YEAR:j 2015 PROJECT NO.: FINAL INSPECTION DATE 1/9/2015 GG01-539590-0202003 WD CD CONTRACT TI E .�29" X PERIOD FROM: 1 1/16/2015 TO: 1131120151 MID - Month I JDEVUOPNMNN) N WORD ORDER EFFECTIVE: 2/24/2014 BEG /n n MID /n DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 0 Stop time 16 Fri Stop time 2 0 Stop time 17 Sat Stop,time 3 0 Stop time 18 Sun Stop time 4 0 StopTime 19 Mon Sto time 5 0 Stop time 20 Tue Stop time 6 0 Stop time 21 Wed Stop time 7 0 stop time ' 22 Thu Sfo time 8 0 Stop time 23 Fri Sto time 9 0 Stop time 24 Sat Stop time 10 0 Stop time . 25 Sun Stop time 11 0 stop time` 26 Mon Stop time 12 0 Stop time 27 Tue .-stop time 13 0 Stop time 28 Wed Stop time 14 0 Stoptime 29 Sto time 15 0 _ Sto time 30 Sto 'time 31 % Sfo tiriie NA Wkn&Hol Wea Utl Ofh.;: Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 0 PREVIOUS PERIOD 185 TOTAL TO DATE 0 0 0 1 0 1 185 185 REMARKS: Stop time 8/27/2014 Punch List completed 1!1612015 " - - _ � Li t-..ems F-✓��hyL#��—� "1 � $4atu nnY1� 1NSEEC [ 111.4201.6 COS�TRACCOR_ .. -',e�—"���..G�iS:�,�.1>� '" i-:rDATE -. �. _ _ _F�... �q civ? fo.c"G L L G