Loading...
HomeMy WebLinkAboutContract 46420-FP2 uepart e t W const.Services CPN# Date Projec ge "(1 Risk Management 'anady - :T WORTH® D.O.E. Brotherton 1 CITY SECRETTARY J/L/)q,?(,Fpz CFA Morales/Scanned CONTRACT N0. Gutzler/Scanned r✓I The Proceeding people have been Contacted concerning the request for final payment& have .TION AND PUBLIC WORKS 5-9 6 o) -- Co ?:5 8,5- released this project for such payment. r PROJECT COMPLETION leveloper Projects) DDL 74 9 Clearance Conducted By PAam City Project N2: 02585 efw 4104rzt2� Regarding contract 02585 for PINNACLE BANK PLACE 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. D IECEOVIE Original Contract Price: MAY 0 3 2017 $76,384.15 Amount of Approved Change Ord ($11,038.00) Ns 1 Revised Contract Amount: $65,346.15 Total Cost Work Completed: $65,346.15 p<qt'a Gi 3 , Re om ended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted ,1 Date Asst. Director, WATER DEPARTMENT Asst.4<y Manager Date Comments: E1VdAXJr.E%D MAY 5 2017 OFFICIAL RECORD initial CITY SECRETARY q Rev.9/22/16 FTS WORTH,TX P MAY 0 3 X017 �� 5"�q (o U) aS City Project Numbers 02585 DOE Number 7469 Contract Name PINNACLE BANK PLACE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/20/2017 Project Funding Project Manager Sahu City Secretary Contract Number 117469 Inspectors LAYER / ROBERTS Contract Date Contractor JORDAN FOSTER CONSTRUCTION Contract Time 270 CD 9639 GREENVILLE AVE. Days Charged to Date 505 CD DALLAS, TX 75243 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 $65,346.15 Less %Retained $0.00 Net Earned $65,346.15 Earned This Period $65,346.15 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty 50.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $65,346.15 Monday,March 20,2017 Page 4 of 4 a5- FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PINNACLE BANK PLACE Contract Limits Project Type WATER&SEWER City Project Numbers 02585 DOE Number 7469 Estimate Number 1 Payment Number 1 For Period Ending 3/20/2017 CD City Secretary Contract Number 117469 Contract Time 271ID Contract Date Days Charged to Date 505 Project Manager Sahu Contract is 100.00 Complete Contractor JORDAN FOSTER CONSTRUCTION 9639 GREENVILLE AVE. DALLAS, TX 75243 Inspectors LAYER / ROBERTS Monday,March 20,2017 Page 1 of 4 City Project Numbers 02585 DOE Number 7469 Contract Name PINNACLE BANK PLACE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/20/2017 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ---------- ----- ------------ - REMOVE 8"WATER LINE 43 LF $30.00 $1,290.00 43 $1,290.00 2 1"WATER SERVICE 7 LF $34.00 $238.00 7 $238.00 3 4"PVC WATER PIPE 15 LF $36.00 $540.00 15 $540.00 4 8"PVC WATER PIPE 192 LF $44.00 $8,448.00 192 $8,448.00 5 4"WATER METER&VAULT 1 EA $9,000.00 $9,000.00 1 $9,000.00 6 IMP.EMBED.CRUSHED ROCK 25 CY $45.00 $1,125.00 25 $1,125.00 7 12"X8"TAPPING SLEEVE/VALVE 2 EA $3,000.00 $6,000.00 2 $6,000.00 8 8"X4"TAPPING SLEEVE/VALVE 1 EA $2,000.00 $2,000.00 1 $2,000.00 9 DUCTILE IRON WATER FITTINGS 1 TN $6,000.00 $6,000.00 1 $6,000.00 10 8"GATE VALVE 2 EA $1,300.00 $2,600.00 2 $2,600.00 11 CONTINGENCY 1 LS $5,586.15 $5,586.15 1 $5,586.15 Sub-Total of Previous Unit $42,827.15 $42,827.15 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. ——— —— — Quanity Total Quanity Total 1 6"SEWER ABANDONMENT PLUG 2 EA $1,200.00 $2,400.00 2 $2,400.00 2 REMOVE 4'SEWER MANHOLE 1 EA $1,000.00 $1,000.00 1 $1,000.00 3 SANITARY LINE GROUTING 6 CY $90.00 $540.00 6 $540.00 4 10"SEWER PIPE 80 LF $72.00 $5,760.00 80 $5,760.00 5 4'MANHOLE 2 EA $3,000.00 $6,000.00 2 $6,000.00 6 WASTEWATER ACCESS CHAMBER 3 EA $2,400.00 $7,200.00 3 $7,200.00 7 TRENCH SAFETY 80 LF $2.00 $160.00 80 $160.00 8 CONCRETE COLLAR 4 EA $500.00 $2,000.00 4 $2,000.00 9 MANHOLE VACUUM TEST 2 EA $2,000.00 $4,000.00 2 $4,000.00 10 POST CCTV INSPECTION 80 LF $1.50 $120.00 80 $120.00 11 CONTINGENCY 1 LS $4,377.00 $4,377.00 1 $4,377.00 12 4'DIAMTER MANHOLE CO#1 -1 EA $7,150.00 ($7,150.00) -1 ($7,150.00) 13 GROUT EXISTING 6"SANITARY SEWER CO#1 -216 LF $18.00 ($3,888.00) -216 ($3,888.00) Sub-Total of Previous Unit $22,519.00 $22,519.00 Monday,March 20,2017 Page 2 of 4 City Project Numbers 02535 DOE Number 7469 Contract Name PINNACLE BANK PLACE Estimate Number 1 Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/20/2017 Project Funding Contract Information Summary Original Contract Amount $76,334.15 Change Orders Change Order Number 1 ($11,033.00) Total Contract Price $65,346.15 �+ Date-57?