Loading...
HomeMy WebLinkAboutContract 46936-FP3 Depart TP&W Con t. Services 00E# Date Project Manager Risk Management C ay i IT WORTH, nzx'rA9-V'= � D.O.E. Brotherton — t: C" W ( ' CFA Westerman/Scanned The Proceeding people have been C tacted con erningtherequestforfinal payment&have released this project for such payment. "ATION AND PUBLIC WORKS� fe�(�y8 a e a enne y � .�Ji,vi ..viriii.,i:iivl� -_ D.O.E. Ns: 7442 rA Cox �"a�� C I Regarding contract 117442 for SENDERA RANCH EAST PHASE 9 as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&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: $950,430.22 Amount of Approved Change Orders: Ns Revised Contract Amount: Total Cost Work Completed: $950,430.22 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficieneies: Total Deduction Amount: Total Cost Work Completed: $950,430.22 Less Previous Payments: $0.00 Final Payment Due $950,430.22 f S•os•zo/� * Recomme ded for Acceptance Date Asst. Director40r,.'TRANSPORTATI TPW - Infrastructure Design and Construction (..J AccepDate N & PUBLIC WORi<S i Asst. City Manager Date Comments: C205-541200-207760256683 i MAY I ?D16 EOFFICIAL 11CRETARYxuitiaI: `ORTH,TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SENDERA RANCH EAST PHASE 9 Contract Limits Project Type PAVING&DRAINAGE City Project Numbers 02566 DOG Number 7442 Estimate Number I Payment Number I For Period Ending 4/13/2016 CD City Secretary Contract Number 117442 Contract Time 160'D Contract Date 7/23/2015 Days Charged to Date 221 Project Manager Jaafari Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors GREGORY / COLLIER Wednesday,April 13,2016 Page 1 of 5 City Project Numbers 02566 DOE Number 7442 Contract Name SENDERA RANCH EAST PHASE 9 Estimate Number 1 - -------"-ntraet=Dira S -- -- --- --- -— - -- -- --- —. _.—Paym_eutNumber.---1 —-- Project Type PAVING&DRAINAGE For Period Ending 4/13/2016 Project Funding UNIT III:DRAINAGE IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------- — — 1 21"RCP CLASS III 235 LF $43.00 $10,105.00 235 $10,105.00 2 24"RCP CLASS I1I 936 LF $48.00 $44,928.00 936 $44,928.00 3 30"RCP CLASS 111 234 LF $60.00 $14,040.00 234 $14,040.00 4 36"RCP CLASS 111 946 LF $77.00 $72,842.00 946 $72,842.00 5 10'CURB INLET 8 EA $2,200.00 $17,600.00 8 $17,600.00 6 15'CURB INLET 2 EA $3,800.00 $7,600.00 2 $7,600.00 7 20'CURB INLET 2 EA $4,000.00 $8,000.00 2 $8,000.00 8 4'STORM JUNCTION BOX 6 EA $3,000.00 $18,000.00 6 $18,000.00 9 Y STORM JUNCTION BOX 3 EA $4,500.00 $13,500.00 3 $13,500.00 10 REMOVE HEADWALUSET 2 EA $1,000.00 $2,000.00 2 $2,000.00 11 REMOVE 30"STORM LINE 28 LF $20.00 $560.00 28 $560.00 12 REMOVE 48"STORM LINE 10 LF $25.00 $250.00 10 $250.00 13 24"FLARED HEADWALL 1 PIPE(TXDOT CH- 2 EA $2,000.00 $4,000.00 2 $4,000.00 FW-0) 14 30"FLARED HEADWALL 1 PIPE(TXDOT CH- I EA $3,000.00 $3,000.00 1 $3,000.00 FW-O) 15 42"SET,1 PIPE 1 EA $3,500.00 $3,500.00 1 $3,500.00 16 CONCRETE RIPRAP 48 LF $75.00 $3,600.00 48 $3,600.00 17 TRENCH SAFETY 2351 LF $2.00 $4,702.00 2351 $4,702.00 Sub-Total of Previous Unit $228,227.00 $228,227.00 UNIT IV:PAVING IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---- ------------- 1 6"CONC PVMT 6555 SY $33.00 $216,315.00 6555 $216,315.00 2 8"CONC PVMT 1230 SY $38.00 $46,740.00 1230 $46,740.00 3 10"CONC PVMT 6217 SY $46.50 $289,090.50 6217 $289,090.50 4 6"LIME TREATMENT 6974 SY $3,00 $20,922.00 6974 $20,922.00 5 8"LIME TREATMENT 7733 SY $3.25 $25,132.25 7733 $25,132.25 6 HYDRATED LIME 351.76 TN $172.00 $60,502.72 351.76 $60,502.72 7 BARRIER FREE RAMP TYPE R-I 8 EA $1,200.00 $9,600.00 8 $9,600.00 8 BARRIER FREE RAMP TYPE U-1 4 EA $1,200.00 $4,800.00 4 $4,800.00 Wednesday,April 13,2016 Page 2 of 5 City Project Numbers 02566 DOE Number 7442 Contract Name SENDERA RANCH EAST PHASE 9 Estimate Number 1 -- - - 6ittracrHulifi - ------------ -----=-_------- nt=Ntmrber---- Project Type PAVING&DRAINAGE For Period Ending 4/13/2016 Project Funding 9 4"CONC SIDEWALK 9412 SF $3.00 $28,236.00 9412 $28,236.00 10 RAISED MARKER TY W 1877 LF $5.00 $9,385.00 1877 $9,385.00 11 RAISED MARKER TY Y 939 LF $5.25 $4,929.75 939 $4,929.75 