Loading...
HomeMy WebLinkAboutContract 47511-FP2 CPN# v Date Project M9--na'Vd=J1 CA O Risk Management Canady , D.O.E. Brotherton - RT WORTH, c c f Fpa SPA Morales/Scanned - CONTRMY NO, Esteban Perez/Scanned The Proceeding people have been Contacted �� _ C �� :oncerning the request for final payment&have TATION AND PUBLIC WORKS 'eleased this project for such payment. )F PROJECT COMPLETION (Developer Projects) ao ?5ra :.learance Conducted By Aaato�ra` am* City Project Ns: 02662 t4A y ns4 L Regarding contract 117518 for SPRING RANCH ADDITION as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete- 5M G " E ' P Original Contract Price: $316,494.75 MSR.� 1 ZD17 Amount of Approved Change Orders: $21,567.50 NQ 1&2 Sy Revised Contract Amount: $338,062.25 Total Cost Work Completed: $338,062.25 c�4 Reco ended for Acceptance Date Asst. Director,TPW - Infrastructure Design and Construction `,, J /-7/d"& — /z- Accepted1/1-34/n Date Asst. Director, WATER DEPARTMENT 7 Asst. City Manager Date OFFICIAL RECORD Comments: CITY SECRETARY FT.WORTH,TX ` a(o�=0 -.'2 Rev.9/'22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SPRING RANCH ADDITION Contract Limits Project Type WATER&SEWER City Project Numbers 02662 DOE Number 7518 Estimate Number 1 Payment Number 1 For Period Ending 3/92017 CD City Secretary Contract Number 117518 Contract Time 18(11) Contract Date Days Charged to Date 323 Project Manager Ehla Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER / COLLIER Thursday,March 9,2017 Page 1 of 5 City Project Numbers 02662 DOE Number 7518 Contract Name SPRING RANCH ADDITION Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/9/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Coat Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------------------ 1 6"PVC WATER PIPE 64 LF $31.00 $1,984.00 64 $1,984.00 2 8"PVC WATER PIPE 2857 LF $32.50 $92,852.50 2857 $92,852.50 3 DUCTILE IRON WATER FITTINGS 3.24 TN $4,000.00 $12,960.00 3.24 $12,960.00 W/RESTRAINT 4 6"GATE VALVE 3 EA $900.00 $2,700.00 3 $2,700.00 5 8'GATE VALVE 7 EA $1,050.00 $7,350.00 7 S7,350.00 6 FIRE HYDRANT ASSEMBLY 3 EA $3,200.00 S9,600.00 3 $9,600.00 7 CONNECTION TO EXISTING 4"-12"WATER 2 EA 51,200.00 52,400.00 2 $2,400.00 MAIN 8 1"WATER SERVICE CONI 37 EA 5950.00 $35,150.00 37 $35,150.00 9 TRENCH SAFETY 2921 LF $0.25 $730.25 2921 $73025 10 REMOVE EXISTING 8"WATR LINE 30 LF 515.00 $450.00 30 S450.00 1 I REMOVE EXISTING 8"GATE VALVE 1 EA 5300.00 $300.00 1 $300.00 12 REMOVE EXISTING I"TEMP PVC WL 610 LF $5.00 S3,050.00 610 53,050.00 13 RELOCATE FIRE HYDRANT CO#2 2 EA 54,500.00 $9,000.00 2 $9,000.00 ------------------------------- ------- Sub-Total of Previous Unit $178,526.75 S178,526.75 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------------------------------- - 1 ------------------------------ __------ .1 8'SEWER PIPE 1878 LF 538.00 $71,364.00 1878 $71,364.00 2 8"SEWER PIPE CSS BACKFILL. 140 LF $42.00 $5,880.00 140 $5,880.00 3 4'MANHOLE 9 EA $3,000.00 527,000.00 9 $27,000.00 4 4'EXTRA DEPTH MANHOLE 24.2 VF $155.00 53,751.00 242 $3,751.00 5 MANHOLE ADJUSTMENT MINOR 4 EA $800.00 $3,200.00 4 $3,200.00 6 CONNECTION TO EXISTING SEWER MAIN 1 EA $850.00 5850.00 1 S850.00 7 POST CCTV INSPECTION 2018 LF 52.00 54,036.00 2018 $4,036.00 8 MANHOLE VACUUM TESTING 9 EA 5150.00 $1,350.00 9 51,350.00 9 EPDXY MANHOLE LINER 81.3 VF S175.00 S14,227.50 81.3 $14,227.50 10 4"SEWER SERVICE W/DOUBLE CLEAN-OUT 32 EA 5650.00 $20,800.00 32 $20,800.00 11 TRENCH WATER STOP 4 EA 5800.00 $3,200.00 4 $3,200.00 12 TRENCH SAFETY 2018 LF $1.50 53,027.00 2018 $3,027.00 Thursday,March 9,2017 Page 2 of 5 City Project Numbers 02662 DOE Number 7518 Contract Name SPRING RANCH ADDITION Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/9/2017 Project Funding 13 40 SEWER SERVICE WIDOUBLE CLEANOUT I EA $850.00 $850.00 1 $850.00 CO#2 ---------------------------- ---------- Sub-Total of Previous Unit $159,535.50 5159,535.50 -------------------------------------- Thursday,March 9,2017 Page 3 of 5 City Project Numbers 02662 DOE Number 7518 Contract Name SPRING RANCH ADDITION Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER do SEWER For Period Ending 3/9/2017 Project Funding Contract Information Summary Original Contract Amount 5316,494.75 Change Orders Change Order Number 1 512,567.50 Change Order Number 2 $9,000.00 Total Contract Price 5338,062.25 Date 340-1 / Total Cost of Work Completed 5338,062.25 ContralAr r� Less %Retained 50.00 h/w Date - / Net Earned 5338,06225 Inspection Su ry Earned This Period 5338,062.25 Retainage This Period $0.00 Date 3 -2(=(7 Less Liquidated Damages Project Manager l� Days Q /Day 50.00 Date 3- 4 X1.1 LessPavement Deficiency $0.00 Asst Infrastructure Design and Construction Less Penalty 50.00 Date �'Z��� Less Previous Payment 50.00 Director/Contracting Department Plus Material on Hand Less 15% 50.00 C Balance Due This Payment $338,062.25 Thursday,March 9,2017 Page 4 of 5 _ S9�ool - coa�v6� C' Project Numbers 02662 FBy -----��Y J 9ECV 00 DOE Number 7518 Contract Name SPRING RANCH ADDITIONMAR1 L017 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/9/2017 Project Funding Project Manager Ehia City Secretary Contract Number 117518 Inspectors LAYER / COLLIER Contract Date Contractor CONATSER CONSTRUCTION TxL.P Contract Time 180 CD 5327 WICHITA ST Days Charged to Date 323 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 $338,06225 Less %Retained $0.00 Net Earned $338,062.25 Earned This Period 5338,062.25 Retainage This Period 50.00 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 $338,062.25 Thursday,March 9,2017 Page 5 of 5 ? 2� a §� § § g u . i a a 2 � ■ s m 9 C:, - a aelk ® ® - # 40 toz $ ! f a § %L � • � t - ! k k 2 / rr_ y -C4 � . ® - § cr- �g 2 k m # e in w � � / § ■ ( � ¥ { CLm a ƒ 2 ƒ L) - a # f u ƒ k 0,0 0 $ $kk ! LU § /ƒ \ w ° a 2 � ■ / n m 0- . a 2to o 0) 00 SO W § 0 $ $ � ! LL\ � � � \ vto ® m / C4 k } e « % j CL Q a a - a 3 0UJ Z ■ & o ° 2 § w / w \ b ji § §' a § < . S o 3 A § w ƒ U § ƒ 0 ( \5 & \ J � � Q ■ k k f / q LU 7 k 2 . § § w o U. o < w g ® 2 $ k ° 3 R a o o Q p « w L . 0 C o o ! M pp C p po oo N �0 � �8 C'Sb;vgg oQ0gOO110: w a • f,H yN w<e✓�w rID� 111 V Q p p C Q p 6 uO,1 S mp V '{ �ttff ig C� it'1 1�.V1[V C'i d.lt1 S � m Z Of w w w w 0°.`v3 w w w lj w.- w!y Z X w Q a r A, B 49 3 a g 4A o VLdLTU IL CL � w ® m V K O u a3 .}}• mt VJ T UU p}~ oC�. LYb L•ro Ei Jp�_(�U aa�s �O �.O � U��•V �.$ 7 �c'1 11' A ` k lU_ m Xl- 02C O OdLL b. J � 3 » W IQ``ll ' a w 3 U "d< o m m E W t=C4 sp�u�i� 30 mo i w 1h{M ¢d g 3 G• M c1 M GMSt�O 1'?0.'N e+j C, 00 S .•S. 11 i3 W NNN� S'� Q g LQ W C 1 p ` IOLIW=-' _ O 3 aCi W= mio a LL 4. LLLL QQ U-3 d! Z »u�lvs��vst�i ulw�t �w a bNlowuID/lo Q,o oZ �� o 04 yl O !1 a lV ID t0�ID 10ID� Q ,Q� 0 i- v U. < _ W Vy o m zg a m O p M 10 O M M @M7 ID N N N O V a a LL t �70��ac°f'lool�oov:tvvc-ev .� .{C �8'S� •p; ope �� UNID U MM 05cmNOAA AA MAo •3m� Lwul 2 tC7 V �`a�QU 2mu rc O v Fs- m r �g� oo/ y� e .� mmoo � 'D p 2 m E £ of o E Tp� EE O j > Y O j Q O Q p`, O W O O O e e O --_ Z g 1_ EEE I i _ 8 } FEEEEfi .E--- -5A 3 a . o a `� 2S moo c COLLLL lei 3 ® ; S S 3 7 7� .c O r. E aaa oz o� $ y d rf1M _ axca it at :x--meT O } � a a S & \ ■ ■ ■ ■ . s a ° ■ E k ! k. © , ■ . { � © - � � a 2 f§ 0 § cs � § � S § � ■ � � ■ K - s § 2 ` ■ § 2 � !) ` LU §$ k m 7 k § I w 4 �L co } f # k ¥ 2 2 ! § a k § K ■ o e 2 - 3 ■ _ - $ R § M � e LLI I 2o< z zIL § §_ } § 7 . § Si m ■ ■ ■ k i 2 ' § ■ ! OW - co � 2 a ■ $ # cow a � ■ § § ) k7cc � ! � £ � - - § � e � \ � ■ � � � � � « » § § � § §1 .91 U E ■ ■ ■ § � o • a LU ) k § e © L) \ ° u § § § \ § / } } B 7 k k ) k § B P o ® § » \ z < j w § § w § CC-, cc0U _ o < w2 m ■ _ a. o 0 o c k n E k k � M N p pp p pp p SSO S'O.q ppC $ S 