- 2-/7 Total Cost of Work Completed $65,346.15 Contr o Less %Retained $0.00 Date � Net Earned $65,346.15 Ins ¢tion 1pe Earned This Period $65,346.15 Retainage This Period $0.00 .5;zi, Date P Less Liquidated Damages of�c�ct�Man ger `" s 1•"� ���ZNVY �- ��3 Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Asst.Director/TPW-In astructure Design and Construction' // / Less Penalty $0.00 '" Date S! 3l Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $65,346.15 Monday,March 20,2017 Page 3 of 4 FoRTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Pinnacle Bank Place PROJECT NO.: 2585 CONTRACTOR: Jordan Foster Construction DOE NO.: 7469 PERIOD FROM:03/01/17 TO: 03/30/17 FINAL INSPECTION DATE: 8-Feb-17 WORK ORDER EFFECTIVE:9/23/2015 CONTRACT TIME: 270 0 WE CD 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 0 0 PREVIOUS PERIOD 505 505 TOTALS TO DATE 505 505 *REMARKS: Waiting on change order A-1 Received 3/15/2017 Of -EONTRACTOR . DATE INSPECTOR DATE ENGINEERING DEPARTMENT The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845 ) ƒ / ? y p. § / 2 2 Cl) G \ C-) / e § ) / \ ) § © / m G / / ƒ > z o S » » c ® / ° \ / m \ ~ % % ® � ~ / M � [ K 2 \ j } / / / / $ / / \ 2 G ; Cl) ) c I » ) > / / / > cf)m ) } § \ G M ° \ f / / ) � � � � ( $ / / \ � > R 4m \ ® § o { § k 2 2 X, e e w e e $ g ` 2. \ \ \ \ \ / / ƒ \ %a \ \ \ .. ° e % Co m \ \ \ ƒ O n m « « 2 m \ co � 2 < \ j \ - « $ \ / _ 2 a / 00 \ z 9 CD CD > / 0 0 _ o _ .. .. / \ \ \ ® � ; % \ / ± -- _ / o ° = n § a m m 0 .. 2 n = j = \ 2 / # @ > n G / o n = % \ \ zm CD � / CD 0_ \ 2 § ° § / � ( § 0 § CD j / g / e u < m 0 a c CD (n m o CL CD N 0 C1 O D Q- Er nhi 3 CD o EF CD pm to p a co ID OO OO W m N N W W W p1 mC7CD m._y. CD jcD(D N wCD W m 41 A = = O co CD Lw w O O .0. t i (p y (y CD(D CD CO CO CD Cn (Jl _W � 'i y O O p O O_a O �O W W-a W W � y C y 00000-� 00000cnwo C7p f1s, +y -P W 'CS N O0 0 0 0 !R H (P (n m CD p m y Ol O v 13 n CD o� c :: C_ y _ C N 3 � Q ; $ N N>�C!. W y o W NDN N Z (b " c r m �. ?C w m CL �' kCD C. f7 �TI �7'7 r-r-Cl)W mmrrr ��TT77 S�TTII (f7C y o D D T T y T T T D D m c � =i Z co r n m o m ;c o � �• y 0 m c o m m (Q y p = O CD < o m o a D CL 0 m m D y O O G O rn co = y %t7 m CD a ii 3 2 -0 m 1 p CD ° C o Or� p ; CD ��^ a o Dp m< �- -a $ c m C m D Cp r (D _ O 4 N CD --I m T X = N N C N _ n O x f T Arj) A n n W C(> .� r 00'nrD v C7 C �+ Cr-1 C7n- mAzz Or CO m o m— mmz pvpccv � w o' m- o0Z0 m Q omO nC) p W zi CL ^' (F' zz mCc<inOoc{c�i p �• in <ZmnC'� xnnxp�� G��� --ID� -W_-I*SS�Dw-I �_ o 'mA � C)m= �moompZo a m � ^ cnx `*v (n W� WZD nzi Cl) o n a " nrm W ND Z m n ° mCD U2 m > D N O o O � < o =� ?Z -< rG w m c z cn F? a m p•• CD �_ m CD (3 Z N a a Z, Q CL , , _ Z 1 V y .Z7 l CD �I A Cb O O Cl) Cn A W m T. W OO (D �' N j O Dt W Cl o (.n Cn.0 = N m m 9 3 CD � o v9ssy3 '69 Eq v _ C�i d N W N W �! >A W W Cn --q CAO Cn O (m(n O m Cn A N.Na O-1 N O O P cn SA O O co N W V D rCD o 0 o 0 o 0 o r CD0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Pinnacle Bank Place PROJECT NUMBER: 2585 DOE NUMBER: 7469 WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 192 Yes 4" PVC 15 Yes 1,. i'� 7 FIRE HYDRANTS: VALVES(16"OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: �r �'�f ��J20 e SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 10" PVC 80 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX76012-6311 (817)392-7941 •Fax: (817) 392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Jordan Foster Construction Pinnacle Bank Place Inspector City Project Number Alan Kingsmore 2585 CIMSlrucilon Components Project Manager Q Water Q Waste WaterO Storm