12 STANDARD EOR BARRICADE 2 EA $600.00 $1,200.00 2 $1,200.00 13 PAVEMENT HEADER 178 LF $25.00 $4,450.00 178 $4,450.00 14 REMOVE&RELOCATE STANDARD EOR 3 EA $300.00 $900.00 3 $900.00 BARRICADE ------------------------------ --------- Sub-Total of Previous Unit $722,203.22 $722,203.22 Wednesday,April 13,2016 Page 3 of 5 City Project Numbers 02566 DOE Number 7442 Contract Name SENDERA RANCH EAST PHASE 9 Estimate Number 1 -- - - --Con rac Limits - - ayrnent-Number-� - - Project Type PAVING&DRAINAGE For Period Ending 4/13/2016 Project Funding Contract Information Summary Original ContractAmount $950,430.22 Chante Orders Total Contract Price $950,430.22 Date q-(3'f(o, Total Cost of Work Completed ✓$950,430.22 Contr i Less %Retained $0.00 Net Earned ✓$950,430.22 • Date �1 � Inspection ipervi o Earned This Period $950,430.22 Retainage This Period $0.00 U Date Less Liquidated Damages Project Mmsgejr Days @ /Day $0.00 Date b �'�� LessPavement Deficiency $0.00 Asst. irector/I JPW��-lafrast)ructure Design and Construction Less Penalty $0.00 W w , Date -sA-M/16 Less Previous Payment $0.00 Director ontracting Depardne t Plus Material on Hand Less 15% $0.00 Balance Due This Payment $950,430.22 Wednesday,April 13,2016 Page 4 of 5 City Project Numbers 02566 DOE Number 7442 Contract Name SENDERA RANCH EAST PHASE 9 Estimate Number I -—- --—--- ----- ----- - -- ------- - nvm Project Type PAVING&DRAINAGE For Period Ending 4/13/2016 Project Funding Project Manager Jaafari City Secretary Contract Number 117442 Inspectors GREGORY / COLLIER Contract Date 7/23/2015 Contractor CONATSER CONSTRUCTION TxLP Contract Time 160 CD 5327 WICHITA ST Days Charged to Date 221 CD FORT WORTH, TX 76119 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $950,430.22 Less %Retained $0.00 Net Earned $950,430.22 Earned This Period $950,430.22 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /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 $950,430.22 Wednesday,April 13,2016 Page 5 of 5 FORTWORTH rev 03/0 /07 TRANSPORTATION& PUBLIC WORKS - - - ------ - - - BINAL-ST-,&-T-ENIENT-OF-CC-ONTRACT T-LMF- -- -- - - FINAL STATEMENT NO.:I NAM E OF PROJECT: Sendera Ranch East Phase 9 PROJECT NO.: 2566 CONTRACTOR: Conatser Const 2566 DOE NO.: 7442 PERIOD FROM 04.'01'16 TO: 04/03%16 FINAL INSPECTION DATE: 18-Feb-16 WORK ORDER EFFECTIVE: CONTRACT TIME: 160 Q WO* CD DAYS DAYS DAY OF CHARGED REASON FOR DAYS DAY OF CHARGED REASON FOR DAYS [MONTH DURING CREDITED MONTH DURING CREDITED 1. Fri 1 M. 2. Sat 1 17. 3. Sun 1 18. 4. Mon 1 19. 5. Tue 1 20. 6. Wed I 21. 7. Thu 1 22. 8. Fri I 23. 9. Sat 24• 10. Sun 25. ll. Mon 26• 12. Tue 27. 13. Wed 28. 14. Thu 29. 15. Fri 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIESDAYS TOTAL OTHERS & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 8 8 PERIOD PREVIOUS 213 213 PERIOD TOTALS 221 221 TO DATE *REMARKS: 42 A 7 CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT = The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax:(817)392-78_ Murch 29, 2016 Mr. Brock Huggins Conatser Construction TX,L.P. 5327 Wichita St. Ft.Worth,Texas 76119 Re: Water,Sewer, Paving, Drainage and Street Lights Contract for Sendera ranch East Phase 9 City Project No.02566 Water Project No. P265-607150256683 Sewer Project No. P275-707130256683 D.O.E. No.7442 "X" No,X-23103 Dear Mr. Huggins: This letter will document that Lennar Homes of Texas Land and Construction, LTD.confirms that Conatser Construction TX,L.P. 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 Lennar Homes of Texas Land and Construction,LTD. in connection with the work. Lennar Homes of Texas Land and Construction, LTD. Cc: KhaI Jaafari,City of Fort Worth 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 Brock Huggins, Vice-President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, 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 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: SENDERA RANCH EAST PH 9 WATER AND SANITARY SEWER AND PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 02256 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 15t11 day of M arch, 2016. Y wuni env n�e,, BERTHA GIANULI Notary Public,State of Texas Notary Public in Tarrant County, Texas ,„ My commission Expires September 18. 