2 M V V r{$p g RTW � a CL D a CL °� x > ' Q! ZO 5 SE 1 -6 X. e m -$ oLL -a�nx y�� h LL W�mio�O � 9s LD at S m U i - i.8. a 0 �4 to ¢W u o ~ a u A a ~ ~p M 00 d' CSS CL O _V � h tT n J O (t1 a q ss " oLau N eahwc nn C C O $'ne�na.nn # _ U tea. Na, ZSc�ioc3C ° iV z a. o 9,3 Z D a3iaiaa� c r+ en x h u �. Y 0 FORTWORTHrev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:I NAME OF PROJECT: Spring Ranch Ph III PROJECT NO.: #02662 CONTRACTOR: Conatser DOE NO.: 7518 PERIOD FROM;04/18/16 TO: 03/06/17 FINAL INSPECTION DATE: 6-Mar-17 WORK ORDER EFFECTIVE: CONTRACT TIME: 323 • m DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 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 PERIOD 323 PREVIOUS PERIOD TOTALS TO DATE 323 *REMARKS: �n ) CONTRACTOR DATE I S CTOR DATE ENGINEERING DEPARTMENT e° The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 OFFICIAL RECORD (817)392-7941 •Fax:(817)392-7845 CITY SECRETARY FT.WORTNt TX FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Sp ing Ranch Additon Ph 2 PROJECT NUMBER: 7518 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF Water 6" Pvc 64 8" Pvc 2857 FIRE HYDRANTS: 3 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF none DENSITIES: passed NEW SERVICES: I" capper 37 ca SEWER PIPE LAID SIZE TYPE OF PIPE LF sewer 8" Svc 1878 PIPE ABANDONED SIZE TYPE OF PIPE LF none DENSITIES: passed NEW SERVICES: 4" pvc 32 to TRANSPORTATION AND PUBLIC WORKS � s The Cit'of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 f 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: SPRING RANCH ADDITION WATER, STORM DRAIN, SANITARY SEWER, PAVING & STREET LIGHT IMPROVEMENTS DOE#: N/A CFA PRJ#:2015-100 CITY PROJCT#:N/A CITY OF FORT WORTH STATE OF TEXAS CONATSE ONSTRUCTION TX,LP Brock Huggins Subscribed and sworn to before me this 22nd day of M 7. �{ ."n` `P?•., BERTHA GIANULIS Notary Public in Tarrant County,Texas `` Not0 pub C'State of Texos _ ;„ My Commission Expires 4 +r �'' September 18,2019 -, CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 014907 PROJECT: (name, address)Spr'ng Ranch Addition Fart Worth,TX TO (Owner) ARCHITECT'S PROJECT NO: CFA No.2015-100 GBR REALTY,LTD,AND THE CITY OF FORT WORTHFt TX CONTRACT FOR; Waw' Pav)rp,Storm Drainage Water Sanitary Sewer and Street Ugh*V I merrhs to Serve bpnng hanch Addition _I 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 Sunny Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of mere Wert name and address of cormwanon 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) GBR REALTY,LTD.AND THE CITY OF FORT WORTH Fort Worth,TX OWNER, as set forth in the said Surety Company s bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 1 st day of March,2017 BERKLEY INSURANCE COMPANY Surety Company / Attest: �y��c. ' ?sem �./ (Seal): Si h acture of Authorized Representative Robb!Morales Attomey4n-Fact Title NOTE: This form Is to be used as a compardon document to AIA DOCUMENT G706, CONTRACTOR'$ AFFIDAVIT OF PAYMENT OF DE87S ARID CiAatS, CLLTWOtion 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 ii organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted .i and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene 5 Marshall;Sophinle Hunter;Robbi Morales;or Kelly A. Westbrook of Aon Risk Services Southwest,Ina of Dallas, 7X 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 s and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall y '-, 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 then own proper persons. V. Vi 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 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: v ;,° RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief L Executive 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 " to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the 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 