Drainage Pavement Go al Sahu Initial Contract Amount Project D ffculty $76,384.15 Q Simple Routine O Complex Final Contract Amount Date $65,346.15 21-Mar-17 I1)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) FT MAX SCORE SCORE 1 Submission of Documents 2 Y 8 8 2 Public Notifications 5 Y 20 20 3 Plans on Site 5 Y 20 20 4 Field Supervision 15 Y 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 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 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) 413 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 413 Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 413 / 448 = 92% 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) Inspector Signature ontractor Signature Inspector's Supervisor Signature (may CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116• (817)392-8306 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT El CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑❑ AIA DOCUMENT G707 OTHER PROJECT: Pinnacle Bank Place Project (name, address) TO (Owner) Lancaster Corridor Redevelopment,LLC ARCHITECT'S PROJECT NO: 222 West Exchange St.,Suite 205 CONTRACT FOR: Pinnacle Bank Place Project Fort Worth,TX 76106 BOND NO.: 022050953 L ] CONTRACT DATE: July 22,2015 CONTRACTOR: Jordan Foster Construction,LLC 7700 C. F.Jordan Drive EI Paso,TX 79912-1151 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) Liberty Mutual Insurance Company 175 Berkeley Street SURETY COMPANY, Boston,Massachusetts 02116 on bond of(here insert name and address of Contractor) Jordan Foster Construction, LLC 7700 C. F.Jordan Drive CONTRACTOR, EI Paso,TX 79912-1151 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) Lancaster Corridor Redevelopment, LLC 222 West Exchange St.,Suite 205 OWNER, Fort Worth,TX 76106 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 24th day of February 2017 Liberty Mutual Insurance Company Surety Compan Attest: Signature of Authorized Representative i y�Cj, (Seal): � � Paul D.Gilcrease,Attorney-in-Fact Brooke Henderson,Account Technician 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 AIA DOCUMENT G707*CONSENT OF SURETY COMPANY TO FINAL PAYMENT*APRIL 1970 EDITION*AIA® ONE PAGE ©1970*THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,NW,WASHINGTON,D.C..20006 i THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No:7546961 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company 1 POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State oflndiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, John M.Rindt;Paul D.Gilcrease 6 all of the city of EI Paso state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of November 2016 to °' A u voF ^� C.'� t.aorUR,, 92 ° �F °` �� The Ohio Casualty Insurance Company N ° 1919 - 1912 ° r 1991 ° Liberty Mutual Insurance Company m ° b - a 2est,,,,merican Insuranceo Company a By' ` STATE OF PENNSYLVANIA ss David M.Carey'-Assistant Secretary COUNTY OF MONTGOMERY dOn this 17th day of November 2016before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurancetu C> d Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do, execute the foregoing instrument for the purposes p 2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W Q') > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O 0 F PqS COMMONWEALTH OF PENNSYLVANIA ++O Qti�tik Nw < <F Notarial Seal Q M t�'v �� v Teresa Pastella,Notary Public B O O i OF upper MerionTwp.,Montgomery County Y Teresa Pastella,Notary Public L My Commission Expires March 28,2017 4 a O0O 2� �G Member,Pennsylvania Association of Notaries a N C ca This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual - .y O ti Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: :E c tm "r rn L ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O _ +; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, + O= acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact;subject to the limitations set forth in their respective E r powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 