Loading...
HomeMy WebLinkAboutContract 47592-FP3 Department of TP &W Const. Services GPN# � Dat Project Manager Risk Management Canada ZT WORTH, CITY SECRETARY, a''D.O.E. Brotherton - h-Vf- CFA Westerman/Scanned — CONTRACT NO. –yam , Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment& have 'ATION AND PUBLIC WORKS released this project for such payment. 1F PROJECT COMPLETION Developer Projects) Clearance Conducted By PAwrna�6 C_C/� �C CL /q 7City Project`/Ns: 02746 Regarding contract 02746 for DORADO RANCH as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A tl-uough 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 Price: $2,007,571.25 Amount of Approved Change Orders: ($74,870.00) Ns 1 &2 Revised Contract Amount: $1,932,701.25 Total Cost Work Completed: $1,932,701.25 \� C) L2 - 9 - 2-017 //VLRmm ecoded 6r Acceptance Date d Asst. Director, TPW - Infrastructure Design and Construction L) (i z Accepted /' Date Director, TRANSPORTAT N & PUBLIC WORKS (r 112, I Asst. City Manager Date i I Comments: - E11dAILeEn j FOFFICIALECORD FEB1 1$ 017 ETARY FT.WORTHTX Initials Rev.9/22/16 FQ RT WO RT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name DORADO RANCH Contract Limits Project Type STORM DRAIN&PAVING City Project Numbers 02746 DOE Number 2746 Estimate Number I Payment Number 1 For Period Ending 1/19/2017 CD City Secretary Contract Number Contract Time 15aD Contract Date Days Charged to Date 302 Project Manager NA Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / SALINAS Thursday,January 19,2017 Page 1 of 5 City Project Numbers 02746 DOE Number 2746 Contract Name DORADO RANCH Estimate Number 1 Contract Limits Payment Number 1 Project Type STORM DRAIN&PAVING For Period Ending 1/19/2017 Project Funding DRAINAGE Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 MEDIUM STONE RIPRAP DRY CO#2 3179 SY $30.00 $95,370.00 3179 $95,370.00 2 TRENCH SAFETY 3996 LF $1.00 $3,996.00 3996 $3,996.00 3 21"RCP CO#1 337 LF $40.00 $13,480.00 337 $13,480.00 4 24"RCP CO#1 1213 LF $45.00 $54,585.00 1213 $54,585.00 5 27"RCP 392 LF $50.00 $19,600.00 392 $19,600.00 6 30"RCP 328 LF $60.00 $19,680.00 328 $19,680.00 7 36"RCP 651 LF $80.00 $52,080.00 651 $52,080.00 8 48"RCP 252 LF $115.00 $28,980.00 252 $28,980.00 9 9X7 BOX CULVERT 828 LF $400.00 $331,200.00 828 $331,200.00 10 4'STORM JUNCTION BOX 6 EA $3,000.00 $18,000.00 6 $18,000.00 11 Y STORM JUNCTION BOX 1 EA $4,500.00 $4,500.00 1 $4,500.00 12 30"SET 1 PIPE 1 EA $3,500.00 $3,500.00 1 $3,500.00 13 48"SET 1 PIPE 1 EA $4,500.00 $4,500.00 I $4,500.00 14 10'CURB INLET 4 EA $2,000.00 $8,000.00 4 $8,000.00 15 15'CURB INLET 12 EA $2,800.00 $33,600.00 12 $33,600.00 16 15'RECESSED INLET 2 EA $3,600.00 $7,200.00 2 $7,200.00 17 4"CONC FLUME W/6"CURBS 132 SY $54.00 $7,128.00 132 $7,128.00 18 FW-S HDWL I EA $20,000.00 $20,000.00 1 $20,000.00 20 TYPE C221 COMBINATION CO#2 103 LF $105.00 $10,815.00 103 $10,815.00 21 TRAFFIC RAIL CONC FOUNDATION CO#2 4.5 CY $250.00 $1,125.00 4.5 $1,125.00 Sub-Total of Previous Unit $737,339.00 $737,339.00 PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total — -- ----——— -- - 1 HYDRATED LIME 537 TN $165.00 $88,605.00 537 $88,605.00 2 6"LIME TREATMENT 22689 SY $2.50 $56,722.50 22689 $56,722.50 3 8"LIME TREATMENT 5300 SY $3.00 $15,900.00 5300 $15,900.00 4 6"CONC PVMT 21253 SY $33.00 $701,349.00 21253 $701,349.00 5 10"CONC PVMT 4940 SY $47.00 $232,180.00 4940 $232,180.00 6 4"CONC SIDEWALK CO#1 12439 SF $3.00 $37,317.00 12439 $37,317.00 Thursday,January 19,2017 Page 2 of 5 City Project Numbers 02746 DOE Number 2746 Contract Name DORADO RANCH Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/19/2017 Project Funding 7 BARRIER FREE RAMP 16 EA $1,000.00 $16,000.00 16 $16,000.00 8 4"SLD PVMT MARKING HAS 2126 LF $2.00 $4,252.00 2126 $4,252.00 9 RAISED MARKER 79 EA $5.00 $395.00 79 $395.00 10 REFL RAISED MARKER 107 EA $5.25 $561.75 107 $561.75 11 CONCRETE HEADER 119 LF $20.00 $2,380.00 119 $2,380.00 12 TYPE III BARRICADE I EA $1,000.00 $1,000.00 1 $1,000.00 13 FURNISH&INSTALL STOP SIGN 8 EA $650.00 $5,200.00 8 $5,200.00 14 FURNISH&INSTALL CURVE WARNING SIGN 8 EA $650.00 $5,200.00 8 $5,200.00 15 FURNISH&INSTALL ADVISORY SPEED LIMIT 8 EA $650.00 $5,200.00 8 $5,200.00 16 FURNISH&INSTALL STREET NAME BLADES 48 EA $450.00 $21,600.00 48 $21,600.00 17 STEEL PLATE OVER FLUME I EA $1,500.00 $1,500.00 1 $1,500.00 Sub-Total of Previous Unit $1,195,362.25 $1,195,362.25 Thursday,January 19,2017 Page 3 of 5 City Project Numbers 02746 DOE Number 2746 Contract Name DORADO RANCH Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/19/2017 Project Funding Contract Information Summary Original Contract Amount $2,007,571.25 Change Orders Change Order Number 1 ($7,730.00) Change Order Number 2 ($67,140.00) Total Contract Price $1,932,701.25 Date `a Total Cost of Work Completed $1,932,701.25 Contra f 4,/�1'>l Less %Retained $0.00 �1 Net Earned $1,932,701.25 Date 4 / Earned This Period $1,932,701.25 ", 71 Retainage This Period $0.00 e Less Liquidated Damages Days @ /Day $0.00 JDate2--y-17 LessPavement Deficiency $0.00 )4;st. TPW/- Ifrastructure Design and Construction Less Penalty $0.00 0. (IJ Date z Less Previous Payment $0.00 Depa fent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,932,701.25 Thursday,January 19,2017 Page 4 of 5 City Project Numbers 02746 DOE Number 2746 Contract Name DORADO RANCH Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN&PAVING For Period Ending 1/19/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors LAYER / SALINAS Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 150 CD 5327 WICHITA ST Days Charged to Date 302 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 $1,932,701.25 Less %Retained $0.00 Net Earned $1,932,701.25 Earned This Period $1,932,701.25 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 $1,932,701.25 Thursday,January 19,2017 Page 5 of 5 i FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:Final NAME OF PROJECT: Dorado Ranch PROJECT NO.: 402746 CONTRACTOR: Conatser Construction DOE NO.: PERIOD FROM;03/14/16 TO: 01/09/17 FINAL INSPECTION DATE: 19-Jan-17 WORK ORDER EFFECTIVE: CONTRACT TIME: 1570 W(* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. S 1 16. 2. M 1 17. 3. T 1 18. 4. W 1 19. 5. Th 1 20. 6. F 1 21. 7. S 1 22. 8. S 1 23. 9. M 1 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS * CHARGED DAYS THIS 302 302 PERIOD PREVIOUS 0 0 PERIOD TOTALS 302 F302 TO DATE *REMARKS: CONTRACTOR DATE INSPSP C� DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckrnorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 t- a U N uQi u�i O0 U W N LU o 0 i r _ w O z r 0 0 0 n U N N V W Oo Z aJ af ❑ N N M � 0 Cl) Cl) N w v z m ZZ W 00 N N 'n N w O O {- CD a V h 0 N O) Z Q1 ID N N T }— O m TiN ci M N U Q U o 0 0 °i• m n- m U V d N N M w cr ❑ LL Z Z O O �' o ❑ �j r r w d CL ❑ pp fn O O O N Of O 00 O pp CL NION", O N Q W N W O 10 m o N Q N �r t W MEAl 00 clo col 111 7 N a OON ma. o ❑ L 'O N N t, (D 0 �� R v c In oV CO N co f0 v M 3 o0 00 0 p$� s v D Q N N ' a X oU N w N 0 C Lo 10 r w z w m a 4 w w qaq C7 O U S pZ W R 4 F- F- 0 v �d z Z ai o h w w Z Q w Q p; V V w V N p U -� -7 Q w w F O O p w p } c11 Z t � w W z o 0 o a via N iu a N U ¢ 0 n- 0- O�U U O 0 U¢ p o w c k ° It w w �k LU a ti z yts F Q Oh � 0LLLO ¢ w -� tea' w Wo a 0 0 U D cA LZ Z n. o 0 v a ac'- N N 0 o ro 0 J 0 0 0 0 0 O O D � O 4. 