2019 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ --- -O-F4NAL-PAYMENT - - -- - - SURETY - - Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0191914 PROJECT: (name, address)Fort Ranch East Phase 9 Fort Worth,TX TO (Owner) ARCHITECT'S PROJECT NO: City Project No.02256 FLENNAR HOMES OF TEXAS LAND AND CONSTRUCTION,LTD.and the City of CONTRACT FOR: Fort Worth,TX Sendera Ranch East Phase 9,Water,Sanitary Sewer,Street,Storm 1707 Markel Place Blvd.,Suite 110 Drain&Lighting Improvements Ft.Worth Irving TX 75063 _J CONTRACT DATE: CONTRACTOR:CONATSER CONSTRUCTION TX,L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the there Insert name and address of Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L,P. 5327 Wichita Sl. Fort Worth TX 76119-6035 , 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) LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION,LTD.and the City of Fort Worth,TX 1707 Market Place Blvd., Suite 110 Irving TX 75063 , OWNER, as set forth in the said Surety Company's bond, IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 14th day of March,2016 BERKLEY INSURANCE COMPANY /Surety Company Attest: A� —,m ,M�,C�.�/ (Seal): Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title 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 No. BI-7280f POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly a organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted a and- et Grand—dsliyrt c!mrts-crake,constitute-and-appoint:Ricarrlo=J.—ff?yrrrr;--Dorr-E.E r--nell,— to--DeLelre z Marshall,Sophinle Hunter;Robbi Jtforales; or ICelly A. 0estbrook of Aon Risk Services Southwest, Inc. of Dallas, TX its true u� and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall r exceed Fifty Million and 00/100 U.S. Dollars (U.S.S50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. n This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, c r without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following Z �; resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: _o .a > E RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief ,T, Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant E 12 Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein o n, to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such ° attorney-in-fact and revoke any power of attorney previously granted;and further 0 o RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, y or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the H c manner and to the extent therein stated;and further ti o RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and 9 further s R RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 0tpower of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or y R other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as c 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any E person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have o ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caus p these presents to be signed and attested by its appropriate officers and its ocorporate seal hereunto affixed this�'tlay of vC'kk, 2015, o � o Attest: Berkley Insurance Company m M � v _(Seal) By l By �� R F- ira S. a erman Je e. a��4er Senior Vice President&Secretary Se rside ct c n o WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPE.. o y STATE OF CONNECTICUT) ss: v o COUNTY OF FAIRFIELD X_ N ) o Sworn to before me, a Notary Public in the State of Connecticut, this X17 dax of �'�''e� 2015, by Ira S. Lederman and E Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secretlary an' the Senior Vice Preident,respectively,of Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC '��' c MY COMMISSION EXPIRES Wotary Public,State of Connecticut o APRIL 30,2019 CERTIFICATE z E i, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a x true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded < and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of 3 Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this 14th day of March 2016 (Seal) A41 a AFFIDAVIT STATE OF TEXAS COUNTY OF TARR.ANT Before me, the undersigned authority, a Notary Public in the state and county aforesaid, on this day personally appeared Brock Huggins, Vice-President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP,known to me to be a credible person, who being by me dulysworn,upon his 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: SENDERA RANCH EAST PH 9 WATER AND SANITARY SEWER AND PAVING AND STREET LIGHT IMPROVEMENTS DOE#: N/A City Project#: 02256 CITY OF FORT WORTH STATE OF TEXAS CONATSER CONSTRUCTION TX, LP Brock Huggins Subscribed and sworn to before me this 15' day of arch, 2016. .c— BERTHA GIANULIS Notary Public in Tarrant County, Texas Notary Public,state of Texas My commission Expires September 18, 2019 March 29,2016 Mr. Brock Huggins Conatser Construction TX,L.P. 5327 Wichita St. Ft.Worth,Texas 76119 Re: Water,Sewer, Paving, Drainage and Street Lights Contract for Sendera Ranch East Phase 9 City Project No.02566 Water Project No. P265-607150256683 Sewer Project No. P275-707130256683 D.O.E. No.7442 "X"No.X-23103 Dear Mr. Huggins: This letter will document that Lennar Homes of Texas Land and Construction,LTD.confirms that Conatser Construction TX, L.P. 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 Lennar Homes of Texas Land and Construction,LTD. in connection with the work. Lennar Homes of Texas Land and Construction, LTD. Cc: Khal Jaafari,City of Fort Worth FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR Sr PROJECT DATA Name gfConlracior Project Name Conatser Cw1StPuctipll Sendera Ranch East Phase 9 DOE Inspector DOE Number Michael Collier 7442 DOS'litspector Project Manager ❑ Water❑ Waste WaterO Storm Drainages Pavement Kahl Jafaari /tribal coll/r(/C1.411101nl Project Difficult), $950,430.22 Q Simple Routine O Complex Final Contractrl mount Date $950,430.22 4/11/2016 II) PERFORMANCE EVALUATION 0-hurdequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(X) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE I Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 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 4 20 20 11 Property Restoration 5 Y 1 4 20 20 12 Aller Howl Response 5 Y 1 4 20 1 20 13 Project Completion 5 Y 1 3 20 15 TOTAL ELEMENT SCORE(A) 398 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 398 111)CONTRACTOR'S RATING N4aximtan Score(NIS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/NISI* 100%) 398 / 448 = 89% Performance Category Excellent 20%—lnarlequale 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 .ro-- CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS ^�, The Cit}'of Fart Worth• 1000 Thtoclunorton Street-Fort Worth,T176012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS 1) PROJECT INFORMATION_ Date: 4/11/2016 IName ofContr•actm• Projeel Name Conatser Construction Sendera Ranch East Phase 9 DOE Inspector Project Manager Michael Collier Kahl Jafaari DOE Number ProjectD{jfculry TipeofContract !7442 Q Simple QQ Routine Q Complex Q Water❑ Waste WaterO StormDrainage Pavement fbtitial Contract,411!01111! Final Contracl Amount $950,430.22 $950,430.22 11) PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS I Availability of Inspector y I Accuracy of Plans to Existing Conditions (-/ 2 Knowledge of Inspector y 2 Clarity&Sufficiency of Details Li 3 Accuracy of Measured Quantities 3 Applicability of Specifications ly 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution 1./ PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs Knowledge And/Or Problem Resolution y ADMINISTRATION 2 Availability of Project Manager IV I Change Order Processing Time y 3 Communication y 2 Timliness of Contractor Payments N 4 Resolution of Utility Conflicts ly 3 Bid Opening to Pre-Con Meeting Timeframe 111)COMMENTS&SIGNATURES COM NI ENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supeevisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TY 76012-6311 (817)392-7941 -Fax:(817)392-7845