4m `p L executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > a the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. L (a c ARTICLE XIII—Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any offiicer of the Company authorized for that purpose in writing by the chairman or the president, w 00 > L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as maybe necessary to act in behalf of the Company to make,execute, M o seal,acknowledge'and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their c respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v Q executed such instruments shall be asbinding as if signed by the president and attested by the secretary. c`e Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledgeand as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Atomey executed by,said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 24thday of February 2017 -<,i INSU \NSUh AN 1NSUq gJP�oveory,�g2�.. �aP�gvo2gr�^ern rQ�L`.c�RPORgh Nrf.: ++— `O o 1 ° 1919 o Y 1912 1991 BY: o w Renee C.Llewe ssistant Secretary l�hAMvS '�'a� I p 26 of 250 i LMS_12873 082016 AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Jeff Hill, Regional Director Of Jordan Foster Construction 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 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; That there are no claims pending for personal injury and/or property damages; On Contract described as: PINNACLE BANK PLACE (DAGGETT'S ADDITION,LOTS 1R, 10R1 & 34R,BLOCK V AND LOT 1R,BLOCK W) WATER, SEWER, STREETLIGHTS, PAVING & DRAINAGE IMPROVEMENTS DOE # 7469 CITY PROJECT#02585 CITY OF FORT WORTH STATE OF TEXAS BY 1*4ffl , Regional Director Subscribed and sworn before me on this date 2nd of February, 2017. Notary Public Dallas, TX µrr.',o RACHEL DENISE RICHARDSON , P Notary Public,State of Texas Comm.Expires 04-1 1-2020 Notary ID 126479577 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 21-Mar-17 Name of Contractor Project Name Jordan Foster Pinnacle Bank Place DOE Inspector Project Manager AlanKingsmore Gopal Sahu DOE Number ProjectDffcult� Type of contract 2585 Q Simple © Routine O Complex Q Water Waste water[2] Storm Drainagr Pavement Initial Contract Amount Final Contract Amount $76,384.15 $65,346.15 In PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS (0-4) 1 Availability of Inspector L1 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities �( 3 Applicability of Specifications Y 4 Display Of Professionalism `'l 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution Ly PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs I1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager y 1 Change Order Processing Time y 3 Communication y 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts y 3 Bid Opening to Pre-Con Meeting Timeframe `� III)COMMENTS&SIGNATURES COMMENTS Signature Contractor tK,-"Signature DOE InspectorSignature DOE Inspector's Supervisor 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 FORTWORTHREV:02,22107 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 121-Mar-17 Name of Contractor Project Name Jordan Foster Pinnacle Bank Place DOE Inspector Project Manager Alan Kingsmore Go al Sahu DOE Number ProjectDi-J6culty Type of Contract 2585 0 Simple QQ Routine O Complex [I WaterO Waste Water Storm Drainage[2] Pavement Initial Contract Amount Final Contract Amount $76,384.15 $65,346.15 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector K T Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities q 3 Applicability of Specifications j Y 4 Display Of Professionalism `f 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution ''( PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution j ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time Y 13—Communication y 2 Timliness of Contractor Payments Y 4 Resolution of Utility Conflicts j �( 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector .S Signature DOE Inspector's Supervisor 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