0 0 0 0 0 O I ri p 1-000 CI Q66m to I of C9 O a F m u> va Wb h H l9 to O a ro G! O w o o c �000000�, o 1 d O 0 0 05 d n n z W3 IDto cs In y ro a t d y w a to m o > U 10 U 10 m m o O cx . o W O L I o Wv o y k a 5 ui E c ro Oa h h Q m Z i- c a y 4 m m W a o z = w ° m c o ~ co o a ' Le- v y y )Ir(n ro m v q o d y V U c $ o 8 m o u0 rr CL W G- (,)0 o ro c c) & U C o�2p S m3v0c c roz v � W J y a U J t a o w m kw--re-04 V NNvr Q' V h N O Z W 4. N h aro a�V o-O fqµJ! 3 >N y a 2} W v o C da o°C �W �. W m � C m 3 W 2 N ro p 0 1 q ro ro aZ p pO O o. N n c tM o ~ yo ro �A US L> �qy m hi c IL a c c a a W a m > w b; z F- u h 4)Q: Z J V 4f aa QQ O jW W U.J `n yW oN t ro m S°«U0 z ap �Vp� roEll yNa Ogmyp ysF W -13 i4 Q$ �U e 'd cg o c C zm� mmv� (0 y�y m y m �n Olr N b w tri 'CUA W c d a f. 4 m,Z � h crd b y y Z G c � � c o �C p2 � c c w mmm ZW u c C ~ O N N NOM O U u uyy'y W w G, [� 0I t11 A NNNmvh a L c MMmM rmiCl) b y -IQus yb F a U� U c ui o cc w m m ~ z ro O L W E W o ro r w m v m o ri o R C? a R y. rri�mm� U c K N LL Q N_ CO) t3 Z m N � 'S } C CD ro C) U) a m m Z d a 77U N id J o 0 w w L O N N � N q U A' W '- ►" Zw `= W o U O Z M Z M R c o 0 0 A L st o m c m v� �+ N N a M , fb CL' z A v° w w +++ w C) rn , co t- rn rn ~ ~ O C? co Dom ; a z 2 GO OQ 0. O o M O -U U F- C) U I- W � 0 Wd Z Z CL c c o 0 U Q cr to c rQ'i Ll �yj w h 4 � � o Q � o v° CL c ca co m U) U) , cu m 10 W o D: r a U O O N d C� i0 Lk C 0 - (0 n m a g m a �r5 t (D rte„ a > Q < N N a. d X O U cl f' a z w m O F- O Z a Z z w z o 6i U U Q U Iw U U U M U twn Co L� d d O ? Z F- w0 0 LY w z o O (L i (n v) 4: cr E- O CL a. U ° O o U o ° Cii aCD w w 4tw w ww z � � ~ oma (.L O LA t O Q w x O z W O v CL C) C) C) 0cn LL CL 0 U C) ¢ ►- ty a) ca CL 40O o co dCi � r; uy � UN C7 GJ N T7- S`J L1i Cf;/A �.t1d W U (Y V O n 0 a our n z C l t� p i7 Z ' V) J V3 r p (_} Z Q' C7 w � TJ O S Z -� f� Y � W w m d C3 n p :T, C N N © LL LI1 _✓s Q Z O t- n jK N L am -0 tl. D a, m E " p J r0 LL F t3 ) BUJ o �a v :E rro w V) >. aw LU X wz cu a r L z O W m r UteLU ,! S O O V ch [t CL a; r; W 0. • cu .... J h p ) wLLC�J r T1- �� m F_ > tU CO a ? oID \ m r m e m c, O W w a ='?w a CD E o LU 0 o cc u p w 1 n w04 rn G d it rn d, p Y) Q 1 B Z _ l p d ? ix O � li CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 0195688 PROJECT: (name, address)Dorado Ranch Fort Worth,TX TO (Owner) [D. R. HORTON-TEXAS,LTD.AND THE CITY OF FORT] ARCHITECT'S PROJECT NO: CFA No.2015-123 WORTH CONTRACT FOR: 6751 North Freeway Dorado Ranch-Water Improvements,Sanitary Sewer Improvements, Fort Worth,TX 76131 Paving Improvements,and Storm Drain Improvements L 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 (here 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 St. 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) D. R. HORTON-TEXAS, LTD.AND THE CITY OF FORT WORTH 6751 North Freeway OWNER, 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 5th day of January,2017 BERKLEY INSURANCE COMPANY Surety Company / Attest: I ��."� 2�161�� ./ (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 organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT, has made, constituted Ca U and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene Marshall,Sophinie Hunter;Robbi Morales; or Kelly A. Westbrook of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any p and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), 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. E This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o > resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: S RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief cExecutive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein L to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the ° y corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such o ' attorney-in-fact and revoke any power of attorney previously granted;and further n RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the F" manner and to the extent therein stated;and further L RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and o n further 0 W, RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any a. power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as u 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. yIN WITNESS WHEREOF, the Company has cause" these presents to be signed and attested by its appropriate officers and