Loading...
HomeMy WebLinkAboutContract 45482-FP1 )epa �;��-��" yl;W Const.Services )OE#r lr�!_L. at o f CITY SECMETAW 'mjectManageG �o I CONTRACT NO. L4�gJ-.FP1 tisk a ent S.Cana tT WORTH® ).0. Z$retherton —q60) — 0 7A Westerman/Scanned❑ C b le Proceeding people have been Contacted concerning the request ATION AND PUBLIC WORKS C 5 uS; w Real payment&have released this project for such payment. F PROJECT COMPLETION 'learance Conducted By Etta Bscy D.O.E.NO: 6578 Regarding contract 45482 for WATER&SANITARY SEWER REHABILITATION CONTRACT 75-PA as required by the WATER DEPARTMENT as approved by City Council on 03/04/2014 through M&C C-26702 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation& Public Works Department bas accepted the project as complete. Original Contract Prices: ;v y 52,073,444.00 y: Amount of Approved Change Orders JULs 5341,729.00 Ns 1,2 Revised Contract Amount: $2,415,173.00 Total Cost Work Completed: 52,112,79550 Less Deductions: Liquidated Damages: Days®S210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $2,112,79550 Less Previous Payments: $2,007,155.73 Final Payme ue $105,639.77 ,l5v Anj�h t3tc� Recommend fo cceptance Date Asst. Director,TPW - Infrastructure Design and Construction ,,e) ///a.,/ / 14 Accepted Date Asst. Director, WATER DEPARTMENT Asst. cAy Manager Dateff Comments: WATER:P253-475260-6091701480/SS P258-475270-7091701480 EMAY'LJTJD �`� _ W�3 -� 8 OFFICIAL RECORD JUL 14 WO ITY SMGRETARY EaittaR: �� r-T. WORTH, "TX (t JUL 1 3 2016 5q &o) -- C OW0 City Project Numbers 01480 s� '2:�'_ DOE Number 6578 Contract Name WATER&SANITARY SEWER REHABILITATION CONTRACT 75-PA Estimate Number 43 Contract Limits Payment Number 43 Project Type WATER&SEWER For Period Ending 6/302016 Project Funding Project Manager Sauceda City Secretary Contract Number 45482 Inspectors RODGERS / DUARTE Contract Date 3/42014 Contractor ARK CONTRACTING SERVICES,LLC Contract Time 431 CD 420 SOUTH DICK PRICE ROAD Days Charged to Date 431 CD KENNEDALE, TX 76060 Contract is .000000 Complete nt , CITY OF FORT WORTT W0V%r # SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net ------------ Funded ——————————————————————— ti1�02- 0 � tl yl RQ,tr2l.�lI -Cb,gaD IS Total Cost of Work Completed $2,112,795.50 Less %.Retained $0.00 Net Earned $2,112,795.50 WATER DEPARTMENT Earned This Period 5105,639.77 ENGINEERING AND FISCAL SERVICESRetainage This Period 50.00 Collw Person- I ' Less Liquidated Damages Signator for: 0 Days B SO-00 /Day $0.00 (•� LessPavement Deficiency $0.00 DEp�ETITCHECK PICK-UP YESLessPavement Penalty $0.00 Less Previous Payment $2,007,155.73 Plus Material on Hand Less 15%. $0.00 Balance Due This Payment 5105,639®7% Thursday,June 23,20I6 Page 6 of 6 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATER&SANITARY SEWER REHABWATION CONTRACT 75-PA Contract Limits Project Type WATER&SEWER City Project Numbers 01480 DOE Number 6578 Estimate Number 43 Payment Number 43 For Period Ending 6/30/2016 CD City Secretary Contract Number 45482 Contract Time 43CD Contract Date 3/4/2014 Days Charged to Date 431 Project Manager Sauccda Contract is 87.000 Complete Contractor ARK CONTRACTING SERVICES,LLC 420 SOUTH DICK PRICE ROAD KENNEDALE, TX 76060 Inspectors RODGERS / DUARTE Thursday,lune 23,2016 Page 1 of 6 City Project Numbers 01480 DOE Number 6578 Contract Name WATER&SANITARY SEWER REHABILITATION CONTRACT 75-PA Estimate Number 43 Contract Limits Payment Number 43 Project Type WATER&SEWER For Period Ending 6/30/2016 Project Funding