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 RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any -= power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance,or 3 other suretyship obligation of the Company;and such signature and seal when so deed shall have the same force and effect as 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 _o' ceased to be such at the time when such instruments shall be issued. z IN WITNESS WHEREOF, the Com y has cau these presents to be signed and attested by its appropriate officers and its o corporate seal hereunto affixed thisUiay of �•i/lu� 5- YAttest: Berkley Insurance Company c (tel): By ! By Ira S. a erman eafter 11 c u Senior Vice President&Secretary e r V4aPresideiU WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER ' " -STATE OF CONNECTICUT) ss: N °COUNTY OF FAIRFIELD ) •c o s y Sworn to before me,a Notary Public in the State of Connecticut,this 60 da of 2015,by Ira S. Lederman and s Jeffrey M.Hefter who are sworn to me to be the Senior Vice President and Secre �an the Senior Vice`�ie dent,respecctively,of Berkley Insurance Company. MARIA C.RUNDBAKEN 1 , � (/�J�. y NOTARY PUBLIC (/ [ /� Q MY COMMISSION EXPIRES otary Public,State of Connecticut 1 c APRIL 30,2019 V , CERTIFICATE `E I,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 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 ofthe Company,this 18t day of March 2017 (Seal) a FORTWORTH RE02/2 0/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction Spring Ranch Phase III DOE Inspector DOE Number Martina Salinas 7518 DOE bwector Project Manager 0 water2l Waste Water❑ Storm Drainage0 pavement Fred Ehia Initial Contract Amount Project Difficulty $316,494.75 O Simple © Routine O Complex Final Contract Amount Date 1$338,062.25 8-Mar-17 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 I Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Pians on Site 5 Y 4 20 20 4 Field Su2srvision 15 Y 1 3 60 45 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 2 20 10 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 ProEsq Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 3 20 15 13 Project Com letion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 383 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 313 IID CONTRACTOR'S RATING Maximum Score(MS)—448 Q sum of applicable element score maximums which= 441 Rating(ITS/MSI•100%) 383 / 448 - 85% 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 1cA Signature Contractor -A_ v_� Signature DOE Inspector's Supervit sor 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:O2aV07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY PROJECT INFORMATION Date: 8-Mar-17 Name of Contractor Project Name Conatser Construction Spring Ranch Phase III DOE Inspector Project Manager Martina Salinas Fred Ehia DOE Number Project Del-1j), Type of Contract 7518 O simple Q Routine Q Complex Q✓ water ✓[ J waste water[ Storm DrainageD Pavement Initial Contract Amount Final Contract Amount $316,494.75 $338,062.25 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 C1 2 Knowledge of Inspector sr 2 Clarity&Sufficiency of Details U 3 Accuracy of Measured Quantities 41 13 A licabili of Specifications 4 Display Of Professionalism `f 4 Accuracy of Plan Quantities lie 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs w 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Pro'ect Manager 1 Change Order Processing Time 4r 3 Communication 9 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts a 3 Bid Opening to Pre-Con Meeting Timeframe y Ill)COMMENTS&SIGNATURES COMMENTS Signature Contractor r~, Signature DOE InspectorStit' Signature DOE Inspector's Supervisor ,2Z;7 INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth•1000 Throclzmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •F2x:(817)392-7845