its o corporate seal hereunto affixed this�oday of Attest: Berkley Insurance Company CZ (Seal) By ( By o Ira S, e erman Je OP Senior Vice President&Secretary e rreside U 0 WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. b E STATE OF CONNECTICUT) ss: 71 o COUNTY OF FAIRFIELD ) /, N vSworn to before me, a Notary Public in the State of Connecticut, this�J(7 da of 2015, by Ira S. Lederman and y Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre rys anO the Senior Vice Pre dent, respectively, of Berkley Insurance Company. MARIA C.RUNDBAKEN �/ NOTARY PUBLIC �/ Aux— � kv—/ MY COMMISSION EXPIRES otary Public, State of Connecticut o APRIL 30,2019 CERTIFICATE .- 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded 2 and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this 5th day of January 2017 (Seal) A a 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, 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: DORADO RANCH WATER & SS, STORM DRAIN AND PAVING IMPROVEMENTS DOE#: N/A CFA PRJ #: 2015-123 CITY OF FORT WORTH STATE OF TEXAS CONA CONSTRUCTION TX, LP Brock Huggin Subscribed and sworn to before me this 91h day of January,20 c `\�PpY,P°%,, ��� ?;,+ ;i;�ii'�i,f•s�; Notary Public in Tarrant County, Texas 5 q A a•y c Il1+l l:�l'rijg:1t1t1 GX17�f�5 :( vim �i'F(oF P `;8,>intllbei 18. 2019 hamm�Y Dw � B-B-HORMN - January 13, 2017 City of Fort Worth Ron Cordova CFW Senior Construction Inspector 8851 Camp Bowie West Fort Worth,TX 76116 RE: Dorado Ranch, City Project No.02746 Mr. Ron Cordova: This letter is to serve notice that D.R. Horton, Inc.will not charge any liquidated damages to Conatser Construction TX, L.P.on the above referenced project. Sincerely, Justin Bosworth Land Development Project Manager D.R. Horton, Inc.—DFW West Division 6751 North Freeway®Fort Worth,TX 76131 (817)230-0800 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conaster Construction Dorado Ranch DOE Inspector DOE Number Martina Salinas CPN#02746 DOEInspeclor Project Manager ❑ Water❑ Waste Water Storm Drainage Pavement Gopal Sahu Initial Contract Amount Project-Difficulty $2,007,571.25 O Simple Routine O Complex Final Contract Amount Date $1,932,701.25 23-Jan-17 II)PERFORMANCE EVALUATION 0-Inadequate I-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 N 3 Plans on Site 5 Y 2 20 10 4 Field Supervision 15 Y 3 60 45 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 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 388 Rating([TS/MS] * 100%) 341 / 388 = 88% Performance Category Excellent <20%=1nadequate 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 a Signature Contractor Signature DOE Inspector's Supervisor �rt� 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 n PROJECT INFORMATION _ Date: 23-Jan-15 Name of Contractor Project NpJJ Conaster Construction p (t n DOE Inspector Project Manager Martina Salians Gopal Sahu DOENumber ProjectDiculty Type of Contract CPN 2746 0 Simple OQ Routine 0 Complex ❑Water ❑Waste Water Q Storm Drainage Q Pavement Initial Contract Amount Final Contract Amount $2,007,571.25 $1,932,701.25 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 1-r 2 Knowledge of Inspector t/ 2 CMW&Sufficiency of Details 3 Accuracy of Measured Quantities It 3 Applicability of Specifications 4 Display Of Professionalism (I 4 Accuracy of Plan Quantities f 5 Citizen Complaint Resolution N PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs Y 1 Knowledge And/Or Problem Resolution �F ADMINISTRATION 2 Availability of Project Manager `f 1 Chane Order Processing Time y 3 Communication 2 Timliness of Contractor Pa3anents q 14 Resolution of Utility Conflicts �f 3 Bid Opening to Pre-Con Meeting Timeframe y III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor p► �f INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS P The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 t (817) 392-7941 -Fax: (817)392-7845