WATER RAPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"WATER PIPE 1010 LF $72.00 572,720.00 1070 $77,040.00 2 8"DIP WATER 60 LF $110.00 $6,600.00 3 DUCTILE WATER FITTINGS 1 TN $5,000.00 $5,000.00 1 $5,000.00 4 FIRE HYDRANT I EA $2,500.00 $2,500.00 1 $2,500.00 5 8"GATE VALVE 4 EA 51,200.00 $4,800.00 3 $3,600.00 6 1"WATER SERVICE 2 EA 51,200.00 $2,400.00 3 $3,600.00 7 1"WATER SERVICE METER RELOCATIONS 2 EA 5100.00 $200.00 8 CONNECTION TO EXISTING 6"WATER MAIN 2 EA 5800.00 51,600.00 1 $800.00 9 CONNECTION TO EXISTING 8"WATER MAIN 2 EA $1,500.00 $3.000.00 3 $4,500.00 10 TEMPORARY WATER SERVICES 2 LS $1,200.00 $2,400.00 11 IMPORTED 10 CY $30.00 $300.00 EMBEDMENT/BACKFILL,CRUSHED ROCK 12 TRENCH SAFETY 1066 LF $1.00 $1,066.00 1070 $1,070.00 13 TEMPORARY ASPHALT PAVING REPAIR 1055 LF $18.00 518,990.00 1055 $18,990.00 14 4'WIDE ASPHALT PVMT REPAIR RESIDENTIAL 350 LF $26.00 59,100.00 350 $9,100.00 15 6'WIDE ASPHALT PVMT REPAIR RESIDENTIAL 710 LF $30.00 $21,300.00 710 $21,300.00 16 6"CONCRETE DRIVEWAY 35 SF $10.00 $350.00 17 11"CONC VALLEY GETTER 15 SY $88.00 $1,320.00 60 $5,280.00 ATERIAL/INDUSTRL6,L 18 TRAFFIC CONTROL 3 MO $1,500.00 54,500.00 3 $4,500.00 19 BLOCK SOD PLACEMENT 10 SY $10.00 $100.00 Sub-Total of Previous Unit $158,246.00 $157,280.00 SANITARY SEWER IMPROVEMENT Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 6"SEWER PIPE 15 LF $72.00 $1,080.00 2 8"SEWER PIPE 5488 LF $80.00 $439,040.00 5388 $431,040.00 3 12"SEWER PIPE 2463 LF $86.00 $211,818.00 2272 $195,392.00 4 12"SEWER PIPE CSS BACKFILL 86 LF $110.00 $9,460.00 86 59,460.00 5 15"SEWER PIPE(CO#2) 1509 LF $135.00 $203,715.00 1509 $203,715.00 6 8"PIPE ENLARGEMENT(CO#2) 1258 LF 5150.00 $188,700.00 1259 $188,850.00 'Thursday,June 23,2016 Page 2 of 6 City Project Numbers 01480 DOE Number 6578 Contract Name WATER&SANITARY SEWER REHABILITATION CONTRACT 75-PA Estimate Number 43 Contract Limits Payment Number 43 Project Type WATER&SEWER For Period Ending 6/30/2016 Project Funding 7 8"CIPP 535 LF $75.00 $40,125.00 181 $13,575.00 8 TRAFFIC CONTROL 6 MO $1,800.00 $10,800.00 6 $10,800.00 9 SWPPP>1 ACRE I LS $8,000.00 $8,000.00 1 $8,000.00 10 POST CCTV INSPECTION(CO 42) 11465 LF $1.00 $11,465.00 11457 $11,457.00 11 PRE-CCTV INSPECTION 9565 LF $3.00 $28,695.00 2683 S8,049.00 12 EXPLORATORY EXCAVATION OF EXISTING 4 EA $1,500.00 $6,000.00 4 S6,000.00 UTILITIES 13 REMOVE 4'SEWER MANHOLE 34 EA 5400.00 $13,600.00 33 $13,200.00 14 EPDXY STRUCTURE LINER 1245 SF $14.00 $17.430.00 1180 $16,520.00 15 4'DROP MANHOLE 7 EA 54,500.00 $31,500.00 7 $31,500.00 16 4'MANHOLE 36 EA $3,800.00 $136,800.00 32 $121,600.00 17 4'EXTRA DEPTH MANHOLE 142 VF $100.00 $14,200.00 134 $13,400.00 18 5'DROP MANHOLE I EA $6,000.00 $6,000.00 1 $6,000.00 19 5'EXTRA DEPTH MANHOLE 10 VF $150.00 $1,500.00 10 $1,500.00 20 4"SEWER SERVICE 231 EA S300.00 $69,300.00 214 $64,200.00 21 SANITARY LINE GROUTING 90 CY $110.00 $9,900.00 90 $9,900.00 22 IMPORTED EMBEDMENT/BACKFILL 160 CY $25.00 $4,000.00 CRUSHED ROCK 23 TRENCH SAFETY(CO#2) 9727 LF 52.00 $19,454.00 10138 $20,276.00 24 6"CONC CURB AND GUTTER(CO 92) 223 LF $40.00 $8,920.00 223 $8,920.00 25 6"CONC VALLEY GUTTER 115 SY $90.00 $10,350.00 40.5 $3,645.00 26 I S"RCP CLASS III(CO#2) 158 LF $80.00 $12,640.00 158 $12,640.00 27 21"RCP CLASS Ill 40 LF $90.00 $3,600.00 28 24"RCP CLASS III(CO#2) 31 LF $120.00 $3,720.00 31 $3,720.00 29 36"RCP CLASS III(CO 42) 50 LF $160.00 $8,000.00 50 $8,000.00 30 LOOP DETECTOR CABLE SERVICE 200 LF $5.00 $1,000.00 31 14 AWG LOOP DETECT CABLE 200 LF $10.00 $2,000.00 32 REMOVE 10'CURB INLET 1 EA $600.00 $600.00 1 $600.00 33 10'CURB INLET I EA $5,000.00 $5,000.00 1 $5,000.00 34 TEMPORARY ASPHALT PAVING REPAIR 4330 LF $18.00 $77,940.00 729 $13,122.00 35 6'WIDE ASPHALT PVMT REPAIR 4794 LF $28.00 S 134 232.00 5087 5142,436.00 RESIDENTIAL(CO#2) 36 5"CONC DRIVEWAY 1060 SF $8.00 SS,480.00 687 $5,496.00 37 8"CONC PVMT REPAIR 70 SY S100.00 $7,000.00 70 $7,000.00 38 12"DIP SEWER(CO#l) 460 LF $145.00 $66,700.00 321 546,545.00 Thursday,June 23,2016 Page 3 of 6 City Project Numbers 01480 DOE Number 6578 Contract Name WATER&SANITARY SEWER REHABILITATION CONTRACT 75-PA Estimate Number 43 Contract Limits Payment Number 43 Project Type WATER&SEWER For Period Ending 6/30/2016 Project Funding 39 16"DIP SEWER(CO#1) 140 LF $180.00 525,200.00 40 30"CASING BY OTHER THAN OPEN CUT(CO 460 LF $360.00 $165,600.00 216 $77,760.00 #1) 41 36"CASING BY OTHER THAN OPEN CUT(CO 140 LF $400.00 $56,000.00 130 $52,000.00 #1) 43 BLOCK SOD PLACEMENT 100 SY $10.00 $1,000.00 44 12"DIP SEWER BY OTHER THAN OPEN CUT 75 LF 5280.00 521,000.00 45 4"SANT.SEWER SERVICE PRIVATE 95 LF $18.00 $1,710.00 RELOCATION 46 12"SEWER ABANDONMENT PLUG 4 EA 5600.00 $2,400.00 4 $2,400.00 47 REMOVE FENCE 400 EA $10.00 $4,000.00 48 6'WOOD FENCE 200 LF $22.00 $4,400.00 49 6'CHAIN LINK STEEL 200 LF $30.00 $6,000.00 50 MANHOLE COLLARS(CO#1)(CO#2) 40 EA $400.00 $16,000.00 35 $14,000.00 51 MANHOLE VACUMM TEST(CO#l)(CO#2) 41 EA $200.00 $8,200.00 40 $8,000.00 52 PIPE ENLARGEMENT 10"(CO#2) 441 LF $126.00 $55,566.00 441 $55,566.00 53 RECONNECT SERVICES 8"(CO#2) IS EA $975.00 $17,550.00 17 $16,575.00 54 RECONNECT SERVICE 10"(CO 42) 5 EA $1,320.00 $6,600.00 6 $7,920.00 55 POINT REPAIR(CO#2) 225 LF 571.50 516,087.50 482 $34,463.00 56 CONNECT TO EXISTING DROP MANHOLE(CO I EA 5300.00 $300.00 1 $300.00 #2) 57 HMAC STREET REPAIR(CO#2) 177 SY S93.50 S16,549.50 481 $44,973.50 Sub-Total of Previous Unit 52,256,927.00 $1,955,515.50 Thursday,June 23,2016 Page 4 of 6 City Project Numbers 01480 DOE Number 6578 Contract Name WATER&SANITARY SEWER REHABILITATION CONTRACT 75-PA Estimate Number 43 Contract Limits Payment Number 43 Project Type WATER&SEWER For Period Ending 6/30/2016 Project Funding Contract Information Summary Original Contract Amount $2,073,444.00 Chanae Orders Change Order Number 1 ($3,825.00) Change Order Number 2 $345,554.00 Total Contract Price $2,415,173.00 f Date Total Cost of Work Completed $2,112,795.50 n ctor Less %Retained $0.00 7 � n D(( Net Earned $2,112,795.50 Date v Inspection Sg Earned This Period $105,639.77 Retainage This Period $0.00 Date :7/1 Z l� Less Liquidated Damages rojo Days® /Day 50.00 Date / /L LessPavement Deficiency 50.00 Asti Directotructure Design andiconsAction Less Penalty $0.00 4 P Date ,/Z f l6 Less Previous Payment $2,007,155.73 Director/Contracting Department Plus Material on Hand Less 15% 50.00 Balance Due This Payment $105,639.77 Thursday,June 23,2016 Page 5 of 6 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Water&Sanitary Sewer Rehabilitation Contract 75-Part 1 PROJECT NUMBER: 1480 DOE NUMBER: 6578 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 1070 FIRE HYDRANTS: 1 VALVES(1611 OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF 8" Cl 1050 DENSITIES: NEW SERVICES: (1')3 Copper SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 5388 12" PVC 2358 15" PVC 1509 12" DIP 321 8" POLY 1259 10" POLY 441 8" CIPP 181 PIPE ABANDONED SIZE TYPE OF PIPE LF 8" CONCRETE 6828 10" CONCRETE 441 12" CONCRETE 2679 15" CONCRETE 1509 DENSITIES: NEW SERVICES: (4")237 PVC TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Far: (817)392-7845 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Bond #PRF09147022 Project: 2010 Sanitary Sewer Rehab Contract 75,Part 1,City Project#1480 To(Owner): City of Fort Worth,Texas 1000 Throckmorton St. Contract For: See above Ft Worth,TX 76102 Contract Date: Contractor: Ark Contracting Services,LLC In accordance with the provision of the Contract between the Owner and the Contractor as defined above, the Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland 1400 American Lane,Tower I, 18th Floor Schaumburg,IL 60196 ,Surety Company, on bond of Ark Contracting Services,LLC 420 S Dick Price Road Kennedale,TX 76060 ,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 the City of Fort Worth,Texas 1000 Throckmorton Street Ft Worth,TX 76102 ,Owner as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 29th day of June,2016. Colonial American Casualty and Surely Company and Fidelity and Deposit Company of Maryland Surety Company Witne Tracy Tucker, ttorney-in-Fact 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 Attorney-in-Fact, to make. execute, sea] and deliver,for, and on its behalf as surety, and as its act and deed: any and all bonds and undertaldngs, 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. 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: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND gyp..-....,,� SEAL ` :o: o n � J 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 MCKIBBEN,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 or 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 first above written. It �iu nta`t Maria D.Adamski,Notary Public My Commission Expires:July 8.2019 POA-F 168-28298 AFFIDAVIT OF BILLS PAID STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, personally appeared Steven C. Bowman (name), the President (title) of ARK Contracting Services. LLC (Company), who upon his/her oath deposed and said: On City of Fort Worth Contract described as: Sanitary Sewer Rehab Contract 75,Part 1.DOE No. 6578, City Project No. 1480,(Contract Description) All persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full all amounts due and owing as of this date except for those noted on the attached schedule. Any unpaid future obligations will be paid and satisfied directly out of funds paid in reliance on this affidavit; and The wage scale established by the City Council in the City of Fort Worth has been paid in full;and There are no claims pending for personal injury and/or property damages. All of the provisions of this release shall bind the ARK Contracting Services, LLC (Company) and its legal representatives, successors and assigns and shall inure to the benefit of the City. The person signing this document represents that he/she is duly authorized to do so on behalf of ARK Contracting Services,LLC(Comp By: N e- teven C. man i . President SUBSCRIBED, SWORN TO AND ACKNOWLEDGED BEFORE ME by Steven C. Bowman on this the 29th day of June 2016 to certify which witness my hand and official seal of office. Notary Public,State of Texas I—M, y commission expires: rZo TANA STEPHENS NOfory Public.Store of Texas Comm.Expires 02-07-2020 %a;;i lit-k'� Notory ID 12640343-5 SCHEDULE OF UNPAID AMOUNTS ContractorNendor Name: Amount Paid Amount Owed Percentage Owed NONE $ $ % $ $ % $ $ $ % $ $ % $ $ % $ $ % $ % If all contractors/vendors have been paid in full and there are no pending or known claims, write NONE on the first line. FORTWORTH REV:0220107 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name ARK Contracting Services Water&Sanitary Sewer Rehabilitation Contract 75-PA DOE Inspector DOE Number Ariel Duarte 6578 DOE Inspector Project Manager Q water Q waste water[] Storm Drainage[] Pavement RobertSauceda Initial Contract Amount Project Diteulty $2,073,444.00 O Simple O Routine O Complex Final Contract Amount Date $2,112,795.50 6/23/2016 11)PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(YIN) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 3 20 15 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 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 403 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(1'3) 409 111)CONTRACTOR'S RATING Maximum Score(MS)=448 pr sum of applicable element score maximums which= 448 Rating(ITS/MS)• 100%) 403 1 448 = 91% Performance Category Exodlent <20%=Inadequate 20%to<40%-Deficient 40%to<60%-Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING XPLANA ION OF B30NUS POINTS AWARDED) Signature DOE Inspector Signature Contractors Signature DOE Inspector's Supervisor f'LO(tp 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 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 6/23/2016 Name of Contractor Project Name ARK Contracting Services Water&Sanitary sewer Rehabilitation Contract 75-PA DOE Inspector Project Manager Ariel Duarte Robert Sauceda DOE Number Project Doiculn, Type of Contract 6578 O Simple OO Routine O Complex 0 Water 2 Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $2,073,444.00 2112 795.50 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING JELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION }PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existin&Conditions 3 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details 3 3 Accuracy of Measured Quantities 13 Applicability of Specifications 3 4 Display Of Professionalism A-/ 14 Accuracy of Plan Quantities 5 Citizen Complaint Resolution 3 J PROJECT MANAGER EVALUATION 6 Performance-Setting u Valve Crews,Labs yJ 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 3 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor ,Q 7 $ ZP (p INSPECTOR'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 F®RTWORTH. TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 43 DOE 1 •6578 NAME OF PROJECT: Water&Sanitary sewer Rehabilitation Contract 75-Part 1 I Contractor ARK Contractin YEAR- 2016 PROJECT NO.: FINAL INSPECTION DATE 6/9/2016 1480 1 WD CD CONTRACT TIME 431 1 X - PWO–D FROM: 11612016 ATO: I 6–M— 016 M1D - Month I jD9V9L0PME;RV/N :N WORK ORDER EFFECTIV& 5W5514 BEG 1 n _ MID In) r Y--' . DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Thu 0 OTH 2 17 Fri 0 OTH 3 18 Sat 0 OTH 4 19 Sun 0 OTH 5 20 Mon 0 OTH 6 21 Tue 0 OTH .- 7 22 Wed 0 OTH 8 23 Thu 0 OTH 9 24 Fri 0 OTH 10 25 Sat 0 OTH 11 26 Sun 0 `OTH 12 27 Mon 0 •.-.OTH 13 28 Tue 0 :07-H 14 29 Wed 0 0TH 15 30 Thu 0 :-'0" 31 Fri 0 OTH NA - Wkn&Hol Wea Utl -Oth Not Applicable SAT, UN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS CHARGED THIS PERIOD 0 0 0 16 0 16 PREVIOUS PERIOD ' " -.'0 431 431 TOTAL TO DATE 1 0 0 0 16 431 447 REMARKS: °- .. . ZY _. .:a F- �'„xf.. �'��. . �� 'ws .., " .- : '�; - r» _� c-�f�S� n7•c'+a"., y +�•.,='�: �r. - .tea �,. y. {. } •;�: , z a,.,smar.�url�.::• f;"y +5+'4 ';- -'c:". ;.r� •-- - SI�BLIlre;w n., Co1yTRKCIOR"r ' �' i' 't'ltjiT' »'.DA1Z:' 7 6 �1 IltSPECi6